Loading...
HomeMy Public PortalAboutUnderdrain Installation 1977-78CITY OF SAN MATEO STATE OF CALIFORNIA CONTRACT BOOK UNDERDRAIN INSTALLAT 1977 - 78 (CITY WIDE TO SE USED 1N CONJUN APWA - AGC STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PROJECT NO ;0'87-40.0 1' DATE OCTOBER_ 1977 PUBLIC WORKS DEPARTMENT 330-W20tk AVENUE SAN NATEO, CALIF. TELEPHONE ON5) S?4-6TlO Ejl , 41 � kw) ROBERT O_BEZ 7.A NT uIE iCTOR , +4c>-.—,�.—__ .,, _. / DEPARTMENT OF PUBLIC WORKS LYLE D. JOHNSON CITY ENGINEER ALBERT T. BERGERON sumT. OF MAINTENANCE TELEPHONE: LII) su.Eloi AMENDMENT NO. 1 UNDERDRAIN INSTALLATION 1977-78 (CITY-WIDE) CITY OF SAN MATEO, CALIFORNIA Please Substitute the following two sheets: (1) '.Schedule of Bid Items, adding Item 12. 330 WEST TWENTIETH AVENUE SAN MAT E.O. CALIFORNIA 94403 TELEPHONE: (415) 574-6790 October 12, 1977 (2) ,Page SP -2 Plans and Specifications contd. - Standard Plans Please Add:- Drawing No. 3-1-153 "Method of Replacing Street and Sidewalk and Trench Refill" II Each bidder shall acknowledge receipt of this amendment by signing one submitting the signed copy with the bid cocuments. • Acknowledgment copy and I have received Amendment No. 1 to the Underdrain Installation 1977-78 (City-wide) Contract Book and Plans, and I have read and understand the above information. Name of Contractor Signature Date Encl: Amended SP -2 Amended Schedule of Bid Items Drawing #3-1-153 UNDERDRAIN INSTALLATION 1977-78 (CITY-WIDE) CITY OF SAN MATEO, CALIFORNIA' SCHEDULE OF BID ITEMS Item 9 Estimated Unit Total Amount No. Description of Item Quantity . Unit Price of Item A➢DITIVE ITEMS $ $ 6. Furnish andiinstall drainage $ $ basin up toH 15 EA. $ $ 7. Furnish and install 6" perfo- rated ACP up to 1,200 L.F. $ $ 8. Remove and replace concrete $ curb and gutter up to 20 L.F. $ 9. Remove and replace concrete $ sidewalk'up:to 50 S.F. $ 10. Furnish and install 12" reinforced concrete pipe, Class III 500 L.F. 11. Standard precast concrete $ $ manhole 2 EA. $ $ 12. Trench Shoring 500 L.F. $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ PLEASE SUBSTITUTE THIS PAGE FOR THE SECOND PAGE IN THE ORIGINAL SCHEDULE OF BID ITEMS SP -2-5 PLANS'AND SPECIFICATIONS - contd. STANDARD PLANS Title] Drawing No. Typical Sections of Curb,Gutter and Sidewalk "Bird -Bath" Drainage Basin Standard Precast Concrete Manhole Standard, Type "A" Manhole Frame and Cover EDA.Job iSite Plan 3-1-141 .3-1-132 3-1-104 3-1-106 6 Sheets Method of Replacing Street and Sidewalk and Trench Refill 3-1-153 • 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 January 1975, and all addenda thereto, shall be used. SP -2-6 WORK TO BE DONE - The work to be done under this contract includes but is not limited to furnishing and installing drainage basins; grates; 6 -inch underdrains; and removing and replacing concrete curb, gutter and sidewalk. Additive items will consist of similar work at similar loca- tions as in. the regular items. SP -2-6-1 EXAMINATION OF THE SITE - It shall be the responsibility of the bidder to thoroughly examine the site of the work prior to submitting a bid to the City, and to satisfy himself as to conditions to be encountered in per- formance of the work. No claim against the City for unusual conditions at the site will be allowed if such conditions could have been ascertained upon„a reasonable visual site examination. 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 $132,000 available for this project. The City shall have full authority and dis- cretion 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 adjust- ment in the unit prices bid because of the above -stated alteration of this project. PLEASE SUBSTITUTE THIS PAGE FOR PAGE SP -2 OF THE ORIGINAL SPECIAL PROVISIONS SP -2 031VW NYS D O A zm C 171 70 r- mX> D n GD : � m� ✓ m. r— m z 0 W1VM3aIS PLAN OF STREET SECTION saw cut and remove entire square In area of work -Replace with 520-B2500 concrete slab Typical sand pea gravel -- / - Street openings shall be sow tut on a straight One and to have, square edges ; Replace rock base with 6" 20-0-2500 concrete 2" of Asphaltic Conc. Bock fill ditch with tamped earth or by jetting Tack coat of Grade SS—th emulsified asphalt, 6" Typical sand pea gravel —\11/4 DETAIL A When replacing concrete street use 520-8-2500 concrete. DETAIL 'B' Typical 18" lifts max. 12" desirable. Must obtain required density. SECTION 'A' -'A' NOTE: When Detail A is used, where trench cut is angular to vehicular travel temporary asphaltic cut b oak shall be provided and maintained until permanent a sphaltic concrete is placed. UNDERDRAIN INSTALLATION 1977-78 (CITY-WIDE) , . . CITY OF SAN MATEO, CALIFORNIA .. ... SCHEDULE OF BID ITEMS. ENGINEER'S ESTIMATE Item - Estimated Unit Total Amount • No. Description of Item Quantity Unit Price of Item ALTERNATE A - 1. Furnish and install $ $ drainage basin 70 EA. $ 400.00 '$ 28,000.00 2. Furnish and install 6" perfo- $ $ rated asbestos cement pipe 5,800 L.F. $ 15.00 $ 87,000.00 3. Remove and replace concrete $ $ curb and gutter 85 L.F. $ 6.50 $ 552.50 4. Remove and replace concrete - $ . $ sidewalk - 245 S.F. $ 2.00 $ 490.00 5. EDA sign 1 EA. $ 250.00.. $ 250.00 ALTERNATE A - TOTAL $ $ 116,292.50 $ ALTERNATE B Same items of work as Alternate A $ only substituting perforated vitri- fied clay pipe for perforated asbestos cement pipe AL1`ERNA1'h B -_TOTAL ALTERNATE C Same items of work as Alternate A only substituting perforated Schedule 40 PVC for perforated $ $ asbestos cement pipe $ ALTERNATE C - TOTAL $ $ 116,292.50 $ 116,292.50 TOTAL 7. Furnish and install 6" perfo- UNDERDRAIN INSTALLATION 1977-78 (CITY-WIDE) CITY OF SAN MATEO, CALIFORNIA SCHEDULE OF BID ITEMS ENGINEER'S ESTIMATE Item No. Description of Item ADDITIVE ITEMS Estimated Unit Total Amount Quantity Unit Price of Item S $ 6. Furnish and install drainage $ $ basin up to 15 EA. $ 400.00 $ 6,000.00 $ $ rated ACP up to 1,200 L.F. $ 8.. Remove and replace concrete $ curb and gutter up to 9. Remove and replace concrete sidewalk up to 10. Furnish and install 20 L.F. $ 50 S.F. $ 15.00 $. 18,000.00 6.50 $. 130.00 2.00 .. $ 100.00 $ $ 12" reinforced concrete pipe, $ $ Class III 500 L.F. $ 25.00 $ 12,500.00 11. Standard precast concrete $ $ manhole 2 EA. $ 850.00 $ 1,700.00 12. Trench Shoring 500 L.F. $ 2.00 1,00.0.00 SUBTOTAL $ $ 39,430.00 $ $ $ $ $ $ $ $ TOTAL $ 155,722.50 NOTICE INVITING SEALED PROPOSALS UNDERDRAIN INSTALLATION 1977-78 (CITY-WIDE) CITY OF SAN MATEO, CALIFORNIA 1. Sealed bids will be 'received by the City Council of the City of San Mateo, California, for the furnishing and installing of 6 -inch pipe underdrains and drainage basins;. removal and replacement of concrete curb and gutter and sidewalk; and other work as shown on the Contract Drawings No. 4-10-37 (5 sheets) and as described in the Special Provisions and APWA-AGC Standard Specifications for Public Works Construction, 1976 Edition, and all addenda thereto. 2. This EDA-funded project is bound by requirements for 10% of the grant funds to be expended to minority business enterprises. The absolute minimum to MBE for this project is $20,170 . See SP -7-2.3.10. 3. The Contract Book and plans and proposal forms are available at the Finance Depart- ment, City Hall, 330 West 20th Avenue, San Mateo, California. A nonrefundable fee of five dollars is required. 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. The Contractor is notified that he shall comply with the requirements for Affirmative Action as set forth in Special Provisions SP -7-2.3.1 through SP -7-2.3.9. 6. The time of completion for this contract shall be forty working days, begin- ning from the date of Notice to Proceed. 7. The right is reserved, as the interest of the City may require, to reject any or all bids, to waive any informality in bids, and to accept or reject any items of the bid. 8. The general prevailing rate of wages applicable to the work to be done is as shown on the Prevailing Wage Scale - General on file in the office of the City Clerk and included in the Contract Book along with the prevailing wage rate established by the. U. S. Department of Labor. The higher of the two will be used for each position category. 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., Tuesday, November 8, 1977 , and they shall be opened and read by the City Manager at said date and time at a public meeting called by him. 10. Said City Manager shall report the results of the bidding to the City Council at a later date, at which time the City Council shall award the contract to the lowest responsible bidder as so reported; provided that. said City Council may exercise its right to reject any or all bids. 11. Equal employment opportunity - affirmative action requirements are stated in Special Provisions SP -7-2.3 through SP -7-2.4. Dated: Ortoher 6, 1q77 /s/ -JAMES CHALMERS, MAYOR UNDERDRAIN INSTALLATION 1977-78 (CITY-WIDE) CITY OF SAN MATEO, CALIFORNIA CONTRACT DRAWINGS NO. 4-10-37 ( 5 sheet(s)) TIME OF COMPLETION: 40 Working Days * * * * * CONTENTS PROPOSAL FORM SCHEDULE OF BID ITEMS LIST OF SUBCONTRACTORS BIDDER'S STATEMENT CERTIFICATE OF NONDISCRIMINATION SPECIAL PROVISIONS PREVAILING WAGE SCALES GENERAL CONDITIONS, APRIL, 1976, ECONOMIC DEVELOPMENT ADMINISTRATION (printed on canar y pages) CONTRACTOR'S SIGNATURE DATE EDA 'UNDERDRAIN INSTALLATION 1977-78 (CITY-WIDE) CITY OF SAN MATEO, CALIFORNIA PROPOSAL FORM TO THE HONORABLE CITY COUNCIL' CITY OF SAN MATEO, CALIFORNIA GENTLEMEN: $ (Alt. A) or $ (Alt. B) FOR THE TOTAL SUM OF or $ (Alt. C)computed from thelunit and/or (use figures only) 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 com- plete all items of work shown on the Contract Drawings. All work shall conform to the lines, grades and dimensions shown on said drawings and shall be done in accordance with the Special Provisions and the APWA-AGC Standard Specifications for Public Works Construction, 1976 Edition, and all addenda thereto. This proposal is submitted inconformancewith the requirements ofthe APWA-AGC Standard Specifications for Public Works Construction, 1976 Edition, and all addenda thereto; and is also subject to the terms and conditions of the attached LIST OF SUBCONTRACTORS (1 sheet) and BIDDER'S STATEMENT (2 sheets). 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 UNDERDRAIN INSTALLATION 1977-78 (CITY-WIDE) CITY OF SAN MATEO, CALIFORNIA SCHEDULE OF BID ITEMS Item No. Description of Item ALTERNATE A 1. Furnish and install drainage basin Estimated Unit Quantity Unit Price 70 EA. $ Total Amount of Item 2. Furnish and install 6" perfo- $ $ rated asbestos cement pipe 5,800 L.F. $ $ 3. Remove and replace concrete $ $ curb and gutter - 85 L.F. $ $ 4. Remove and replace concrete $ $ sidewalk 245 S.F. $ $ 5. EDA sign 1 EA. $ $ ALTERNATE A - TOTAL $ $ ALTERNATE B Same. items of work_as:Alternate A only substituting perforated vitri- fied clay pipe for perforated asbestos cement pipe ALTERNATE B - TOTAL $ $ ALTERNATE C Same items of work as Alternate A $ $ only substituting perforated $ $ Schedule 40 PVC for perforated $ $ asbestos cement pipe $ $ ALTERNATE C - TOTAL UNDERDRAIN INSTALLATION 1977-78 (CITY-WIDE) CITY OF SAN MATEO,-CALIFORNIA SCHEDULE OF BID ITEMS Item No. Description of Item Estimated Unit Total Amount Quantity Unit Price of Item ADDITIVE ITEMS $ $ 6. Furnish and install drainage $ $ basin up to 15 EA. $ $ 7. Furnish and install 6" perfo- $ $ rated ACP up to 1,200 L.F. $ $ 8. Remove and replace concrete $ $ curb and gutter up to 20 L.F. $ $ 9. Remove and replace concrete $ $ sidewalk up to 50 S.F. $ .. $ 10. Furnish and install $ $ 12" reinforced concrete pipe, Class III 500 L.F. $ $ 11. Standard precast concrete $ $ manhole 2 EA. $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ UNDERDRAIN INSTALLATION 1977-78 (CITY-WIDE) CITY OF SAN MATEO, CALIFORNIA LIST OF SUBCONTRACTORS 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 Goverment 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 con- tractor in or about the construction of the work o.r the improvement in an amount in excess of one-half (/) of one (1) percent of the general contractor's total bid. 2. The portion and dollar amount of work which will be done by each sub- contractor. DOLLAR NAME ADDRESS SPECIFIC WORK AMOUNT (if none, insert the word "none") 4/7/77 The undersigned has carefully read the APWA-AGC Standard Specifications for Public Works Construction, 1976 Edition, and all addenda thereto, 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 entirelyat 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 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 Contractor, that the license is now in force and that the number and class is Class ( ). Remarks: 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 said contract together with the necessary bonds and certificates of insurance in the office of the City Clerk within ten (10) calendar days after the date of the award and to commence work within ten (10) days of receipt of the notice to proceed, and to complete the work under said contract within the specified number of working days from the date of the notice to proceed. 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. The undersigned has checked carefully all the above figures 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. BIDDER'S STATEMENT -- SHEET 1 The undersigned hereby certifies that this bid is genuine, and not sham or collusive, or made in the interest or in behalf of any person not named herein, and that the undersigned has not directly or indirectly induced or solicited any other bidder to put in a sham bid, or any other person, firm or corporation to refrain from bidding, and that the undersigned has not in any manner sought by collusion to secure for himself an advantage of any kind whatever. 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 thirty (30) days after the date set for the opening thereof. 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; OR IF MADE BY A CORPORATION, THE PROPOSAL SHALL SHOW THE NAME OF THE STATE UNDER THE LAWS OF WHICH THE CORPORA- TION WAS CHARTERED AND THE NAMES, TITLES AND BUSINESS ADDRESSES OF THE PRESIDENT, SECRETARY AND TREASURER OF SAID CORPORATION. SIGNATURES FOR BIDDER: If CORPORATION, Sign Below If INDIVIDUAL, Sign Below (Show Names of Non -Signing Officers) Signature Date A CORPORATION Post Office Address Name of State Where Chartered ***** If PARTNERSHIP, Sign Below (Show Names of Non -Signing Partners) Name of Partners PRESIDENT Date SECRETARY Date Signature Date TREASURER Date Post Office Address Post Office Address BIDDER'S STATEMENT -- Sheet 2 A-2 UNDERDRAIN INSTALLATION 1977-78 (CITY-WIDE) CITY OF SAN MATEO, CALIFORNIA CERTIFICATE OF NONDISCRIMINATION On behalf of the bidder making this proposal, the undersigned certifies that there will be no discrimination in employment with regards to race, color, religion, sex or national origin; that all Federal, State and local directives and executive orders regarding nondiscrimination 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 certificate) Dated: UNDERDRAIN INSTALLATION 1977-78 (CITY-WIDE) SPECIAL PROVISIONS CITY OF SAN MATEO; CALIFORNIA PART I GENERAL - The work embraced herein shall be done according to the APWA-AGC Standard Specifications for Public Works Construction, 1976 Edition, and all addenda thereto, and according to these Special Provisions. These 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 -1-2) 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., 1-2). 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 fault in construction or defective material discovered after completion and accep- tance shall be remedied by him without cost to the City, provided written notice is given to him within one year after acceptance of the work. In the event of failure to comply with the above -mentioned conditions within a reasonable time after notice, the City is authorized to have the defects repaired and made good at the expense of the Contractor, who will pay the costs and charges therefor 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 expira- tion of such period. SP -2-5 PLANS AND SPECIFICATIONS - The plans for this project are as follows: Title Drawing No. 1977-78 Underdrain Installation 4-10-37 (5 Sheets) SP -1 SP -2-5 PLANS AND SPECIFICATIONS - contd. STANDARD PLANS Title Typical Sections of Curb, Gutter and Sidewalk "Bird -Bath" Drainage Basin Standard Precast Concrete Manhole Standard Type "A" Manhole Frame and Cover EDA Job Site Plan Drawing No. 3-1-141 3-1-132 3-1-104 3-1-106 6 Sheets 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 January 1975, and all addenda thereto, shall be used. SP -2-6 WORK TO BE DONE - The work to be done under this contract includes but is not limited to furnishing and installing drainage basins;. grates; 6 -inch underdrains;and .removing and replacing concrete curb, gutter and sidewalk. Additive items will consist of similar work at similar loca- tions as in the regular items. SP -2.6-1 EXAMINATION OF THE SITE - It shall be the responsibility of the bidder to thoroughly examine the site of the work prior to submitting a bid to the City, and to satisfy himself as to conditions to be encountered in per- formance of the work. No claim against the City for unusual conditions at the site will be allowed if such conditions could have been ascertained upon a reasonable visual site examination. 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 $132,000 available for this project. The City shall have full authority and dis- cretion 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 adjust- ment in the unit prices bid because of the above -stated alteration of this project. SP -2 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 two (2) days prior to commencing work. SP -5-1.1 UTILITIES NOT SHOWN ON PLANS - Should the Contractor, while performing the work under the contract, discover utility facilities not identified in the contract plans or specifications, he shall immediatelynotify the Engineer in person or by phone, and also shall immediately notify the City in writing. SP -5-5 DELAYS - The Contractor will not be assessed liquidated damages for delay in completion of the project, when such delay is caused by the failure of a utility company to provide for removal or relocation of its existing utility facilities unless such utility is to be removed or relocated by the Contractor. SP -6-1.1 CONSTRUCTION SCHEDULE - A preconstruction conference will be held at a location selected by the City Engineer approximately three (3) days after receipt of the construction schedule for the purpose of review and approval of said schedule and to discuss construction procedures. The Contractor shall be represented by his superintendent of work. The City Engineer will be represented by members of his organization having direct, control of supervision of the project. SP -6-6.1 DELAYS AND EXTENSIONS OF TIME - In the event that a. disagreement shall arise between the Engineer and the Contractor over Time of Performance as extended by the Engineer due to an allowed suspension of work, the Contractor may request an extension from the City Council. Such requests shall befiled 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 the work to completion before the expiration of 40 working days. The Engineer will furnish the Contractor a statement of working days remaining on the contract as part of the monthly progress estimate. SP -7-2.2.1 HOURS OF LABOR - Construction operations beyond the eight -hour normal workday and on legal holidays may occur on occasion. 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. SP- SP -7-2.3 AFFIRMATIVE ACTION GUIDELINES - This section is the city's adopted Affirmative Action Program. 50-7-2.3.1 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. To prohibit discrimination because of race, color, religion, sex or national origin, all bidders shall be pre- pared to demonstrate that they and their subcontractors have undertaken a posi- tive and continuing program to promote the full realization of equal employment opportunities. SP -7-2.3.2 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 therefor for the least amount of money; provided the bidder has the ability, capacity and, when necessary, the required State or other license and that he and his subcontractors have under- taken an affirmative action program to promote the full realization of equal employment opportunities meeting the minimum requirements set forth herein. Any subcontractor failing to comply herewith shall be deemed unqualified and shall be substituted. SP -7-2.3.3 PRE -AWARD CONFERENCE - A pre -award conference will be required of the potentially lowest responsible bidder and his subcontractors when the following conditions exist: A. Prime Contractor 1. The total contract amount is $10,000 or more. 2. The prime contractor has not filed an approved affirmative action plan with the City in the past 6 months. If an approved plan has been filed, the general contractor will be required to file updates to the plan if any, or a letter acknowledging that the previously submitted plan is still in effect. B. Subcontractors 1. The total amount involved in the subcontract is $5,000 or more. 2. The subcontractor has not filed an approved affirmative action plan with the City in the past 6 months. If an approved plan has been filed, the subcontractor will be required to file updates to the plan if any, or a letter acknowledging that the previously submitted plan is still in effect. Each potentially lowest responsible bidder and his subcontractors who meet the above conditions, will be expected to meet with the City at a pre -award conference to be held between the time the bids are received and opened and to be referred to the Council for consideration and award. -4 (Rev. 3/17/77) SP -7-2.3.4 STANDARDS OF NONDISCRIMINATION - A. The successful bidder and each subcontractor shall undertake affirmative action to insure that applicants are employed, and that employees are treated during employment, without regard to race, color, religion, sex or national origin. Such action shall include, but not be limited to, the following: employment, upgrading; demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprentice- ship where applicable. 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. C. In all hiring, the successful bidder and each subcontractor shall make every effort to hire qualified workmen from all races and ethnic groups. SP -7-2.3.5 CERTIFICATE OF NONDISCRIMINATION - Each bidder on any public works contract shall sign the certificate 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 -7-2.3.6 NOTICE TO SOURCES OF EMPLOYEE REFERRALS - The successful bidder and each subcontractor will send to the State of Calif. Employment Development Department and to each labor union, employment agency and representative of workers with which he has a collective bargaining agreement or other contract or under- standing and from which he expects employee referrals, a notice, as provided by the City, with a copy to the City, advising of the commitments under these specifications. SP -7-2.3.7 AFFIRMATIVE ACTION BY PRIME CONTRACTORS - At the pre -award conference, the potentially lowest responsible bidder shall demonstrate that he meets the following minimum standards of affirmative action: A. File with the City his affirmative action plan indicating the steps he is taking to encourage and assist members of minority groups to become qualified workers. Such a plan will include practices with respect to: recruitment; employment; compensation; promotion or demotion; and selection for training. Practices with respect to the above shall demonstrate the extent to which the contractor has or participates in a training program to assure potential employees ample opportunity more fully to qualify for jobs and to assure existing employees adequate oppor- tunity for upgrading and equal opportunity for advancement and promotion. La' -5 (Rev. 3/17/77) SP -7-2.3.7 AFFIRMATIVE ACTION BY PRIME CONTRACTORS cont'd. B. File with the City evidence that he has notified his supervisors, foremen and other personnel officers and all subcontractors of the commitments to be assumed under these specifications. C. File with the City evidence that he has notified all sources of employee referrals of the commitments to be assumed under these specifications. D. File with the City the name of the person designated to serve as Equal Employment Officer who is authorized to supply reports and represent the contractor in all matters regarding the Affir- mative Action Plan. SP -7-2.3.8 AFFIRMATIVE ACTION. BY SUBCONTRACTORS - Each subcontractor shall, prior to entering into a contract to perform any work or supply materials for a public works project of the City of San Mateo, file with the prime contractor and with the City his Affirmative Action Plan in the form set forth in Section SP -7-2.3.7 above. The requirements of these specifications shall be considered a part of each contract entered into by subcontractors, the services of which equal $5,000 or more of the basic contract: The successful bidder shall include the provisions of these specifications in every first -tier subcontract and require each subcontractor to bind further subcontractors with whom he enters into a contract. SP -7-2.3.9 POSTING NOTICE OF AFFIRMATIVE ACTION AND NONDISCRIMINATION IN EMPLOYMENT - Each successful bidder shall post on the job site and in • the field office or offices maintained by him, the notice provided by the City regarding Affirmative Action and Nondiscrimination in Employment. SP -7-2.3.10 TEN PERCENT MINORITY BUSINESS UTILIZATION COMMITMENT - The Contractor agrees to expend at least ten percent of the grant, not less than $ 20.170 for bona fide minority business enterprises. For purposes of this paragraph the term "minority business enterprise" means a business at least 50 percent of which is owned by minority group members or, in case of a publicly owned business, at least 51 percent of the stock of which is owned by minority group members. For purposes of the preceding sentence "minority group members" are citizens of the United States who are Negroes, Spanish-speaking, Orientals, Indians, Eskimos, and Aleuts. No partial or complete waiver of the foregoing requirement shall be granted by the Owner and approved by the Economic Development Administration other than in exceptional circumstances. To justify a waiver it must be shown that every feasible attempt has been made to comply, and it must be demonstrated that suf- ficient, relevant, qualified minority business enterprises (which can perform sub -contracts or furnish supplies beyond those already specified in the con- tract hid) are unavailable in the market area of the project to enable meeting the ten percent minority business enterprise goal. EDA SP -6 SP -7-2.3.10 TEN PERCENT MINORITY BUSINESS UTILIZATION COMMITMENT - contd. If it appears that less than ten percent of the grant funds, the minimum amount set forth herein (or whatever lower percentage has been authorized by waiver), will be expended to such enterprises, this contract will be suspended or terminated. The contractor further agrees to cooperate with the Owner in furnishing the Economic Development Administration with reports on minority business enter- prise utilization after award and at 40 percent completion of the project. Failure to comply with the terms of this Paragraph or to use (as may be modi- fied by waiver) minority business enterprises as stated in the Contractor's assurance constitutes breach of this contract. SP -7-2.4 WEEKLY PAYROLL SUBMISSION - Each contractor and subcontractor and any lower tier subcontractor shall submit weekly 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 payroll with the notation "no work performed during this workweek" 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 workdays following completion of the workweek. SP -7-3.1 LIABILITY INSURANCE - Public liability insurance in'the minimum nondeduct- ible amount of $300,000 for each person, $300,000 on account of each occurrence and property damage insurance in the minimum nondeductible amount of $100,000 shall be provided,both on an occurrence basis, and shall specify the City of San Mateo, its elective and appointive boards, commissions, officers, agents and employees as additional insureds. SP -7-7 COOPERATION AND COLLATERAL WORK - The City, at its convenience, may obtain other contractors to do additional or supplementary work on same job and/or job site at same time as Contractor without penalty or cost to 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 flagmenasdescribed and specified in the State of California, Department of Public Works "Manual of Warning Signs, Lights, and Devices for Use in Performance of Work Upon Highways," 1973 Edition.' (Section 360, California Vehicle Code, defines highways to include streets.) The provisions of this mz•.nual 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. No more than one-half (1/2) of the roadway shall be closed to traffic at any time and two lanes of traffic, one in each direc- tion, shall be maintained at all times. Open excavation and ditches across a roadway shall be covered in such a manner as to permit traffic flow during hours when no work is being perfo:::e,d. SY-/ EDA 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 truck load of material. Certificates shall be delivered to the Engineer at the job site upon delivery of the material. SP -9-3.1 GENERAL - Except as directed otherwise in these specifications, full com- pensation 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. .EDA SP -a PART II CONSTRUCTION MATERIALS - SP -200-1.2 DRAIN ROCK - Permeable material for drain rock shall conform with Section 200-1.2 for 3/4 inch crushed rock. SP -201-1.1.2 CONCRETE - Concrete shall be Type 520-C-2500. SP -203-3.2 EMULSIFIED ASPHALT - Emulsified asphalt tack coat shall be SS -1h. The tack coat shall be diluted with no more than 15% water by volume. SP -207-6.2.11 PERFORATED PIPE - Underdrain pipe shall be 6 -inch perforated asbestos cement pipe conforming to the requirements of ASTM C 508, Type II, perforated schedule 40 PVC pipe conforming to requirements of ASTM D2241 or D2672. SP -9 PART III CONSTRUCTION METHODS - SP -303-1.1 STANDARD CATCH BASIN - Construction of standard catch basin shall conform with the Standard Plans Drawing Number 3-1-132 entitled "'Bird -Bath' Drainage Basin." A poured -in -place box is an equal to the Christy box. SP 303-1.11 PAYMENT - Full compensation for supplying a 3 -inch layer of drain rock base material and for removing and replacing 8 feet of curb and gutter for each drainage basin shall be included in the unit price bid per basin. SP -303-5 CONCRETE CURB, GUTTER AND SIDEWALK - Construction of curb, gutter and side- walk shall conform with the Standard Plans Drawing Number 3-1-141 entitled "Typical Sections of Curb, Gutter and Sidewalk." SP -306-1.2.2 PIPE INSTALLATION - Installation of 6 -inch pipe shall conform with the Standard Plans Drawing Number 3-1-132 entitled "'Bird -Bath' Drainage Basin." SP -306-1.6 PAYMENT - The price perlinear foot for pipe in place shall be considered full compensation for all catch basin connections; excavation, backfilling and capping of the trench; and supplying all materials and doing all work necessary to install the pipe complete in place. SP -306-1.6.1 PAYMENT FOR 12 -INCH REINFORCED CONCRETE PIPE STORM DRAIN - The contract price paid per linear foot of 12 -inch RCP storm drain shall be considered full compensation for furnishing and installing 12 -inch Class III RCP, connecting to catch basins, furnishing and installing bedding, constructing grouted riprap at pipe outlet, protecting existing utilities, and for doing all work necessary to install the 12 -inch RCP storm drain complete in place as shown on the Contract Drawings and as directed by the Engineer. SP -10 .PREVAILING WAGE SCALE - GENERAL BASED ON GENERAL WAGE DETERMINATIONS MADE BY THE CALIFORNIA DIRECTOR OF INDUSTRIAL RELATIONS BASIC STRAIGHT TIME PER HOUR WORKED CLASSIFICATION BASIC STRAIGHT TIME PER HOUR WORKED CLASSIFICATION $12.41 Asbestos Workers 12.80 Boilermakers -Blacksmiths 11.12 Bricklayers 10.15 Bricktenders (Hod Carriers) 11.25 - 11.75 Carpenters & Related Trades* 10.45 Carpet Laying 10.00 - 10.25 Cement Masons* 9.64 - 13.48 Dredgers (Operating Engrs.)* 6.912- 11.52 Drywall Installers (Carpenters)* 13.08 - 14.72 Electricians * 6.745- 15.18 Elevator Constructors 8.70 Engineers (Group No. 1)* 9.05 • Engineers (Group No. 2)* 9.26 Engineers (Group No. 3)* 9.81 Engineers (Group No. 4)* 10.02 Engineers (Group No. 5)* 10.17 Engineers (Group No. 6)* 10.32 Engineers (Group No. 7)* 10.72 Engineers (Group No. 8)* 10.94 Engineers (Group No. 9)* 11.14 Engineers (Group No. 10)* • 11.25 Engineers (Group No. 10-A)* $11.42 12.49 12.77 13.07 9.40 - 9.65 11.23 10.41 - 11.30 8.045- 8.88 12.07 11.22 - 11.77 6.65 - 9.97 11.38 8.78 - 12.49 11.78 9.80 12.94 10.93 - 11.93 12.62 9.22 - 9.905- 11.00 8.55 Engineers (Group No. 11)* Engineers (Group No.. 11-A)* Engineers (Group No. 11-B)* Engineers (Group No. 11-C)* Fence Constructors (Carpenters) Glaziers Iron Workers & Related Trades * Laborers* Lathers Painters & Related Trades* Parking & Highway Imp. Painters Pile Drivers (Carpenters) Pile Drivers (Operating Engrs.) Plasterers Plaster Tenders Plumbers Roofers & Related Trades* Sheet Metal Workers 13.50 Steel Erectors & Fabricators* 11.24 Teamsters* Tile Setters Tile Helpers The wage determinations for the above -itemized classifications were effective January 1, 1977, and remain in effect until modified, corrected, superseded or rescinded by the Director of Industrial Relations. Revised wage determinations will be kept on file with the City Clerk. * Refer to Wage Determination on file with the City Clerk. Health and Welfare, Pension, Vacation and Apprenticeship or other training -program pay- ments are as shown in the Wage Determination on file with the City Clerk. Any classification not included in the above -listed groups shall be paid not less than $8.045 per hour plus employer payments set forth in the Wage Determination applicable to the class or classification of the workman or mechanic involved, as defined in Section 1773.1 of the Labor Code. Employer payments other than those itemized above, as defined in Section 1773.1 of the Labor Code, are to be paid in accordance with the terms of the collective bargaining agree- ment applicable to the type or classification of the workmen or mechanics employed on the project. Employer payments shall include payment of travel and subsistence payments to each work- man needed to execute the work, as such travel and subsistence payments are defined in the applicable collective bargaining agreement filed in accordance with Section 1773.8 of the Labor Code. Overtime, Sundays, and Holidays - not less than one and one-half (11) times the basic hoz ly rate plus applicable employer payments and.not less than double time for rates.so specified in the agreement. The holidays upon which such rates shall be paid shall be all holidays recognized in the collective bargaining agreement applicable to the particular craft, classifications or type of workman employed on the project. Adopted by City Council .EXHIBIT A City of San Mateo, Feb. 7, 1977 i ='7 • r,y 16 1 77 Dli211CH Starr California DEC2521218 M2l"1: C/77-50„35 Supersedes Doc taian 7A CA74-5201 ?atad beams OfsraiPP`a GP OE: $ildim3 Cameiroctico `ones and garden type apartments +p to and n>cnway construction and d Cdaf7IDs Alt, 'Demo,`' doii Hotta, Calaveras, Coluaa, Contra Costa. Bel sorta, 51 Dorado, Presto, Glens, tabaldt, ring.. Lae, ..asset, Ibdera, Aran, mariposa, P ndccino. merged, Madoc, Monterey. gape, Nevada. Placer. Plumy, Sacraxeto, San Sen>tm. San Pra=lky, San Joaq'aln, San MrtAo. Banta Cara, Santa Crus, Shasta. Sierra flskirn, Solana, Sonata, Staclalaua. Sutter, Tatar, Trinity, Tulare. Toluma, Yolo and Yuba 06.4: at. of Publlcatit r 19, 1976, >a 41 PH 51215 ;ues st uaclu5e single family edging. laths/Mg 4 senders), bea and P.aia Frees `e8h Pvtaeae. • 3CILE5Paltra 1BB:CrLA?rs, Stanentav,a: Del matte. MLrroldt, Lte, Marin. Mendoe:no, Sap*, San ^anct>cg, Say Mateo, Siskipoa, o ono, Sonora a. -d Trinity .,. ::es .)• Ls Li' Contra Costa i _reties Preset, Sings, Pad.ee, Ea::pose and ! r-ed Count -tan Butte, Colusa, E1 board°, Glenn, Lassen. .'aodoe, Stead.. Placer. P:_ys, Sacramento. -arts, Sierra, Sutter, Cabana, fob° and Tube Cm. Monterey and Santa Cry Coe at lea' San Benito and Santa Clara Counties Alpine, deader, Caine:... San Joaquin, Stanislaus and ol;smae Counties Tulare County Nomiy Man f 12.4I 13.175 11.02 31.95 10.95 11.90 11.40 11.95 10.45- 2.1.40 .90 .775 1.40 1.03 .9S 1.13 1.05 1.00. 2.00 1.17. 1.00 .93 LOS 1.00 1 -OS 1.20 LOS 1.00 1.00 SLS. .5a 1.00 1.00 ES.ed.. -lice arr. 7s. .06 .o) .05 .10 .02 DECISION 00. 0177-5039 1fIt7 71449BS: A pine, .Oash>r. El Decade. Nevada, Placer, Sacramento, Slane and Yolo Countlna Set Francisco and Zan Marais Coantina Fresno, rirga, Adana and Tulare Counties Carpenters . C++pa°tera Bardsc°d roar Layers, Power. San CFa:ato:sl Saw lilac, Shinglerta Steel Scaffold Praetors and/or Steel Shoring BtectOri a llllwrtgSts Piledriveran, bridge, .Earl and dock builders wear HMaser.: Cement Masons Mastic; Magnesita> All Coup:sit10 Manna Man working Eros swinging cc slip form scaffolds OTP-'191 _:Arc A1mels County Elects kiwis Cable Splicers Aead%, Cola,, Sacramento, Sutter, Solo, Yuba and those portions of Alpine, El Dorado, Nevada, Placer and Sierra Counties Meat of the Sierra Mtrntain mete: sbed Electr lc lane Cable Splicers Trawls: Electricians Cable Splicers FEDERAL REGISTER, VOL 42, NO. ED. -FRIDAY, APRIL 22, 1077 Page 2 FM.9e 4esents Pe.w.n Hedy Eon H i R S 9.30 $ 1.00 10.00 .65 9.00. .60 11.73 1.12 11.40 11.75 12.23 10.00 10.25 10.25 11.52 11-41 12.84 12.59 14.16 I3.03 14.32 1.11 1.22 .84 1,13 1.15 1.15 1.12 .80 Pin•ian VeganI Amt. L. Edve.+.. 1.71 1.71 1.43 1.71 11+.90 11+.90 .95 144.95 .95 .95 1$4.95 1$4. Bs OC:5:0. CO. CA77-5039 Y_..-7=74MSr (Cont•4) :Ate YG! &ee. Laetitiara Calais Splicers - Butte. Clot, Larsen, Mete, ➢ltnta, 2a:t.. elekipa:. '?",:era r -L ?rinity llae•_ is ier,s Caeia Splicers Elect icbrs, Cable S i. c.rt' 4lers Cable toii'_ers Calaveras art 215 `tai=L+ Counties L`e:ticiera; Technician Cale Splicers Contra Costa Ccwnty electricians Cable Splicers belWirt* an? Eflboldt Counties Electricians _e__e Splicers P:,err -,fir, Madera and .Sea flit :are _::e:s Late, Mar:n,.:eeixL'r and Lrcma Co-_r.ty Electricians Cabe Splicers Mariposa. ”arced, Stanislaw, act ^_o_:re :antis Electrician. - Cable Splicers 909, 1, Ines i Mead Rases trine 8eee0se Parsee s 4 t T Peae4ae "retries mad/or Eteere. /..e. 7.. 1 13.33 .47 164.77 - .03 14.14 - 47 164.77 .08' 11.14 . .87 164.703 -.D6 13.10 .87 1...705 .04 1150 .87. 164.705 13.04 .87 16..705 12.13 52 11.1.25 .91 13.47 .92 2041.23 .01 13.45 .70 16+1.00 14.95 .70 19r1.0a 10.25 .55 111+1.75 .04 1'.07 .55 19+1.75 ' .04 12.26 .75 114.95 .05 13.26 .75 194.95 .05 12.65 .02 19+.30 .02 - 13.11 .82 16..30 .02 9.93 .62 11 - It 10.81 .62 1e - 14 0X18101100. CA77-5079 ffiitt lCLNB, (COnt•d7 - Monterey COcnty _ El.ctr Sena-.. Cable Sp1i:ere lisps and Solana Counties L1ectriciart Cable splicers tan Senito, Sent" Class and - Rasta Cr Cocoties ,a Electrician' Cable Splicers San hancisro County . SSattflcL.na Cable Splicers SCR Yataa Ocwtty tact:Scians C3'u:,a Cl tSTT?^.CRS r-2VA70s C„HSTRX Vs$• 88LPE99 L1S57^OR =weak -toms! SCJEPAS (2E350 GLAZIER -Sr Alameda, Contra Costs, Lake, Mario, Mendocino. {Southern ball -of County from north cf Pt. Sra95), Monterey, Napa, San Benito, San 7ranci.co, San Mateo, Santa Clara, Santa Crux, Solana, !S.W. from east of /airfield) and Sonoma Counties Pep 4 M) Meese Items /dew Bew.R,e P.re..n - 31 t T Preens - yees,se. Ehnen.. ass or Seer. ,. 6 17.30 .90 104.78 .06 13.01 .90 104.75 .06 12.07 .S8 104.65. .04 13.58 ..8 .164.05 .04 12.80 .77 16+1_50 .05 14.40 .77 1441.50 .05 13.835 1.04 11..90 .04 15.56 - 1.04 111..91 .04 11.77 .82 114.50 .C3 13.49 .545 .3S 3Mes .02 708J1 .545 .35 nnes .02 500J1 11.23 .92 1.35 .02 2 0 H 11 r)1 fEDAPAL REGISTER, VOL 42, NO. 78--fRItSA'f, And 22, 1977 cT.9tan e0. x77-5039 GLAZIERSS ( t') &lp tae, Meador, 3ettn. Ca averas, El Dorado, lar:posa, Merced, ;tout of Clty of Cinngstm}. ;Oder, 9evada. Placer. E.craneato, San 3caguin, Shasta. Sierra, S_sai-oe, S tse..islaus, Suttee, team. Tao1=te, Telo rad !e<a Count:ea .2teuc. Zings. Satre and Tiart buntite arzl the rasa L :',? portions of ner^ed =aunty I1cr4CFA +.5: fe,Ct 1Kt0re Petnfa_..t Oraaaental; Strartaial .Ls.se-±a and c t.:. Coats :. rt.es __.. , .base. :.aCc.dt, Lase,, i that :u t.ss of County from iaatOort 'ys to Cceorty +ln!) Ramada. Placer. PL:aa. Shasta. Serra, :chew. and Trinity Counties Calavetas and San Joaquin counties lace ;from City of Lakeport own to - sity Lire,, Merle. Msrdocioo and Smarm Counties Pegs 5 0.w M..rlr 4444 Puree S.e.SM f.fwas NZ 1 Panes f.enr , Eiscrrl sails,ce a 110.445 .41 s 1.29 9.09- .n 1.04 .LOS .OS 11.43 1.14 1.0 1.20 - .04 11.10 1.14 1.44 1.20 .a 11.30 1.14. 1.34 L.20 .04 1130 1.09 1.21 .011 11.40 .44 .90 .01 10.55 .44 .35 . .91 9.01 .51 .0 1.00 144 =mom C. CA77-4039 Lr28sSr t nt'd) ten tareyed Santa ern Camt iaa Sen francium and Eh of, tae eaten County Sea Unite and Santa Car. Cbentiaa rseeno, Lines, Madera and Ware Ca.nitte Mss t.rosa; earned. Stanislaw and Yuen. Coat. s hat t. Dot ato, Saerree-'A end Iola Counties Seeetera :all of San Matsu Goer LIEN COts.,u,c-Im: Contra Costa County Gaov n Line Equipment ]fern tors Linemen Cable Splicers Del Erste, /take and Siet:yce Oa:stiea Tree trimmer helper; Bead Clra ndean: 9aadground' 4[n ICO sapper), POYCarace; ]ec24at an Line N -does.. Man Linemen 7o1esp:aver; Starry Line Equipment Men; Certified Linean: Molder Tree ?Elmer Cable Splicer; :.wine, Pole Sprayer MUM tt61STER VOL 4T, MO. 70-.amAY, AMR 22. 1977 Page 4 Frier. t...Mt. P.....', Seale ?lowly Rases N 41 ►.S Vocation A uer Vocatione. Vocation E.n4. ,. . 1. 1' q.. Tr. 0 11.30 on .ss .01 13.17 .44 2.00 .02 11.11 .73 .75 12.03 .35 .45 10.75 .01 • 1.40 .40 1.00 10.03 .32 1.00 10.0475 .70 194.1.00 12.1090 .70 11+1.00 13.45 .70 11+1.00 14.59 .70 11+1.00 4.14 ' .45 1% .10 1/71 0.44 .45 10 .10 1/21 9.95 .45 11 .10 1/21 11.54 .45 11 .10 1/21 10.42 .45 11 .10 1/21 12.70 .45 11 .10 I/21 z a i :+X:52:5 W. CAT. 3C31 :1¢ Ca,if.7A:10w, l0tct'd3 hero, Ii_r„a. Wart end i tole:. 1atlea 0rxassn -Incas^! 31Juipmer:t C' r.tcro j t. a t'pl.c.ra M n ruse Aaro.d, 0tanlslaaa and To -Fax Co.ot1a4 1 sae. '. ro Carle 8a ts Sn to:e, •L& ; _:]oart.; Y='SeiLL Carle Sv-1c-t i Sao and Sclanc Cwrt1.a 1: ATn Cat.. 45:1cars Mutts, ::.r, Lumen, Pluu0e, ' :..ova, Catania and unity Ccrtlea :r:Mxa _.. .- 1,::prent Operator' Zr: :• :iron.: ___z s;_.-ce.c ::peretort Mudd:, c lcsa, Sacramento, Sutter, Cola, Tea and that. per:tuna of 1112tne, El D redo, ...t40, :lace: e.+d Sierra o:c es meat of the vin 51er:a mountain Na'.a:.ned :around -en linemen. Cable Splicers bra 7 5e lc Haan/ Re*a. frine SwRrs Payee.$ 7 M l t Palen rice$.. d6...!.. a.Nar L. Tr. 4 11.44 .73 14..93 .05 11.25 .71 14+.71 .05 11.24 .71 12+.95 .05 9.43 .43 11 10 10.41 .02 10 11 9.42 .95 14.1.41 .03. 12.54 .53 1t+1.45 - .C1 13.39 .55 11.1..45 .01 11.42 .40 114.63 .04 11.30 ./2 134.43 .04 3.34 .17 14..705 .02 11.94 .97 11..705 .02 13.10 .17 14..705 .02 0.54 .70 10..50 .03 11.41 .70 14..30 .03 10.27 .70 14+.50 .03 4.17 .73 14..75 .045 11.21 .73 144.75 .045 12.33 .73 146.75 .015 00CtS2CM SC. Ca77-3034 • WW1 C MIMICT1001 SCtat'07 Sato13t Coi.rty. growdown Lineman Cabl. l,lleara San Francisco County tacietwn Linamnr 7h.'raldiam t Z s 1p1L^nra San Unit', Serra Clara, arid Santa Cue m'utl.a Orepar±= Linens; line Sguipreat Cpa:tt_-re CrSL 074.10era R1rtz R_.:...a Pa1N^s.S, llpSna, seeder, Cala+ern and Lan Joaquin 3untSn Stash Spray; Shattuck Taper: Swing atayo: Scaffold: Sandblaster Structural Steel Tram -a, iingt, Madera and Tulare 37unties Oita; taper. Spray: Structural Steel Rarlpo;a, Merced, Stanislaw and Tuolumne CCuntia trash Acing Stay.;Paperhangers, eeoun Chair: Stem Cleaning: Kate; Slatting Stray: Sardr^lasting Pero* Sole PMe1. Mead: Rase S.eram Ferman M Pr P.•M.a. v...., Ee,ne« 6:e. 404'. Ir. 0 3.20 .13' 1041.75 10.15 .31 10.1.75 11.07 .55 10+1.75 11.74 1.04 11..50 .04 13.431 1.44 10+.90 .04 13.34 1.44 11..40 .04 30.00 .97 10+1.50 .03 12.70 .47 14.1.50 .05 14.39 .47 11.1.50 .05 10.95 1.40 .93 1.03 0.52 .70 • 2.34 1.11 9.32 .70 2.34 1.11 11.12 .41 .20 11.37 .43 .20. 9.40 .70 .43 .75 .02 9.03 .70 .45 .75 .02 10.10 .70 .45 .73 .02 FEDERAL. REGISTER, VOL 42, NO. 713 FRIDAY, APRIL 22, 1977 ItECISPDO N3. CA7,-5031 RAIN? : !Coned) Monterey. San bemires. Sao ateo, Santa Clara and Santa Cr:2 Canaria exciading portions of aunties to the Lase ?aka Area) atCto Spc ay 'epers Lase Tahoe Area 3r:sb Spray! Structural Steel: Tapers - Lars, ..'rtn, slndoc Lno, San Francisco ant San® Cs. Bruno Spray Tapers Batt,. Coluse, Diann, Lassen, excldu ir.S the arrnee SE •tdcc, Flues. Stasta, Ssi iyor, Sutter, Team, trinity and Tuba ar r:es ., .. rot Tenders; Boilers .. _andb Lastert Structural .. i . SW:.n9 Stage; Tapers La _x- :z:n:7 !that portion that ..ea Lastvard of Syy. 1395, !tettear] to end One lading is . y :at,` 3r_an Spray, Structural Steel: tapers Page 9 fle.' Marls Rana Innis 1.e.f . enem.. M H 61 Pia:.., Verona fetes.. sail.. Ans. Tr. 5 u.n .» 0 1.30 .a0 .03 11.07 .99 1.30 .6B .03 11.77 .99 1.30. ' .es .01 10.95 - .70 .75 11.20 .70 .71 10.77 .99 1.10 . .00 .03 11.02 .99 1.10 .60 .03 11.72 .95 1.10 .00 .03 0.75 .50 .40 9.25 .50 .40 10.95 .70 .75 11.20 .70 .75 • DRCISt011 N0. CA77-5039 Pegs 10 PA2ITfYS, (Coned) AlaeeSa, Contra Costa. 91 Dorado, Napa, Nevada, Plater, Sacramento, Sierra, Sola.nn and Yolo Counties (excluding portions of Q9tles in the Lake Tahoe Area) lerceb Spray Tapers Del sorts and &otuldt Counties Bruen Spray; Sandblasters; Structural Steel; Sting Stage; Tapers; Paperhangers Parting Lot Striping Vert ardior Rigbvy Markers: 22easo, Sings and :glare Count'. Traffic Delineating Device Applicator label Stop Installer; Traffic Surface Sa dblester;. Strriper Helper (wheel step installer, traffic surface sandblaster, striper) Slurry Seal Operation: Mixer Operator Squeegee :an Applicator Operator Shuttle -man tvp Kan Remaining Counties Traffic Delineating Device Applicator; Wheel Stop Installer; Traffic Surface Sandblaster Helper (traffic delineating device applicator, wheel stop installer, traffic surface sandblaster) Stripes Helper (striper) MLL Needy leen Naga Bn.6M Perms... KS V Pr) Js., Verse.. &San. ..41.. An.. Tr. 9 11.12 .95 1 1.30 .80 .03 11.37 .99 1.30 .50 .03 11.92 .99 1.30 .00 .03 7.55 .50 .20 .80 7.00 .30 .20 .00 F a 0.07 .SO .35 b 9.16 .50 .35 b 6.03 .30 .35 b 8.40 .50 .35 b 7.40 .50 .35 b 0.63 .50 .35 b 6.65 .50 .35 b 5.03 .50 .35 b 0.07 .50 .35 b 7.72 .50 •35 b 9.97 .50 .35 b 9.22 .50 .35 b z p -4 FEDERAL REGISTER VOt. 42, NO. 7h-fJJOAY, APRIL 22, 1977 yr_;c_;a PC. U'7-3039 Pays 11 Isola Nee.1Y • Rest N I Fein* Snell Pe..anrs tam**. Penis Vaasa. en4/a, Amer. Tr. PA. SL ;Co0t'd5 61arry Seal Oplrettoe, that Cpc-at r _ I 4.97 Sq xpro Ka. 9.37 In:tt t- ..r 'aeratnt 7.72 S:.atlerAn 6.63 Tnn Yin 6.22 A_ -_,..fa ,rd Contra "l eta :con :1.ca 10.10 3,t e. Colon, tan-, laaaen ;Gx.'^eaatera .`.alt of taxmen Cocr.: :. y»ae, Sierra, _.tte:, and Y=na Cu:nt:es 9.19 )I ntetti c .ty - 10.60 7:esrc. %rot, !,ate:a and e.L:t au^aies A• -:n 1=ai.cr, a.tte, Calaveras s•et ',S_ e .. . , _ , Placer, ?...‘r -as, Sec:::.. . San'; w•]Ln Sinus, S.._, ...P and Yob Counties Sae Prs.ttsn runty San Matto C cnty Del Far te, 9ceoclt t, :Ashen -trr th.rst!rn half). Karin, fix, vp., 5.`.aeta, r_iat:.:a. i:aec, Sonoma, feta-A end trinity Counties 1.13 I mar:wee, Merced. Stria:sum 1 and t _. Counties 9.05 K a e -±a and Contra Costa - Counties 9.27 P.aanc, Kings and Madera Covntlet 9.20 9.24 21.54 11.79 7.72 .50 .50 .50 .54 .50 .745 .56 .71 .90 .71 .90 .46 .99 .90 .60 .24 .35 .35 .35 .39 .33 1.05 1.00 .35 1.50 1.50 1.90 .90 .30 1.55 1.10 1.40 le b b b 1.21 1.50 1.29 3.20 .03 .01 .91 .03 .025 .01 02122520/1 RD. C977-5039 Alpine, taadex. 21 Cora&, Nevada, Placer, Sacramento, Sierra and Solo Cosuetiet Calaveras and San Goecuin Ca-met/es Nuin County Pontarey County San Benito, Santa Mart and Santa Cu, Counties PIL213 =5, ' Atnnda Coaz:ty Contra Coats County Del Noa to ant Humboldt Counties PlaiS S; Steam -titters: Meador (Morthern Pelf of County), Sacramento, Solo, El Dorado, Nevada, Placer and Sierra Counties ;excluding Sake Tahoe Ares) Lake Tahoe Sou /grin, Mendocino, San Ttaneeacn and Samna Counties San Benito and Santa Clara Counties ' Ban Mateo County Alpine, loader (Southern portion of isty1. Butte. -Calaveras, Colusa, 'Fresno, Glenn, sings, Lassen. Madera, ' Mariposa, rer_et, ltsCoc, Monterey, Pluaas. San .Joaquin Santa Car. Shasta, Sleets, Sisttyou, Stenisleus, Sutter, Tehema, Trinity, Tulare, Tuolumne and Tuba Counties Lake, Napa end Soart Counties rage 12 tw lw.ss. 4 grMee 3na6,s Paten., 1c 81-804 Prsieas YaeetMa yrnTi. $ 7.455 .455 I 1.40 .20 9.41 .90 1.40 .90 1.12 .90 2.40 .30 9.15 1.00 1.76 .30 11.90 .70 1.40 13.19 1.25 2.29 .12 11.97 1.25 2.29 .20 11.33 .71 1.12 1 .05 13.31 1.14 1.60 .19 10.99 .59 .60 1.95 .10 11.75 - 1.905 1.50 1.17 .15 14.20 .90 1.65 .14 11.74 1.05 1.65 1.20 .25 12.60 1.33 - - 2.00 .10 13.11 1.13 1.29 .16 ir el el n T IA FEDERAL REGISTER. VOL. 42, NO. 76.-Fl1DAY, APRIL 22, 1977 .',Rots Zr .n. Carl -s4 n - ACPns• A1a..d. aN Coatra Costa C,nmtte ➢not at Mtintic Iortvat /tattlers, (2 cntl.a v/o ?$s> 3[taaat:c: Lt._ecs; Pips- c:Yetaa 201 Tar naiIt a.1 Alp:na, Ca1averas, 'a:tpraaa na: zed, San rx-::n, Stnalalats and ,.c1aana ?asntita Stofers :Slate, •_e t-.a.t.a, aX DSL't t,7 NIt RachLne Op.razor 9atte, Slcsa, 31 bcado, Glenn, :cases, t c, ?tatats P , Rasp. Sierra, Sisi:roc, Satter, Tanana, Tr ity and 1,.:]a ccerties Roofer, Pre: r#2, RInSa, 10deta and :dare S. -antis. arena :wtw. frrs, Senemino, bps. n:coo a4 Saxra C. -unit -es a .fe ra aortera; tatt:.ten (2 tattle. .to pugs) 51t=aatic; Smaselera; lip,- wrappers; Coal tar pity Cel `one and Ss:ac14t Coact:es :nft: s atn:erey and Santa Qua Cne-.tieS Soo fez• San ?rarctsco and San Matzo Conntita anotar3 Mastic 4orkara and .rettleaett 12 tattle.) vttbvt pays Sttc..vtie; 1Laseleca; Ploonappets; Coal tat Dag• It bras SO a!y P .ma D •10 0...1n. Nye.... 0117 PMii a> flan . tt.ta .. m1... Ana is 1 L S S Y t 3 G s & it xg 010.04 1 LID .60 .54 11-1, 1.10 .6o .04 11.3{ 1.10 .63 r 11.n .Q 11.44 .67 11.01 .4 11.35 .00 10.13 1.20 1.63 .04 10.30 1.20 1.63 - .H 11.13 1.20 I.63 .04 10.32 .73 .35 10.75 1.13 10.03 1.13 1.10 .04 11.1x 1.15 1.10 .04 11.13 1.13 1.10 .64 a0CISIra 10. CA77-5039 =CMS (Cented) 110edat. Seeraataab and Vole Cantles Deotera felat.. t1L and °woos it ion: Pamela_ and Ptte San Danito and tanta ^Ina. Oamt10t- ¢aofasa; tattle (1 tettlel SE=T CA.', aC'SV Ala,eda. Contra Costa, laps and Solana Cccc tie, Alpine, Calanraa and San :cocain COTtles Lrndcr, to;ta, CI Dorado, Glen, Lasses, 0nada, Plec,:, rasa, 5acrazn.tz., aaata, Sierra, Sutter, 4Lmma, Into and Tuba Cbcatles taripua, Started, Stan!alaus std Telw . C .ntlea Iknters7, San 3enitc, Santa Clara and Santa Crus Catnnttea pet Porte, Lake. Ruin. )anAtcuo, San frarrtsc_. Sarre and Trinity Cr anties San tatec Cscrty RNac and S 1st _yar Count lea Ream, SL -spa, Madera and Trlar. Caanttea • FlOHAI 10013111, VOL 42, NO. 70-4510*?, !flit 22, 1977 Page 1.4 Vaal Neely fovea. rasp S...fl es Pet..,.. II &V Pea.Ir. y.avri.. t ..tn. Iqe. 7e. 3 10.11 $ 1.04 5 L10 31.00 ,07. 11.11 1.04 1.10 1.00 .07 10.10 - 35 1.14 - - 11.15 .64 1.15 116 .04 11.77 .6i' 1.40 .02 11.01 .64 1.44 .01 11.16 .60 1.10 .06 11.11 31..66 1.143 1.113 12.30 .46 1.74 .12 12.62 .66 1.61 .12 10.265 .32 .26 .015 11.70 .66 1.22 .O1 • ct":_$019 ran 13 DGISIO6 too. CA17-5239 909e 16 I ?Iii6 1.121E s, AL,'_ne.. Mader. Sutte, Caameras,^,_isa, IQ Dorado, c1e-n, blase: (tacDadlo9 "ray Lase area). Merced least of San :cegein aunty, a__ -..as. Sa: .oae;,:n, seta. ra:cnto, ]GL's Let , Sutter, tira.a. i-i._y, ^cl..n, Ycto end T.:?e Gxnt:es a.d t*.csa pert -Sass of 22 ncr.a&, Devada, Placer 1 and Serra Coup:i[S (ercLYlnq ran :shoe I:es) i Soney Lake Area and ate a'ne Axea i t_aneda,' Cstra Costa, lake, nazis, .. _e=;:o, Mezte2, I atr-te.ev, rasa, San Benito, S.... Pray=acct San .Seta, Santa Clara, Santa Ctz, Sear, a-'Sccoaa Counties I SP rsxi.3 r:-2,- - : i A1aMl1. tact,, Costa, Mar in, 1 P. [: _ v SCLICIO i r. ::_..ties : Eri::-_ ..::es ST°lY _^_ 4, A.aseta and Ca:tra Cotta Counties Del Norte and 8:aoidt Counties taut Welt O Fd.e. ia.CD. Pey.mts M E 0 P..a..,. Yace,y Ed.ceNae .ai%c, Awe. ;rt. 1 10.23 .79 6 1.25 31.00 .16 10.65 - .10 .20 11.30 .60 1.00 c .10 15.61 .60 .90 .09 14.21 .60 .90 .02 D.30 1.25 2.29 - -.165 11.66 .61 1-12 .65 Ta@DA32c POOL :TS: iiaeada, Lb_a Caets, rre1 Sotto, E-Co14t, Lake, dart's, ks•..,im, Maas, DG. 3tcaciet', SL^ }late°, O lsk lyx. Sclan a.-..... and Trinity Counties 9avada, Placer, 2.1=n, &car_^.t.:, Et:ata, Sierra, Setter, terns, a_L, and t .P;a Cr,mties TILS Alaro!a, Sutte, Gauss, Calera Costa, 5,1 Norte. S1 Wralc, rat., t.nzcz, $rr ln; Rr. da, Eater, Plata, Satracaoto, fart !wn Franeiao, San Mateo, .Tanta Clara, Stasta Siern, Sisk'1u, Sclanc, Scncca, art ter, Tehara, Roll. and Yc5a Counties aLaveras, Sad Joa-.._t, Starislaua and Tatlt=e ,C:ntt :es Presto, Ei-_s, P,adera, Mariposa, env:ad_ and ralare Cmsnt lea ns,[crey and Santa Grua Co.atlea 6eJc Henri, Les F.... Sato. P.twn M i 0 Paws, Y.. - Ea.ase. ..2:.,. Ap.,. 7,. $ 11-02 $ L60 .93 51.00 .1110 .60 .9a .25 12.00 .98 1.20 1.40 .095 10.27 .5S .30 1.40 9.60 1.00 .50 11.93 1.01 .93 FEDERAL REGISTER, VOL 42, NO. 7i --FRIDAY, APRIL 22, 1977 .:.CSItrr 1.o. cA77-5001 7510 R^tI?M r - • . A-4kna Thar'= :.r7; 9 Ras.. 17.1 9577 C -L' htse 0Qr -Lacer >z_ a-^a3�t : 7 -Car i=tw 2 y. • m. a -.;ia mOr1Oct . 4% Li`-`1°"'fl• rata sa was a flora` _. 79 :f barLc x44:7 ta4��Lot f azt c b S pears as a till 7sl Cts01te 51a 01a4 L1 t. -7a A t'rt P. 7. A - er xcs_ t,a, 7.12/-, 5 1 7`a: '..1,x" • .. y,az; 5.11 (. - ytoot/Jo ?�� 5 -ar h2 maa ...co 15 yccr, ?. 13 v ' bor." '.4 iN�A2•-r .ryb: ores-: 13 yv.-a 7.53 r act/ 'sr :vcatln 9=_ C. t777+;c.t CG:1'-.^. t 1.7.9,7.5.< Son '-_c' the twat tin plan Awe file a 1.21.34 yaC and 001'_sy 6.rafit¢. - rs3® 90. Qn-50»- L1.'3970 • (Gcca1pa3 0:a,3. 11 Gray+ 1,' Coq 31 LIMEYS (Ttmael and Salt +nrt) Gray+ 1 Get -_-.2 2 @c 3 Grasp 4 3.113CErS (T:acAL10 113717 I Page la good, !Sin fly Eisele. ft... - Vannes ...Le, . A 74 $ 0.295 $ 1.00 0 1.70 -30 - .10 0.52 1.00 1.70 ' .90 .10 0.795 - 1.00- 3-70 .30 .10 0.349 1.01- 1.79 .40 .10 0.245 - 1.,A 1.70 .i0 .10 9.347 1_.09 .'7 .50 .10 ' 0.195 .. 1.CC 1.70 .33 _ .13- 0.143 1.x •3.70 .04 .10 4.045 1.00 :.70 0.755 1.09 1.70 .90 .10 1.165 1.00 1.70 .90 .10 0.045 1.:0 1.79 .>4 .10 9.545 1.00 1.70 .50 .10 9.555 1.04 1.70 .34 .10 9.375 1.00 3.70 - .90 .10 9.20s 1.00 1.70 0.295 1.00 1.71 .90 .10 0.145 - 1.00 1.70 .90 .10 1.049, 1.00 1.70 .90 .10 RDERAS 11GISTU. VOL 43, NO. 71-911DA7, AR11. 1T, 1977 On -S225 _ Rey 13 G -v-: -. n.s'�-'�•.Ilrar7 ax lee -s: sent, wc_^s: Prd _; _ tai_e:'Sr:ntar. fa 'liar logloalxr Ltd Per O .tcttt :I cc.f. . ^.:F* r:s ct z-..; '.Sttt =axe y,, : acre to pan *art: :cadet= aaril:Crc:eta If: yard and .s!s : ar_'_r t`c_:ng: CL granite cart E^_C ter, tree es:::... -- -ors. - ;:rten Ec=�C"ALr C2 12-aF." flora; :ace'_ i of 2i -»v cv-: li Lnere s, a: t e _ _„: ; _c-cn. Teacare z2 -=e a p-i co- . 2.:n Me similar • . ..a. _ t for e 3 :y- c , .. l^S3 o- ee a._ _ _ S _ tc.` 4r.r'-e P ;re.-s, Ike se :ztr rsr co-riuf.t layer a, p_zeuc pipelaiera: ?Tat Loft at+ olecti'-u ?near : ,zc-es: P�+rr • o sail =as ; Ram oat Tre ers ..t -s - and rndc ix t pLaci'g ▪ R,trec ccc.c.ete e. .ad rK cz ,) . ___et, v NJ or s_ni:ar ).271 *.and &da.l:. to- -_earn*: niv se=taco- Witt+: SSoto- PLO t'.L: _' all er ..an., is u: and Diems. ;nk :,.-�`rs. ?c -.,•a-., � Gansu:, 14.:z:.axe: 5:4'x'•1:5 and A:gge0:: rare Cleaners; Tree c.=acre1 y tra-acre-.d - 1,":11 float • t lacer e:s' sort; :i_`rs cat s: �'i-Ta -it sa0ine; _ Pipe lif• or we:. 103 :a,..- resole or over): .. - a.iat r.'T-: laver teas :]^ corteCt:on vith • x:c C:, Ott' -n i _ ::1 Model T'i- ; Gardener-:t^wt RL11 M.L3 Tract drillers: Jett In ellle a: and 1a: 1e 2 .frills; :. ne ]:amid �::`_r s: Wagon drillers: Mrc^aoiul do-: Lars - all des r2 _ - d:ess of type or oohed of c r; aalltiple unit 3 mercers tax' P-.ate:WW-: All .art of loading. aloe' -a9 '• last: --g of all powder and erloa:ras of shatever type re- 5ea2 ess of me e. —x_ used fat and )earl* and placing; Eig` .,c__._s (:,-„-,—':`9 d:: -:.'H of seal: tee-_ t es: Sit grinder GrG1Y 1:'0): Sever Cln_re:s Gras: lie): i_rning and •aa 2f-5 _ rxs!at IR. Gtt-5031 -rove= (C'st•C vise m Grow, 1.441: Repair !:retie^, ac0 roe! teds ;tot asad Gamer Wort of =tea? after cover has pie placed). Btw. ii.): i4 -Nor rs on goceral coeattscelce mat as or in yell tole footings and a` -:'_t On* it!): Contra Costa County Only: fleetness, Caa32ers, acndarse Pipevrt?pets, C- duff Layer.' and Plastic Opel -were; ;Tessorn Pic Inter, no ]tint pipe sir ieping of sae, 'a,.1re81t� r -:it of >oic.a. Precut fsrSolt Seth rs, Cost in plsx, Manhole fora setters tccp 2: 1tr,.:a it Shovelers; Cerent dr^pa'ra rat handling dry me:* Core -setter and a^ -Re: (clearing tort`; &c!ar IIilaer art 'C`f_ xrn. Toorvrets Cti'pp o-5 and GriofLv; ¢rtrete laborers :vet or -dry); Tender: IDW2 a".n, add_:t-rs Ti? u Rn-,1 t tons 100 11 pressurel: Loading and colcaCit.g. rt - a- ha -v' L5 ee ell TcdS and weer ivs for v: in reinforcing _. ornc:,ta ecrat cot Pittsburgh Col}2er, r c.. ail r _^e Pr 5 :..✓.wi; Voce: R efoc_, Lcl held. Tpnzuretic tz-{'.r; li= c:e'u-'rettc. air, gas, and e_oetric tools) Jacking of pipe c1ar 11 So-_t,es Coop 3: all cleanup wrt of debris, groonds net buildings L`rlading but not Lia:itad to street cleaners; Cie m:n4 and vas"._* windows: Construction laborers ixlud_Dg bridge and 9xrai `wirers: Las tan, load c=otter; rare tatct.ar: Street Cleaners: Gardeera, Limes; nrurr• Loaders: and la....___nc _k pe l l t-ta _ _ construction: manors: ?flora, it i -)entree ar -_a 'os; Streetcar and Railroad co� curio, Sracrr arorers; anal Pond Yom: mcstr�_ic^. !ruck Laborers; Tzrl?r arY air and rarer lines. Vteteullc or slailar: Tool Coon atterda..t; Recce rectors; Guardrail flectorsi Paveaent ve:ttrs Ibctt^_e aettarsl tJ.b.')R°M1S ('mite) Ceop 1: alculcsme Zit:clouding acessa. Pont:anl) tarn' arc= tatol Grow 3: tnto ndn" an Comp 3r G,ecetai T.borere M1t r C 0 ...e. . n +4—pe!n4Y. AP21L 22, 1977 t:Ics:r. ®_ CA77-4011 )a: -r3 Mime). Lai _-gate 1Erij ' 50v7 1: Olerr.5 321119r) Eeo.- .7-:;!n c ^S..eYceet txia.i- mtn: Pote%; Staff. *c ax :a1:a :==ia :zy: a escacatt1 ?rocnd iave_1 0-r4p 2' ■.'.t :Zi at:1 312ats1: .".. ^^_a TS��..^�'T-lL:r: Oarrg Ptrt.r, - tsra ;.a.; 1s L•tccl: �:�.=e9 yi. s j =s¢+) r. - c:rte Zrte]3 a_.: Czz_ ?_-•_. = _:r; lE:ac.a - ers: c .] cn ::._ v . lr2 rt.-ier :<-c: nr- a- a' -t A mt i�•c:c _ _ _e r.+:107 ... .t 1L:r6.i:y - .Cc: cA s Je .-a Y' _2-...24 `1}.'paellea} .• x :az Gz 2: 2.able.endnir G:.tcttt':^:::+�. tr_=oc.---1-s't "s"�es r134 -4=.t' 9 1. 8. Pea-, tt lrea.iari ra'vtp 4: �:'_1 "lc.y - P..s-.hsza. tx a-_��s: rcr, :.-ca - 2.4c;_-'sa 1II f7Kec1 ia9 Macij. Grail 1: 5R11:e4 atecta: [iescrring. emet 541.7.:.]9 of std. '1.9.9:.a, &fon, and 11:1 S r -z -s tl:rd Y:eCar /1.7.192:: SOS of atb.e �` 2thg mesrlaLsl, Gros? J= Central tatceer Unclad,/ an ela.eeq wet.-,.eadirq• load:" -9 and tnrnl.YI :t 44.1rla) 0915910: OD. an -50.79 POE t[`O..v1,.., Of a""74. (t:n C2mtrar-ic-.1• •.ari arzzj Z.r"'tea) rfe"6i'ii- 0i2cs wee iam CCa-- 24 Ct..: L s Lre: r . - 747 a. Area 1" Area aiw 3. Aten 4 err..? 3) Welder: es n..... oldtr) tetd t.-^ec Acya 1 scat 2 Arse 7 Arca t C •x^ 4t Caaatsll Cravat= (ail m and 2-,,,.''..,&'9 7 Cu. yds. a.e.c.)(1n.. 0280 fit) Arai 1 ].tea 1 Are, 3 Area 4 Cxcr, 4 -As Ciarsu Operator Baer as. yd'a. a.r.e.(7mej T�s Pzy} 2rr.D 1 :44:.11 - Ras tea a P2tUAI, A35i57a.V It q4. 76--flCDAY. APl11 Y1t, i n 1898 22 Safi. Res. 11/4444 Beef.., P.-e.e s IAt tve:n.c 9444.84.4 Emg. :. Tv MF- >0.1f 1.OT* 4 1.71 .x .14 � 0.13 1.6.• a 1.Tt .SO .14 9.41 - 1.07• 1.71 k .R .11 9.W " 1.0.-' 1. T0" .da .14 9.91 1.07• , 1.70 .50 .14 10.71 1.01* 1.79. .se .14 . 11.03 1.07• 1.79 .30 .14 11.31 1.07• 2.70 .30 .14 10.31 1.07• 1.70 . to .14 11.15 1.07• 1.70 .aC .14 11.43 1.078 1.71 .20 .14 11.71 1.07• 1.73 .60 .14 11.01 1.07* 1.73 . .40 -14 11.49 1.07* 1.76 .90 .14 12-14 1.07• 1.73 .30 .14 12.41 1.07* 1.70 .S0 .14 17.0* 1.07* 1.74" .00 .11 17.93 1.074 1.74 .59 .14 17.21 1.07'* 1.74 .90. .14 11.4}. - 1.07• 1.70. .40 .14 DBC:S:OW 93. CA77-9431 SemA (Car' ['' '] :c -?A-:7 .._ nits_-_.. tic J. Jc2 iAar -e_.. t z 'ac : r t; :eve tart': P_reaa_n; viler sea 1 Are! Area 3 area i act:: A-2: 6• ---sun. ;stern rsch a dredgel; Decant.: Dec* Aces 1 A:•a 2 ✓ .. _ :.-eer; Welder; lie e: ` kec`.2-n_c Area 1 lea 2 A: ea 3 Area a Crc-n 1-4: Lee: awn: CLussNel.1 Operator_ ea . Area 2 Area 3 Area 4 9a9a 25 :,asw Veu 2.'.=.eta• + P'e' r, $.wwi:a Anent" 857 Pee... yeses Ed> fy. sed,or Ape Tr. { 0.27 5 1A7' 9 1_78 .80 14 9.11 1.07• 1.78 .80 .14 9.39 1.07• 1.78 .60 .14 9.4' 1.07" 1.78 .80 .14 9.20 L07. 1.78 .50 .14 10.05 1.074 1.78 .80 .14 10.20 1.07* 1.78 .80 .14 10.90 1.07• 1.78 .50 .14 9.85 1.07 1.78 -.89 .14 10.70 1.07' 1.76 .10 .14 10.98 1.07"- 1.75 .80 .14 11.25 1.07' 1.76 .83 .1a 10.60 1.07 1.78 .80 .14 11.54 1.07• 1.79 .98 .14 11.82 2.61' 1.70 .80 .14 12.09 1.870 - .1.75 .10 .14 baC101044 ;a7. C627-5059 !VS OCA:s 03eed3/ag1: Work w tel! .ro9elld ere*ac a (es:ept skiffs powered ty sot - board motors) 'reflood in Coring tr.e, L.''._.! s f trr;.s :3`411 end water 1-or:e craftor is the tra-spotatla by rater of perecr.-.e1. materials, equ 4esent and DYr1ie: 1"...-cklandfilacaanica Area 1 area Area 3 Alto 4 Cin r a t a. ?enchain/Mitch egineer Area 1 Area 2 Arta 3 .Area 4 Sanding and Heavy Censtructlan 2� boats (rock ae ree12-propelled vessels) Poet Operators your Centers designated: City Ha Sscro c,, to and Stockton, Califor. Pavia y tams 4 9.55 10.99 10.30 10.55 10.75 11.25 11.50 11.75 10.75 Page 24 Fria. 9e..6b P.e'.ee 8l P Nadia 9.rsua. .59 .09 .94 .96 .% As of OaYlaed, is Area 1 - t1p to 20 road miles froa said Oro Area 2 - Nora than 20 road apes end !;e frost said Comets. Area 2 - Outside 0f 30 road stiles free e Cttsaa Area 4 - 7e area eataaling 25 roe ailes f atone * aci.odes 5.20 net tour to Penal 1.41 1.61 1.61 1.41 1.34 1.36 1.36 1.36 Sao', era, lading road ailea teal sad u.14rra 41.18 1.18 1.10 1.18 1.15 1.15 1.15 1.15 1.15 Ebww. e.ei.. O Iv U *4 a u FEDERAL REGISTER. VOt. 41. NO. 79.-COIOAy eat, ^^ rt-v :L^.3;c-a IC. CAT1-5039 Mar 1043.421t _ t Pile �ivlra,2� - .ro I ` :ice Czgnu; 6 - 2 ;rxp 2141 I oo-_p. 3;a) 'raj •i,c:..ees 1.23 pet Sour tp Ma a 4074 23 Bela X"-+; tuns Pe Baer',lagBaer',Pa a n'a BS:s rowans - Yea rlae fd aniee ...4'x Apt+. Te t.Ot S I.33 2- 2.00 .SC .04' 9.•12 1.3f. - 2.24 .94 .34. 9.:M . Lit 2.00 .2o a .24 IL 19. ).33 2.04 .14 .14 IO.I1 1.JI - 2.:1 .9t .14 .:,.49 1.35 2.ca .90 .. .24 10.44 = 1.35 2.04 .3'4 .24 11.32_ I. It. 2.30 .70 .24 U.11 1.35 3.00 .10 .24 . t See and ea _yore Tort . • OrCRalm :o, on-So39 • pars MCI:Flea =11:44Tc (fileds Sew) P.ge 24 Cooep Is sea 1.44444 to Engineer IPIUeaa, OSLr, Dona•.^.•) Grasp 1-., Cocas= Operator Crop 1. -Da 9roea eras Oiler Group 2e M:i5 2Z slst IbaiatSay lateral mlfl Group 2-i: Cocr»ea $rrathr I2-i): Ceneratac I10C tar. or arc:,l Pa?. (2-434 Sie1diag a �!:< 1) Rowerad.or :aaa by Oise tricIt 1 Rog 3. Ilec2 !motored; Purl 1.112; a -)same el'yrop2.e4 Ia type 1lSting device Crap 3-a. Odra :,ay Papa Lea and/or 261-M Can* 4: OperatIog Incglo- r In lieu of aaatstsnt `n vsginrer Tcedi."g Roller or CnoQrasscr attoend to Crane 71:ear the:: 3 *rat-er of Pitt -driving lido, Ski or Floating and Derr::3 'anger; tpt:atnr of olee,l or :aaoline po.er.d 'Irene 2tledrlvez v/, ci1eq ap to and Inclndi q I co. yd.] 'toner Crate, y to and 1slvdi ; 3S tors Oo sting eater Sal only Group Sr Operator of Wesel or Gasoline parerad Cana Plied:twig (w/o boiler) over 1 to. yd.: Operator of Can ;v/aces, !Lath boiler, pimp =r c^.r:erocr attsCed); Operacor of steam ;aired Crawler or tTsiveraal type driver ;Peyeasd or 31.1:1a: ty e); =rued Crane, Wes 25 tens 5cistir, mterial Or performing ;flees:ving work FCDUAL t1G15TEll,-VOL 42, NO. 74 -FRIDAY, APRIL 22 1977 z Fs 2 49 Denies it. C;:;? -5939 ur, l: Croup 2r Crop 3r era.? 4: CraJ 5: Ct :y S: Crv? 7; :3« 2: Grc;p 9: Croup _ -.ucrp Gc- Go-_p 11-A: Group _: Croup 11-C: '1rcldes S.23 pet Seer to Pe-s:cred Sea :: and 4llare Pasta 21 EBr2SICat V2. C 77-5039 Bev: Marty R sr: 8sac Ms.ds Rohn Rine L..e„ is Ptpn 1s 1 M &V Paeuw> I racers. Eabc.s:aa .2✓.. 17..7- . . c.-- :• 1..33' t 2.00 .90 -LI . 9.05 10.45 1.33' 1.00. .90 .24 9.14 10.44 - 1.14* 2.00 .90 .24 9.01 , 11.21 1.350 2.00 .99 .24 10.52 11.02 1.15' 2.00 .90 . .24 13.17 12.57 1.35* 2.06 .90 .24 10.32 1.7L 1.35' 2.00 - .90 .24 10.71 12.12 1.15' 2.O3 .90 .24 10.14 1224 1.35` 2.00 .90 .24 11.24 12.54 1.35• 2.10 .90 .14 11.15 12.55 1.35' 2.00 .40 .24 11.42 12.82 1.35* 2.00 .90 .24 12.49 13.95 1.35' 2.00 .90 .24 12.17 14.25 1.3$' 2.00 .90 .24 13.07 14.53 1.35' 1.00 .90 .24 ^_2 Parat 8532P4 !7 O➢EMA,39:5 ARLLS land II) Pasta 28 Croup I: Assistants to 71ginee-a (9raamn;-±'iren:; 5eavy teary Repa_rsen. axlper; Oiler; Gtctland; SSynal.... a.ltdaa:; n Pot P t 'me ' 164-'sae_n (Beal Duty 2cpair s`.cp pacts coax) <kw* 2: Ca!znnaor Coera ; Czfcceta Tire: Cap to end ith_lurting1 Y4:421 - NrFeynr Belt operator (tar -7e1); Fur r.i Sot Planet; 9yd.-aallc: Ron".,oz 14::.`-:ni^_ai Caceeytr (tt odlthe burVi3Ing a terials); Miss 3 Operator tam -crate plat); pry Opzrx_.r: 23 aade: Stan 'v't sc-tcds)a Oar .Lass ;purr as:titer: lit=, 31 1>s Operator (br.ter3; 425it-}:ac 7adtsa: ;s:eralnn ; Voter- - au; 1ac`aoh_',., Pilar; Mcrae Carrier 103aetrect con lob alto);' Motorise Operate;; 5crerthas ie=:ect as1valt a pct:eta lacing); Sel:-prope'led, aatnratimll: ape:ir9 cxrete e_:1M aarl,. ice streets, tiigbways, airports and canals); ecetIn; Marthice Inns i:„a Sigal-5 c-paeity 3 tC_ d pih., r3er spin:, s&n9-e dt-sat Tr..n Cam. Otte_ Craw :. Ez:=.st :sc.% t.:.y r: t. L. : a ;t1ator: '.:,_1:s_ - prr e; Fez.:_- (a_;7 -a: plant); 2:e :_or 4e -cite: (ielde�itr4 or :corer Stacie: (ct s:_rcti.:on ',a] site); :tine haste:; :.:oricat on and Service- anther: ;ache and crease cars); Material g=ist .1 draa); S5wtt2ecar; tie Spacer: v srray;1a Coop 5: a -stresses Operate: (2 m 7); Concrete Mixers ;over 1 yard); Oess ate rn s or Puapc:ete Gsns; QeaeratWz 1100 1.Y. o: evert; <Snotioy Y.vc:, ine; ➢: cur -we l&.r-opera tad) ;.:yaps (2 to 7); retdrr3 .. Machines',po:erd other than by tlectric_ty) !2to 7) Z Cr r, 6: 519 Use Bo+' 2r-eton or jailer; lobe l~vee or rival Porpese 'I. -Prix -renk; Concrete Satt Plants (vet Cr dry) Concrete Says ;aell- fi propelled unit! on streets, hign.ays, airports an.; canals: Jrillin; and 3crthr, Pit Mtehis.ery.. vertical endborisantel (Dot to apply m rate:liners, vac:.^. 40 dr11L or :ectiax ers)r Gradesetter, -Grade lecker laethanical or xYer_ wise): Site)l:ne Cableway Signalman; t c=tires ..tarn or over 30 torsi aID91MC5 Internal Pull Slab h Slab Vibrator ion ai orts, hicvais, canals and warn-msaa); Mechanical ?inlaters iconcrete) (Clary, Soensun, 9td.eIC Br Sage ..'bet or sia::ar types:, 9 chanoal 5urr, jro and'or Cart ar. Gutter Mach inc, concrete or ar±al par table _r:sbe:; lost v Leer (M-1500 and Anil;): Pores dine Operate; (settin-g slip `orm, e¢. La tsrnls); Mello; Screed:tar. ;Parker--eene ys v similar) (a ,..alt is concrete lavi:g; Se_ ou -propelled to no: r- sLngle ensine; Self - ooe:red ' Pipeline Yrapp:.g Mac'.sn, a 51,4° e F_raalt, CMG, (sailor tries: ; 51 Prms Pr 'o (lilt;,-1 device for concrete f,nss; .tar Sir ♦ eG :lathers; 55052:.02 Easter FEDERAL REGISTER, VOL. 42, NO. 7R. -FRIDAY, APR)L 22, 1977 0l/Me iA, Can -Shia - Page 29 . Pt :Caet '1 (*MS l and la Croup 7: Concrete Cocrt'yor i Cr.-r_-:ate = Traci a !gcim pt _tad ;oco Le ngt`. 4.=/); Cex:t:e `:']�. :y c_ -g ette; test ilcSSneersl . .. "as: 3re Rtaer; ?_liar Ee':yoo Prep ar-f e_-1er tgxv::artry ASder' :or s : P::.taria. 5:3: ;2 or r.re SVater; I' �_:: al ?:nis-ers cr S-:-aft.-7 w : tcrber-- "Pre and aiztla::; ern. or fotaft cc : Praor _.,::e; ?evrrt R__'... 3reater WtL or: rtttect toc.7resoo C_�._:attt.n 2i --rot tTees , trtci trt-ted • _S 3rp:etsc: Pt -c tr.. -- :re :p_--_ _ a-ll); .. - . Fiat 1_e_ -: ➢=.G'.L c (tral-er ?-__ ._ " __ iee 15c::_ne _ for p: —:) d andrte;= art:: r;t _ gae:a aa(t.a,_ ^.r Self-p::r_ln} _ . ce lifttog (de a ('enter' runt; v _ la a ! 'at_'Y I.R.e.; i r :':fled I;.evat=y C: a ?lane; • •', Aerate: £sal_ ?meth: ;with boos;; Spi": '7eev.:: ':x2 :,ate Loetar Group a: arn:.c ace: !cr sitllar): At -2a11 Plant st-L: Paca. he:n - Coati :i>. __sr^r and not= : ▪ a or; Cx e ::at tato:.. ?Lent 's•_.t:pie 'mite! r ice:; s l.og :e;d C'-_ c:: 'derr:. Arty a . at_ TLpa::'>n t•{i=r ',:e y'nr; Ten %G Y.'_-.;. ,e .:- rill -r) t LJ_:.r' 10. --der; • :a de. B - Mechanical 11 -each Stine__ _ aE_ng a.Yl Sreeoi g - art,; Punt at; A:Sw _ea_.^:C-ring CcrolrotentIx • a -c: i -lad:: 45 cu. yds. •street' a.r.e.) &veils, .•":!a, '4.i -1D,.20, 2., and sS::ar: Pother Tired -tae: Self pr_cpelad r e:.r with Deena C.eepfxt: 7iaoe: Setadcr ;:u_.tec-tired or si.!_ err-aip:Erti; ttactr drawn Scra tract:: :rending :-artist; tr1 talc Pave:: Tunnel Yale - mor'sg wachtoe: pe_der; Woods—lrer :,and other eia_ltr Tire:U worriment) .. _ "c. i PS ie: Crain [ cgs:: Cticego'sa; Cast: arttcn tin: n; tat: O:ciratTer.Slorry _ _ r_, • Coe^<:: '-Lg!i•ne torsandc :der; Zell B_-- orwsa ilar 20 ft. or over); Jtcttog froth. _ utpe: tits, :ail er _ark :rye)! TraeCz ;with Co“ -a1 ((>'-6 or _ e__ :'miler) Croce . loam. -.7a Sect"- ' Mac`._': Erld50 Caa: :a:y-lilt far sisia:) t S.asi:s1 Crocting sa_.Sna; Lcck.•.x and tearer 'p to end LreltdIr, 1/2 ca. vd. a.r::.;; ramie.`, 'C operators required r!st owing rs_.a rota Ira Seise; ) ::::k to rctretioe of x -M.:: .^"_e:; Mu -r_'-:r: 111asithog .:Zen Sst:'7 arty 20•-• 77 31_. MI5 sa__.t ^-. act toe l..s type S:la) j Tate L•5 S2:cper •See.'.i:` 9:y; ▪ _) c ftr1 -torg and spatter `.?nE r torch: ;2 yfa. ,� to £._: ac 14 7:1. its on: 150 us; Tai nga or nt:tp:a t::ta?) t;:tyla tt1fx P.` th=war4 Eactiire ;';.o.lfs, Ironer:, etc.).(CO •s-.rao u_;:e:); pre-atrass Mira crap -?:-.v Ravtacif->_Zia to; (sa'f-p:cCsl1 a:5=5,r 2r_t}or'• _ tire! 3ctaper, aa)f-:.eodi:g !ySn^ e rh` 7s ✓ L.etc.:) :Cottle Car !tc_l,!..a r'.ata); ttn la S-gioe Ecza,tet Cl _11:se !P I a or ,` *Taal; sat- :star , :leaore'er :t`-..: ___ tea ::=u:tcr, CrC:- •- presto: hi:l Catiratltnr Tract trying tine ea t::vino ' tna !viola ersi:s wItr tandem sorepers); Train 2uClrg. r:.ctim, Vacua ^`o:tag Plamtr, ' aft„ lay Crane !:p to :rid Looll.:Sng 25 tat; G1SZixQ n. Carl -503f Page 39 *OM EQCntat OPU7t95 (Cont•d) (ATRS.F and II) . Coop lo_k: seance rtrydraullt) (aP ea sad Secluding 1 a. yds. •.c.c.); �acksoe (cable) (dp to rid iaelading 1 co. yd. s.r.e.); Combination Back- . L4 end Icy -der coot 1/2 Cu. yd. a.:_c_j; Oterin:oca Plig:t Tie tack Eaa2er top to and irclndiou 1 co. yds.) (grant attache -1i; Cr Lags (not ore: 23 Rana, la rthrtced are Gantry); Grade -ails (op to ca ixlvdi:g / cu Yd.); Power rlo;'el<, C —'-•la Dragnets. (::< to c:! irrr ud:rg 1 N. yds. mane.): 10.r_r !tare feioals eagi:e) r Self r opelled 3eo—type Lifting Dc-elat lent,: 3 -.raft: (coo: 10 cs); Self -propelled 3oca-type Lifting 'Device (carter ieee: S tons) Grew Taftanattr Concrete Sitp Pore Paver; letmatic Railroad Car ifs -re -r; Canal hrner Draic IaSfifer; Canal trifler; Canal Kramer 'sr/dine.'' f attacrants; Cer.cs io e: 25 tans •n. to and including 125 teas): Contirccca night Tie Be:A A:J5er over I w. yd. rLnci-id'na crane): lkott travelitt 650-E-1 or sialiar (45 tans of over): E' ;M aSLeway ac (over 5 t s)! :ca^_o: focer4 yds., er to and LxLdi.ra12 c_. yds.;; ?ever Ea;e iealti-anal.:); Power _^.r.eCs,=.'arsheUs, .^.ac.:ces, 3astaes, Grade -a=:3 !over I yd. and' p to end including 7 R, yds. s.r.:;; doter - tired earth as:Cry z. i-es (eultiple propulsion power a. ins and two or wore scrap•rs) (up to and including 15 cu. y+,s, •s_ucc• s.r.c.;: Self propelled Compactor (with alitiple propulsion perer hats); Single engine Rubber -tired tarthxvir5.'4Ciner 'watt tandem scrapers); Slip fora Pete, (.:scene ^r as-^a`a• Carnet Cat Tale: :raves et tile; Tee -c er (polling attached 811efd); rniversat :ietAe: and Tower Cranes ! a.^G siat.e: ty7'a',; 5!`_es_ _scat: "up t_-. and La.:Cding 753 :..:.per Sofa:; hta:ley Crane (own: 25 ti -IS: • CMG!: =l -'a; Se-d'va',-c:s r. tarcaunctic. with lee,: 3:caystor); Cranes Corer 125 tans); Loader (:ter 12 ea. yds.; u7 to and Including 18 0- . Power gnevea std traSanee :zee: 7 w. yds., er.c.); aster Tired W_.: par cce Loa_^ )tvi;-g ahc`'-nes (2 :mits over 7$ as. yds. 'rroce• e.r.c.); e21^el ' eavat r ;atr 750 c.. yea. per Sour) ' Gctop II -4: lever rower 18 rah SAO droop 11-C: tparatof of 3e1'rcpter (der; cued in e_rectlon wet); Rama ' Cstra11cd lir_satr P:ti,thaer PFDRRAM MISTER, VOL 42, NO. 71 -FRIDAY, APRA 22, 1977 z 0 n N NO. C177 -S^7 I s ac;s:. 'c 3r 4 ya. water { in,::::axs or toms driver; 2`s:ete ,ice sact ser C cc: et1 Ia.�f trice O.L.G^. ___ :.act tot r is snit ' y"rcri` _e fldt nods rat, ( x:-:.:_ a� •.+r ;'rr_-: 4 y+3. r_ _.,,Yts tr_- yondo:n4ee-S. .ctti re_i: _ . ;crier 4 i C 5: .ansZI: :1__' 6 pilot I car drive:: R:; rt tr_•cx i.L%0 fist rare ti _x Is sod arc:^y::.r flat tact :ate 1 6r -I"-:. e _y: Plcr._�.r; Skids (_m_._s one, = ier 4 yrts. eater 1---:: rtss _ . _. . .::xb (c yper-tatf concrete Six, - I under 4 ',is. rate: 1x21); i i r. 6e:2e:a: ita:eo.:s.be • _- ...._ _ =P5J3. C .r/wo __. and ( .. .:vJer 6 ... xr :4 17-7. .sce? •6 '�_s. water :•. rte e :4 yds. are .'.r r yrs. watt: level)) ( r sOtr ( 'i a 4 :. and ':rder 6 1 ft. ''mete: :eve Skits Ide0rie :ex 4 yda. and under 6 ;.1s. water level:' SIncle unit flat race 11 axle dnItI; I fostrial LIft `4Ce (Y 1- =f. .:_3r :Irate. ate, e 4 eds. end ...molar 6 eft. eater JnelI . '7.^:w TafCe and N.:3R =XX ;order 2.510 gallota) rage 31 :tad, to F4444 9..•aas P.tass s I Id +(.9 1 PF.Yoet r. t,* E•lresries ...e ter R;yr. Tr. $ 1.905 $ 1.155 .70 {1.00 10.00 1.115 .70 1.00 10.01 1.19 .70 1.00 1 GEC1S10at S. CAT! -5019 TYtfl 01,111/FIRE: (Coot •C LIPP .7111=9, Torn Lift S.AIi':: ICS, R.IT13= Irian 6 yds.) Yx^sA ::Q ...ate. !3.500 gallons) ACLCiGi 7_9E3: Single atit flat tGk (3 axle uclt) ) Industrial Lift tr¢1 (nocf.aficat tailgate) I �Il rum: tired tracer ('tart coed v:_._n terSttx• jutra'fiction), .1ST'IIC, TRUCE 6 MEN. 74001 (2,500 gala. under 4,000 gale.) CP ZNN.'':JN a: Nal 'RU in t% drST; Transit. Mix es stator ;6 eds. are v!er S yds.) Ct(1JOe 3,500 gale. std coder 5,500 gals.) Rib ffii-SIRE➢ IOJCE CAS (not self -landed) FEDERAL REGISTER, VOL 42, NO. 7l--FRIDAT, APRIL 22, 1977 Teo. 32 Miss friar N.ety Rene S..ssE,s Fata..n a & 9 Nn,),.. r..etran ES. CNN., :/.. MP,. T. 5 10.035 11.295 .TO $1.00 ta.055 1.195 .70 1.00 10.0:= 1.195. .79 1.00 10. 005 1.195 .70 1.00 10.10 1.195 .70 1.00 10.1.5 1.195 .70 1.00 10.155 1.195 .70 1.00 10.165 1.195 .70 1.00 10.175 1.195 .70 1.00 1C3 ✓�_ U;i.-50:9 - 2ana 33 00[13103 90. Cs77-50)3 Pad. >. -xz Jlw_.T=: r c,t:'v _-LMCC .' C." 7:1":121,-..1-= ;vh I o s - _, S yd.:. ,A ▪ e I ra •vata: :rx1)t ▪ tad.- '--_r a 'eA:as ` `i% z_ and =▪ 2_: T 1 .-i.vat.: evc ; S_�s ;nom...'' tax. s;_:_'m4 ,z+ -St a Trivia :-.1r: r`. 1st_t ratan, k :cS. m _�vr 3 . .sue sr:t . r • c. ... act*: t and :t. -s :J i„ ocr Tnl'ro'9CE2 .t(ga Del) :Lc9 e-{ 203.;-(8 ^XA C4 Jt2._Za • T.lv Ma !:._ A:.9 .1 .( r. _ r:w st I0 'ids.) :Z,Ct -5.505. gals. srd ::_r: 7. ¶ ;L: ;ILIA .1 15,22; 9aIt. .4 rrac 7,:39 gals.) P _ xr r':-. - FriM Sanwa P,, ..n N 3 r 4 / fe, in ' ,.a_w. E�e+4.a ,tar 1 APT. Tr. t 7:.0.28 i 51195 .71 93'.00 l- ': 10.215 1.113 .70 1.00 , 18.27 3.3551 .70 1.00 10.2!3 1.195 .70 1.00 10.153 1.195 .'0 1.00 10.215 1.195 .79 1.00 10.31.5 1.191 - .70 1.00 ' r2.= nry s 'Cont' 19.41:M14 1la AGI+AI44 (ono 10 yds. t*rocr,L :2 t.) • r. -:a (r/zo c' -?^_ice S r.7.0. n.1 71 yd . cats:- 1:.vs11,'t ,O CS yds. and ircludiog y+3_ t7tvr revel/, -...r.. (S yds_ :a. and 1=1...L' 72 trito: :es_1_03 5.713-0::7 EQi:F1 Y M ....cover with ::.L.11.1 fdlt.71, D -x. 3 r a. - rE 1.__._-f.7g 12 :c . rotor les4.), t't'-fir Jo N:{'a tr1'S !octet! as, `_ /da. and ' 1,,1ud , i 12 yds. .-acar level), Dur ote: 13 and LncludIrri 12 yd.:. rata[ 115-!1) =.3-1 tin :39.1x::^-;' (9xe.a_ez) 1a't :71 ?a'.3319 SLn AGITJ.^� (ova: 12 yds. L•ro.. II yds.) ISL.9. t...Sn P.-...tr kwdv bro. H a V P...:... V..,.;.. E3srns.. ._ .,.` La . 310,395 3 1.195 .70 51.00 . 10.44 1.195 .73 1.00 10.41 1.199 .70 1.00 10.155 1.195 .70 1.00 FEDERAL REGISTER, VOL 42, NO. 78--fl/DAY, Anil 22, 1977 �3, ! flt 2 't9 rA. G?7-50333 OWe l9CLSIm W- 0177-5034 Poem 36 PC 1 _317r:1 :.Ac a -;.r, c"er 12 y0s. e.•d ..x:`.. ln y- It s. watt tai a� e- 12 re 484 _^ -ii:; :8 W- eats: leave, ar -eai .rove: .2 =52. Lc:_d::q 12 ye. ; __ter :aver 17 Mpr-,._-cS::r1 :s r=i- ova:ter 2 ye. atst Lycl...e3n5 18 y::.. 13 ry ;re-ca.c. ce-e a3. xe: 12 . ar.-2 inc7.38eru 1B we ter lever.) i T.E. Ca 577_77.a.8. TYPE .:a : Rat !'MST L?ALS9.5 �3.:.d C3RYd T<earoa (vivo axe:. over 1! yee. iai . .. ..dine 74 yds. waer. :natior. _oig and . . . :railer:: '.�--/ (aver 18 . . . end :m:.:d Lx• '.[ r7s. :e.^:' D_7 'Crtte P,er oc:ad i:4 :4,;e-;. water el - ; D c ,51er ;over 18 yds.ncaincluding 14 yds_ ',aster .)ever;; Ysid ;debris Gas over :8 Ida. a-: i.x:'x!i^g 24 led]. eater 'level:: ^s.sit a'3 1.9:ter:or !over 1. yda. _.:o.,-, :6 '_ Tr'._.- (try pr. -tat:: c7:7:77777. eta a_,�ovar 17 ;dc. are. includl-y 14 yds. water level) Heady de:ea frig. Be.F.i. 7q.0en Hid Pet Petals.. Yeas.* tat:iin ♦sen. T.. . $ 10.44 1 1.145 .70 01.00 10.54 1.155 .70 1.00 10.575 1155 .70 1.40 • 10.5,,°. 1.115 .70 1.40 73i7L31M1tteSt (trmrt'e) 9.^..: CI ? S'Z:S. ',why . acts. cue: 24 73s. a1 isla1trn 35 yd -s. water leae+ri Rt2a (^re: 24 y^3, and i clr'i.,e 35 yrla. watt- icr.Z) 1 >: sr zzta (n -c: 14 7's. sad ireluC:r,9 35 p.a. c_et lenel3i t'C'-3ta: ;oat( 24 yes a.-4 inalnx' 35 7-t-3- .-,- :ez3?; c i2'r a -1•a ,,.a Dt.`-r etrillur cut ti e, tarn , -^.a. d.::..s- flsTa-uur:.:.._ LY11.1 and i3:.ul t_ae et1T =mat -tat: ?Cite; 2.3a. Dc water ta--_trai:era is: fuel and/or grt,r, tea trailers e- ct.a: trance; Skid, - (Grit -LS `.,rd, over 24 yda. and is1•>:z3 35 ylx. mar level); 3o_r (dry pre-yatc a nc:era nix, over 24 yds. an lacluding 35 yam. vete: level) I C.a +n ".-. SPszkom to/yo Guyer, over 35 yds- and i c sdLs 58 yes. water level); !t -:o 'c=e: 35 _ - . rl:x•!- 54 yds. alter level) rtr_torsi lower 35 yis x and i :ndle3 50 pta. eater level.); 1.2>1tar (owe 35 yta. aG !nclndtr.3 50 yds. eater level); S=leds Sdeb:is ter, tied: 35 y -`.-a. and laclediag 50 yds. cater level); Trucks (dry prei:J ca.crete miss over 55 and decd✓3.r,.y 50 fas rater lave_) KOMI. RAISTR VOL 42, NO. 71--FltDArr Aflll 22. 1977 910.44 19.71 Fi.pa tw..Pn P.....•a 15e E.ica.... Para 'Nona. i '.3 sr«. Tr. 91.245 1.115 $1.00 1.00 Z Q 7 Ors " OCstcu +5. U7)-5033 :95 Y_.  ter , antra ES yrs."rot z /zee Llr ir. _ ae.: : :. tr_' ::.err 65 cite: ;cfli; _.. _ f: Inc !t^n can. -c ��rz��r.t s_n c: a?e:lair) 7 arLd= ��J : .. U.:T.. - t5 TJ. _ore! er '' _ .,te tars ore -j:_ -r. i2 r:: 1r _ptz. Let racer i5 " . tor __ $ WC.94 are:, are: 65 w's. I 'rear: a_^ " If5 w . r4 1, :c ,:rear ;Cat: 15- a. r,d I _ ._'tag : vet: Irc1): ?:.^,x:a: f! e. rd _-:.d' i I 1 a- nos: elcv<1;1 e _ 65 yrs. and p:a. toter LewD r ... :. :( rare`,Ctr. '��x_-ate car .: . and s: -Cloy I 3: y_e. 11.01 i a'ro -teraj. 24er.. n 'arse --s &tier, c-ri 11 fie Y . e IIclvM2nA 55yfa. inter 1 irot): "tp j c -.t: It e.4 fr.:It:tn.: 55 yds. rater leaet:, fr.c c, err ;0Cr 6_ y -e. o 1 :xl_':.1 I: y2a. not: are`_; 2:.-p.t-e :over { SA' yea. a - d 1-t . ;Si t_ ._ ` etc: :roll: t Ertlfs. Kafiri 1 to:, ever ax. .w::ALS I e5 Barr C. tar..: -:1)l tot eery ; a-Cstth ercr ate I o'n' 65 a. 474 L^clr:::r 1 0$ yda. ..re: lorei) 1 Gay.err. T Ts. 0Sx$tai ID. cs77-3QSf_ ULM,. o!T.Y_.'"Mtt5 for 2V,E5 E.Z.ttr Of3Y1i ES *4571 1: all cos not 1acluEed Nola Irma Lae . - defined Wogs. inches-4Act irete. inches -4 In * " nlpvi '1 e daeceiptfoo rafinri. lelov wit Is'baszd wirn ?War 31 and raa;e lines. of arras 1 end 2. -. lerirractne. is :Se ?scifLc Ocea: on the cets t of the Scot tly Tina of Tarcs ship 175. :Slant att.r 7 aloes the ttnetherl7 114 of " " ror-"..P 112,, crosa'ti -the. ffi. Jia_.e eersd:r_ to the S.V2 =veer of t.oOr'.i 1%... - ssrge fE. t, 2alt" e lose Iles and xr_dfn, aw . rlts�te o'_.e:t to the 3.2, cart: of :ornsit? MS. 'wage 'there& Easterly to She 5.2. cone: of twship 205. ." roe 13Ea. :s ^c 17E. 'Throe Se _'��`.. ' .o coiner the cor ner a: -of w La - _ Its, care r Thtthe eer.:sto the 5.2. coi r of m: 215, verge 122, S.W.cr_,r tort _ 2'5, ,: 1'E" Thrace Ee'ctc_tyy to the ' :��. :cage 175, Tents tactorly to fah 5.5. warte of ttc.t.r^ :'Lent Brotherly ee the 5.2. cotter oc. tow."p 2%, mast _PE,. Thence Easterly to the I.E. corner of tevosh p 2.V, ran a .59 . , Thence SaxL:r_y to the 5.2. corner of ae,as:ip 2+5, g fallis on the Soerhsriy line of tinge ou=t -e, thane Easterly along the 5:oherly to" _ 1a_ry of rinse [runty and the soerS:rly botcdary of Tulare .^.Dort+, to the S.L carrot of t,\rshfp 2214, range 29., Thence Snr:heat' to. the %.E. corner of tovr.h5p 2015, range 2?6. thence Westerly to tbs 21.2, oarter of ttrtald7 215, rr-Se 22,5. Stance Aorthet'y to the K.E. tone: of t;r.shtp 033. rsr-ge 23�, Thence Westerly to the K.Y. cormer o.rmip 1'.5, range 215, thence ttcrtherly_ to tare N.!. terse: of tcr.e`tp 115, range 12.1, Thence Vassar to the A.':. corner of teetsi:p 115, range 272, Thence Acrtcrl w y the A... n-r o[ tn s] 25E 1p regee ff.-2, 2Tsxe Vs:t 21'7 to the %.Y, co-rnee r vrsi of te ? 125M,, ray! Thence 5crtherty to the A.E. Corner of tae =`'p 25, range 15E, Thence Vest.:ly to e N.Y.=once of on-...shfo 9S, ec_t 75!, t Therta l crtherly to the A.2. corner of goI-,mot: io, range ` t, TItrlts Wrote::y to he A.V. -sr.sr cif to rtln 55 ra LSLrcc $aria`:ray to the A.E. d:ar of taa_shrp 'S, ret;e 235" Mace Vcoterly to the 5.E. C;a.r: el tees`-: IS, :Irv: 192, A.L. =one: of r  ''r' Try 192, _ T:_--c.e rt-o_-.7 tc the 55, rsee I4!" ^c_ @:ectal t& c=i S,Y, se of tea -n -31-4i- fl Trt.h y terser r co r of tc-'t .> 35, rs-ge Ili, -r trsrrly, to the 2.2. earner o _ 7 Tee, red^ 0E!. Slr" _. r_ . the Y.Z'r_rt,:'o.-.-s'cf_7.TE, ran 017t .." ..t:ri._ See_ --y to the %.2. Sala >f-:ear:`ip V. rze9a -Tact.; r _ :tI e._v__y the , n-'-ehI `ht ellzr to is A.?. .. tsr0.-.r di'E:co.`.1p ?1, renew 1E2, - - IG:., %Ionize vernal; io the LW. =flat of torn t` tat tp IR, '* isrt Orly to the %.2. corert of torea__,7 152, tee,;< 15!, trio/Roca Vestat'.y t. the- ,L man? rot ttens p ,S, ccye CSI. - Th*tS Sotthect7'co eta 4S- cornet of tonwsi'p IF, utO$C 4!.' FR)ERAL REGISTER, vat 42, NO. 70- :4 AY.. APRIL 22; 1977 z 0 K n t.tot:cn o. 0277 S22^ • ALE'.. DitraiLhMS fat - zcciny-a::T^...x: tfl...a= (rot' 4) *Area I (cor'd)? . T:.ru Woeur:y to the N.W. nor er o:'towesii, ant. raazz 14Z,. Thence .4thorly to he N.E. corer es: tow':_'".i i3, ran la, :hen:t Wes:xrly to •s, tee-. totorr of townyhir Z. re ni :force v-- -,y to the E.Z. -_ o: to rain - 1C3, r 128. t rot Eaete:.y eta 2.5. toroth of £rnittio 1 -a l';, Tln,oe War:oa:1y on ^; - trot nt tr.-:nip ts,� egr 14E, The . ice Wror it y to tn,N: t,- et ate of r wr 7 iii, rigs '.l : e-ce -terry to r. . corn -Sr of `_ r. if4, ;awn 7Cte :tree f _ rig to the S.T. e r_aa: of ara.y iJ, rsitgs 22, - Thece • ___ w Co the A.S. cent of tent -hip 1 ,:rge 115, The::e gurturty to .. _ ner of _ _ _ so t42, __.:e _ 1, to, \e _.. can c _.r„r__ ` •rani, 1 sent _a:^ay to the I.E.• sorter of tc-_-c.::a p 115, :ego :55, -e Sou:nce::y o tin S.W. c,nar off roan/hip IX, roans Leis Mate tarzer:r to h_-S.I. - _ r� T e _ ter!, to ` the S.O. =mar of [_e sii Y [ rar :u carne: it toffee ♦i rt;tr CTis Terse Easterlyaloes, tee enh i - cC eeJ-..:; :3 to the _ :'c t'ery o: the oast¢ of Califon -ix, Throne Se:C+escaziy, :hence Cert.-2:1y along the Lastzr boas:7 of the so,:e of p•,r__1' tc thy Y.E. center of tor:,A:] terse 1ff., Thence 'i e at cr y to the N.7_ toner of tcas:;ip 171, range )3, 7he-_e go.:`_e-', co :Se N.E. corner of township :05, range7Sen to Wester:y to the S.W. cone: of township. 221, range ICE, Theme a::therly to :he 5.1. corner of township 211, range IE, The__e Vest arty to the S.V. corer of to -on - p 21X, range -S' Thence Northerly to corner N.E. of township 23. range 8E, e Westerly tothe N.W. comer of costs::p 2a. range NE a Nortterts to the S.W. . _ cf t .c.shi- 27N, range SE, e Easterly to the 5.0 car ter of o- ___p 27X, o- - - - -. a . 'e o the P,E corner of toes -tip 255, rants• 3. •-e Westerly tothe N.V. corner of township2Z, range 1E, yb _e N:r::-er`v to the N.5. corner of to.c,ship kV. range SE, Th e 4e St.::y to :he N.7. none: :f township TON. range 1E, Thence Sort he net; the Ms. Diablo meridian to the EL. corner of township Iw, :sage SW, Thence Vest et L, to the N.V. corner of township 34a, range 5V, The-_- . e-weferl7 to the N.E. co of .vsshc D 5. range N, :tern Wester!, to' the S.N. =met- .r township 22N, r N •e , m The _cherly to the S.W. cc r•r of to,nsho; Jai, aarye N, Tbeo:e lame Sly to the I.E. comer of :crraSop SW, rani, N, Thera Scotherly to the S.V, corner of township :bf1. range 5V, Tbar_r Eater:v • o the 5.5. corner of township i3, range 5i, Mete Southerlyto the S.W. corn: cf township 14X, range p, Theta. Westerly to the 5.a_ corn; of township I4& range N, 'beet Northerly to the B.E. corner of township 144,range N, Theme Westerly to the..:. comer of Cs:cat:1p 1424 raga N. 1u:e Some:y to the X.E. corrar of township ISf. rar.go S, AEU DtY1 1TIQD'S for Para EccLTICEW OPW,TON5 (coat 'd) earn 1 (mot'd) . - Thence Westerly to the S.E. corset of tea --ship 24E, raap'1S, Thence northerly to the N.L corner a! cc -ratio 16$, range l`:, Theta 'esttr3y to the N.W. corner of toanah:p 151, range 12W5 Thecnne Moretti) to the 8,2..cnaaer. of costs:alp In, range IN, ES-aca Vcrerly to tree A.Q. corker or tornah.p IEr, range 1Yt, Thence Southerly to the S.1.. raiser of taterfp 1"..11, tmp 14a, Thant Easterly to the B.L. =roc of crmcb p :8$, ranee 24', • Thence "+=xher:7 to the S.C. coiner of tranship IAN, ranee 175, _:Lone Neater_7 to the 34W. 1.22-Aer of taaeshii I`S, range !CV, tLtinte :n,2ner:y to the E.P. corner of tcetehf p' 14N. range 1504, T^&ace L:staar to Ohs S.", sr_ of enr_s_p .4.., mate :.', hat :f-the:i. :a tai S.W. coat: of township rant 23 Thtco _sterty.to the S.Z. cores of cs.cse:p :«, range :55,• 5 these Sovcborly to the Sa. novae= cf township i14, range 1A", ,Tins& Easterly to the S.E. corner of tcwaship _:N, range 13i, Thence 'Sautherly along the Easter line of range 1]r to the Pacific Ocean errs. --Airy that pontoon of Northern Califor_'ia within Santa Clara Co -=::y included ei:hio she fe llo Tog Has: Clore -rice at the N.W. comer of tcaeoship !3, range 35, Et. 'Jiab:o Basel:ne one. Ner.141ant Thence in a SocLerly direction to the S_V. corner of tyanahip 75. ap r 3E, Than:e!a a Easterly direction to the S.Z. career of township is, rage 4E, Thence In s Northerly direction to the N.C. comer of township SS, range 45, Thence in a Westerly direction to the 21.4. corner of township 65, retest J+2 y -. to the phis. of Sa ai,rg tb Po r_Iw sa a part of Area I also iocl- es that portion of Northern California within the following Lines: Cenesentiog in the Pacific Ocean or an ercension of the Southerly live of toseshop t, aahold-- baseline and meridian: - Thence Easterly along the Southerly lint of tranship 2N to the 5.1. corner of township 71, range W. Thence Southerly to the S.W. corner of township 111, range 1V, Thence Easterly along the Er -Snide baseline to the S.V. corner of township IS, range 3, Thence Southerly to the S.W. corner of township 25, range 23, Thence Easterly to the S.E corner of township 2S, range 2E, Thence Soutterly to the 5.7. corner of township 4S, range 2E, Thence Easterly to the 5.5. comer of to.csstfp WS, :arse 3E, Thence Northerly to the S.C. corner of ce.esh_p 25, range 3E, There Westerly to the N.G. career of tawesbip 25, range 3E, thence Arrther'.y 'ernss.eg the to=rch basaltoe to the S.V. coney of township le, range 3E, Thence ;easterly along the Fetnidt haeel!ue to the S.E. maser cot to sy:hip li, range 2E, - Thence Northerly to the N.3 caterer of township Sf, range 7C, . ' Theate Westerly to the S.T. cornet of zewnstrip Ste. rte. 2t, - --Thence Northerly to the S.L. comet of township Itl1, 1Y, FEDERAL tc4ISTFt, VOL 42, NO. 74.•-NUDAt, ARR I2, 1977 94 w rsrs: hc. an-S.a ('ine ! Satt d) ?r_c tYea_z:y eio.* tte !'�.-_Ssrie 1='r to Wws ip 'ec!V'c :L71, fete the fl/." �t" . ., �+ 111e: fLGiY�ad Vcrea : t the Ne G'1^_r:.] C-GYt t _. - at „-e X. `.Wt rs i S. tt vD able tout - cc' a- ^.nrzcy 6VJ:, is7-we S, K.. �: able peee 1 i-s a- _- Tpt_e ho -.C(.727. the ] _ = =• =-- _ f r-, INc4t e - '.e_ ms^ of t:.._.G_^pp +-'=l :a:,ge 5:, Merry( :.: -• 3.L cote. c rt-ae ST, 'SC.(' (tor "e:ly to ^e a,o. coacr of tcss:C. :!.e 'c:thc-:y , :.v -ye 9i, TF.e Le�sier�cp _>,. State of y o_fy e fl .G=. : -y a- c t_`.e f Sta e;y :rosier of tLe State of rs a.--_.cex theC.c.; of Dt::n_: _e, Pave u GI.'Y3iw neet rP, t+tTC NS T .. iv.T� ;:;:: '.zir cnr c¢rs {Cat' d) . -FEDERAL REGISTER, VOL 42, NO. 71 —FRIDAY, APRIL 22; 1977 --I C� r (A. 0 O Z I U d c o an ;I O rI ct m Z 0 t5 D ' r TYPE " B" TO BE USED ONLY IN SPECIAL CASE WITH PERMISSION FROM CITY ENGINEER -- 5' 0" 520-8-2500 Concrete Slop® a" per foot Subgrade compaction 2" Sand or 3" compacted crushed rock or gravel - — 5'0" Slope 4- per foot Subgrade compaction TYPE 2" Sond or 3" .compacted crushed . rock or gravel— • 2161' Curb Grade slope r per foot . 2'6' 'Batter I" to 12" Softer rper foot. Slope leper foot Curb Grade is Botter 1" to 12" 520-8-2500 Concrete .(s of basin Remove and replace concrete —NN a:rrb and gutter. Payment for removal and replacement shall be included. In the _- -- unit price bid per basin e:i': .u-h 3 rebar .welded to frame 4-1 l) Poured to grade"LA in place CHRHST ( pre -cost Catch basil. rjo U21 or equal, modified h,r dnseMug and 18.• death (COMPARABLE POURED IN PLACE CATCH BASINS • - WILL BE ACCEPTABLE) 1 2) UCf. 5' Saw cut .y Or A A :v•,J'tI A i ns DEFRESslort LE.i:.IL direct, by the Engrr'eier rI,rrtiai purer repress 2 rp' f ' f:r -relied cold ;rant 24 Square opening SECTION A -A ,Depress 2 below normal gutter Saw cut Existing concrete -. � curb and gutter `-Normal gutter slope CHRiS) Y heavy duty 230 lb . frame and wrote Nc i 1 C 422 Cost Iron, or equui Trench WiC'n = 14 4- , Sow cut Replace with 2 •A.C. over 6"520-8-2500 concrete with grade 35t1h emulsified asphalt tack, cent OR when replaCing concrete street use 9••520-B-2500 concrete. 6 Perforated Pipe. Permeable material for drain -oak shall conform to requirements of Sect. 200-1.2 for. .,i crushed rock. :he nearest worm - se*er (Lid shall slope to drain. CONCRETE FOR CURB AND GUTTER. the SA-. hi;'IFO "BIRD -BATH DH/.I NAGE BASIN CALIFORNIA u '973 YQ:w•aaww A PPR C.) L5 Cnv ENGINEER PLAN CA 3 DRAWER SHEET 132 Standard Type 'W" Frame and Cover Drwg.No. 3-1-106 3" or 6" Adjustment Rings or Brick when needed All joints to be set In Grout Minimum Requirements A B C D 48" 24" 51 4 " 520-C-2500 Concrete Base 6' 0" ELEVATION BOTTOM PLAN STAND=RD PRECAST CONC=ETE MANHOLE 1973 C.P.W. G.R.T. 2" Hook Ll" 2 DETAIL OF STEPS ■1 N Golv. Iron ;104 'Pi" Checkers Minimum Weights: Frame - 250 lbs. Cover — 200 lbs. Total 450 lbs. "CITY OF SAN MATEO" To be cast on top of manhole cover. PLAN SECTION STANDARD TYPE MANHOL_ FRAME 9 COVER JAI:__....i pAW4 d_. --` /IL 4'• .r -n 'Pf 1973 T.L. ' G.R.T. "Lifting Hole NOTE: Type "A" Manhole castings to be used in all cases unless otherwise speci- fied on plane. Seating surfaces to be machined. DRAW./ i 67 OA. /es < Sir4 5'%i/ EDA StIE SIGN SPECIPLCATIONS Size: Sign A: 4' x. 8' x 1 7%8" Sign- B: .4' x 8' x 3/4" Materials: Assembly: Face: Sign A - 1/4" tempered Masonite Sign B - 3/4" or greater shop sanded (exterior) plywood (one side only) Framing: Sign A - 2" x 4" nominal on four sides and center cross bracing Sign B - 2" x 4" center cross bracing only Supports: 4" x 4" x 12' nominal post Sign A: 2" x 4" frame to fit 4' x 8' board with 2" x 4" cross braces Sign B: To be mounted directly to the 4" x 4" post, with cross bracing Mounting: Signs A and B are to be mounted to the 4" x 4" post with a 3/8" minimum bolt and nut, four on each side of the sign. Each bolt is to have two washers, one between the sign and the head of the bolt and the other between the post and the nut. Erection: 4" x 4" posts are to be set three to four feet deep into concrete 12" in diameter. Paint: Face: Three coats outdoor enamel (sprayed) Rear: One coat outdoor enamel (sprayed) -Colors: Crimson Red, Stark White and Royal Blue. Specifically white background; "JOBS" in red; "for your community" ' in blue; "EDA" logo and "in partnership with the U.S. DEPARTMENT OF COMMERCE - Economic Development Administration" in black. Lettering: Silk screen enamels. Lettering sizes and positioning will be as illustrated. Project signs will not be erected on public highway rights -of -way. Location and height of signs will be coordinated with the agency responsible for highway or street safety in the area, if any possibility exists for obstruction to traffic line of sight. If, at the end of the project, the sign is reusable, it shall be. disposed of as directed by the EDA Regional Office. Scale: 1" = l'-0" A SCALE 1" = 1' *r SEE BACK FOR F RT HErt I:FO V ATION i rtner hipf4' th tbc' r- IT (Th L 3" omic Development Aaminisr tion:) I v4 '4'7. A CCAL: 1" = 1' ti • A -- ------- - - _2x 4x4 POST --- 4' I . ."i .e i sIOn -A ASSEMBLY =:-,M/1SON/TE S/6/V V. t• cl • • ..J ,b • c_ 1n 1V,£ al A =� I al 1 4' O /4%is" Jz,4 /4% et' 14546"_I y 1 3141/` t • • 4( t GENERAL CONDITIONS APRIL 1976 s•0' Orc `. v et • �o- 'hills 0 U.S. DEPARTMENT OF COMMERCE Economic Development Administration SUPPLEMENTAL GENERAL CONDITIONS FOR LOCAL PUBLIC WORKS ROUND II PROJECTS Following is Addendum One dated 4 August 1977 which forms a part of this contract, as set forth in Section I of the General Conditions, "Contract and Contract Documents", U.S. DEPARTMENT OF COMMERCE Economic Development Administration NUMERICAL INDEX 1. Contract and Contract Documents 2. Definitions 3. Additional Instructions and Detail Drawings 4. Shop or Sitting Drawings 5. Materials, Services and Facilities 6. Contractor's Title to Material 7. Inspection and Testing of Materials 8. "Or Equal" Clause 9. Patents 10. Surveys, Permits, and Regulations II. Contractor's Obligations 12. Weather Conditions 13. Protection of Work and Property -Emergency 14. Inspection 15. Reports, Records and Data 16. Superintendence by Contractor 17. Changes in Work 18. Extras 19. Time for Completion and Liquidated Damages 20. Correction of Work 21. Subsurface Conditions Found Different 22. Claims for Extra Costs 23. Right of the Owner to Terminate Contract 24. Construction Schedule and Periodic Estimates 25. Payment to Contractor 26. Acceptance of Final Payment as Release 27. Payments by Contractor 28. Contractor's and Subcontractor's Insurance 29. Contract Security 30. Additional or Substitute Bond 31. Assignments 32. Mutual Responsibility of Contractors 33. Separate Contracts . 34. Subcontracting 35. Architect/Engineer Authority 36. Stated Allowances 37. Use of Premises and Removal of Debris 38. Quantities of Estimate 39. Land and Rights -of -Way 40. General Guaranty 41. Conflicting Conditions 42. Notice and Service Thereof 43. Required Provisions Deemed Inserted 44. Safety and Health Regulations for Construction 45. Minimum Wages 46. Withholding of Payments 47. Payrolls and Basic Records 48. Apprentices and Trainees 49. Copeland "Anti -Kickback" Provisions 50. Subcontractors SI. Contract Termination 52. Overtime Requirements 53. Equal Employment Opportunity 54. Other Prohibited Interests 55. Use and Occupancy Prior to Acceptance by Owner 56. Suspension of Work 57. Employment of Local Labor 58. Signs 59. National Historical Preservation Act of 1966 60. Clean Air Act and Federal Water Pollution Control Act ALPHABETICAL INDEX Subject Section Acceptance of Final Payment as Release 26 Additional or Substitute Bond 30 Additional Instructions and Detail Drawings ..3 "Anti -Kickback" Provisions 49 Apprentices and Trainees 48 Architect/Engineer Authority 35 Assignments 31 Changes in Work 17 Claims for Extra Costs 22 Clean Air Act and Federal Water Pollution Control Act 60 Compliance with Copeland Regulations 49 Conflicting Conditions 41 Construction Schedule and Periodic Estimates 24 Contract and Contract Documents 1 Contract Security 29 Contract Termination 51 Contractor's and Subcontractor's Insurance 28 Contractor's Obligations 11 Contractor's Title to Material 6 Correction of Work 20 Definitions 2 Employment of Local Labor 57 Equal Employment Opportunity 53 Extras 18 General Guaranty 40 Historical Preservation 59 Inspection 14 • Inspection and Testing of Materials. 7 Land and Rights -of -Way 39 Materials, Services and Facilities 5 v Subject Section Minimum Wages 45 Mutual Responsibility of Contractors 32 Notice and Service Thereof 42 "Or Equal" Clause 8 Other Prohibited Interests 54 Overtime Requirements 52 Patents 9 Payments by Contractor 27 Payment to Contractor 25 Payrolls and Basic Records 47 Protection of Work and Property -Emergency 13 Quantities of Estimate 38 Reports, Records and Data 15 Required Provisions Deemed Inserted 43 Right of Owner to Terminate Contract 23 Safety and Health Regulations for Construction. ; 44 Separate Contracts 33 Shop or Setting Drawings 4 Signs 58 Stated Allowances - 36 Subcontracting . 34 Subcontractors 50 Subsurface Conditions Found Different 21 Superintendence by Contractor 16 Surveys, Permits, and Regulations 10 Suspension of Work 56 Time for Completion and Liquidated Damages ' 19 Use and Occupancy Prior to Acceptance by Owner . 55 Use of Premises and Removal of Debris 37 Weather Conditions 12 Withholding of Payments 46 ADDENDUM ONE TO' GENERAL CONDITIONS The following additions should be made to the General Conditions, dated April 1976. Add New Paragraph 61 to Read: 61. 10 PERCENT MINORITY BUSINESS UTILIZATION COMMITMENT The contractor agrees to expend at least 10 percent of the contract, if awarded, for bona fide minority business enterprises. For purposes of this paragraph the term "minority business enterprise" means a business at least 50 percent of which is owned by minority group membersor, in case of a publicly owned business, at least 51 percent of the stock of which is owned by minority group members. For purposes of the preceding sentence "minority group members" are citizens of the United States who are Negroes, Spanish-speaking, Orientals, Indians, Eskimos, and Aleuts. No partial or complete waiverof the foregoing requirement shall be granted by the Owner and approved by the Economic Development Administration other than in exceptional circumstances. To justify a waiver it must be shown that every feasible attempt has been made to comply, and it must be demonstrated that sufficient, relevant, qualified minority business enterprises (which can perform sub -contracts or furnish supplies beyond those already specified in the contract bid) are unavailable in the market area of the project to enable meeting the 10 percent minority business enterprise goal. If it appears that less than 10 percent of the contract funds (or whatever lower percentage has been authorized by waiver) will be expended to such enterprises, this contract will be suspended or terminated unless (a) the expenditure shortfall is not the fault of the contractor or (b) the contractor satisfactorily demonstrates it will make up for the shortfall during the balance of the contract period. Any waivers hereunder are subject to the approval of the Economic Development Administration. The contractor further agrees to cooperate with the Owner in furnishing the Economic Development Administration with reports on minority business enterprise utilization after award and at 40 percent completion of the project. - 2 - Failure to comply with the terms of this Paragraph orito use (as may be modified by waiver) minority business enterprises as stated ,in;;the contractor's assurance constitutes breach of this contract.' Add New Paragraph 62 to Read: 62. EMPLOYMENT OF ILLEGAL ALIENS .During the performance of this,contract the contractor agrees not to employ on such project any alien in the United States in . violation of the Immigration and Nationality Act or any other law, convention, or treaty of the United States relating to the • immigration, exclusion', deportation, or expulsion of aliens. The contractor will include the provisions of the preceding paragraph in(every subcontract so that such provisions will be binding upon • each subcontractor. Add New Paragraph 63 to Read: 63. UTILIZATION OF UNITED STATES PRODUCTS The contractor agrees to use and cause, to be used in such project by'}a11 his subcontractors, only such unmanufactured articles, materials, and supplies as have been mined or produced in the United States, and only such manufactured articles, materials, and - supplies as have been manufactured in the United States substantially all from articles,materials, and supplies mined, produced, or manufactured, as the case may be, in the United States. EDA may determine that for specific projects this requirement does not apply. Add New Paragraph 64 to Read: 64. EMPLOYMENT OF VETERANS The contractor agrees to provide certification that special consideration, consonant with existing applicable collective bargaining agreements and practices, shall be given toi the employment on the project of qualified disabled veterans as defined in 38 USC' 2011(1), and to qualified Vietnam -era veterans, as defined in 38 USC 2011(2)(A). GENERAL CONDITIONS I. CONTRACT AND CONTRACT DOCUMENTS The Plans, Specifications and Addenda, hereinafter enumerated in paragraph I of the Supplemental General Conditions, shall form part of the contract, and the provisions thereof shall be as binding upon the parties hereto as if they were herein fully set forth. The table of contents, titles, headings, running headlines and marginal notes contained herein and • in said documents are solely to facilitate reference to various provisions of the contract documents and in no way affect, limit, or cast light on the interpretation of the provisions to which they refer. 2. DEFINITIONS The following terms as used in these General Conditions are respectively defined as follows: a. "Contractor": A person, firm or corporation with whomthis Contract is made by the Owner. (The Owner is referred • to by EDA, in other documents, as the Grantee/Borrower). • b. "Subcontractor": A person, firm or corporation supplying labor and materials or only labor for work at the site of the project for, and under separate contract or agreement with, the Contractor. c. "Work on (at) the project": Work to be performed at the location of the project, including the transportation of materials and supplies to or from the location of the project by employees of the Contractor and any Subcontractor. d. "Apprentice": (1) A person employed and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Bureau of Apprenticeship and Training, or with a State apprenticeship agency recognized by the Bureau; or (2) a person in his 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 a State Apprenticeship Council (where appropriate) to be eligible' for probationary employment as an apprentice. e: "Trainee": A person receiving on-the-job training in a construction occupation under a program which is approved (but not necessarily sponsored) by the U.S. Department of Labor, Manpower Administration, Bureau of Apprenticeship and Training, and which is reviewed from time to time by the Manpower Administration to insure that the training meets adequate standards. • 3. ADDITIONAL INSTRUCTIONS AND DETAIL DRAWINGS The Contractor will be furnished additional instructions and detail drawings as necessary to carry out the work included in the contract. The additional drawings and instructions thus supplied to the Contractor will coordinate with the contract documents. The Contractor shall carry out the work in accordance with the additional detail drawings and instructions. The Contractor and the Architect/Engineer will prepare jointly (a) a schedule, fixing the dates at which special detail drawings will be required, such drawings, if any, to be furnished by the Architect/Engineer in accordance with said schedule, and(b) a schedule fixing the respective dates for the submission of shop drawings, the beginning of manufacture testing and installation of materials, supplies and equipment, and the completion of the various parts of the work; each such schedule to be subject to change from.time to time in accordance with the progress of the work. 4. SHOP OR SETTING DRAWINGS The Contractor shall submit promptly to the Architect/Engineer two copies of each shop or setting drawing prepared in accordance with the schedule predetermined as aforesaid. After examination of such drawings by the Architect/Engineer and the return thereof, the Contractor shall make such corrections to -the drawings as have been indicated and shall furnish the Architect/Engineer with two corrected copies. Regardless of corrections made in'or approval given to such drawings_by the Architect/Engineer, the Contractor will nevertheless be responsible for the accuracy of such drawings and for their conformity to the Plans and specifications. unless he notifies the Architect/Engineer, in writing, of any deviations at the time he furnishes such drawings. 5. MATERIALS, SERVICES AND FACILITIES It is understood that, except as otherwise specifically stated in the contract documents, the Contractor shall -provide and pay .for all materials, labor, tools, equipment. wafer, light, power. transportation. superintendence, temporary • construction of every nature, and all other services and facilities of every nature whatsoever necessary to execute, complete, and deliver the work within the specified time. Any work necessary to be performed after regular hours, on Sundays or Legal Holidays, shall 'be performed without additional expense to the Owner. 6. CONTRACTOR'S TITLE TO MATERIAL No materials 'or supplies for the work shall be purchased by the Contractor or by any subcontractor subject to any chattel mortgage or under a conditional sale contract or other agreement by which an interest,is retained by the seller. The Contractor warrants that he has good title to all materials and supplies used by him in the work. free from all liens. claims or encumbrances. 7. INSPECTION AND TESTING OF MATERIALS All materials and equipment used in the construction of the project shall be subject to adequate inspection and testing in accordance with accepted standards. The laboratory or inspection agency shall be selected by the Owner. The Owner will pay for all laboratory inspection service direct, and not as a part of the contract. Materials of construction. particularly those upon which the strength and durability of the structure may depend, shall be subject to inspection and testing to establish conformance with specifications and suitability for users intended. - ' 8. "OR EQUAL" CLAUSE Whenever a material, article or piece of equipment is identified on the Plans or in the Specifications by reference to manufacturers' or vendors' names, tradenames, catalogue numbers, etc., it is intended merely to establish a standard; and, any material, article, or equipment of other manufacturers and vendors which will perform adequately the duties imposed by the general design will be considered equally acceptable provided the material, article, or equipment so proposed is, in the opinion of the Architect/Engineer, of equal substance and function. It shall not be purchased or installed by the Contractor without the Architect/Engineer's written approval. 9. PATENTS The Contractor shall hold and save the Owner and its officers, agents, servants, and employees harmless from liability of any nature or kind, including cost and expenses for, or on account of. any patented or unpatented invention, process, article, or appliance manufactured or used in the performance of the contract, including its use by the Owner, unless otherwise specifically'stipulated in the contract documents. • _ 2 License or Royalty Fee: License and/or Royalty Fees for the use of a process which is authorized by the Owner of the - project must be reasonable, and paid to the holder of the patent. or his authorized licensee, direct by the Owner and not by or through the Contractor. • If the Contractor uses any design, device or materials covered by letters, patent or copyright, he shall provide for such use by suitable agreement with the Owner of such patented or copyrighted design. device or material. It is mutually agreed and understood that, without exception, the contract prices shall include all royalties or costs arising from the use of such design, device or materials, in any way involved in the work. The Contractor and/or his Sureties shall indemnify and save harmless the Owner of the project from any and all claims for infringement by reason of the use of such patented or copyrighted design, device or materials or any trademark or copyright in connection with work agreed to be performed -under this contract, and shall indemnify the Owner for any cost, expense or damage which it may be obliged to pay by reason of such infringement at any time during the prosecution of the work or after completion of the work: - • 10. SURVEYS, PERMITS AND REGULATIONS Unless otherwise expressly provided for in this contract, the Owner will furnish to the Contractor all surveys necessary for the execution of the work. The Contractor shall procure and pay for all permits. licenses and approvals necessary for • the execution of his contract. The Contractor shall comply with all laws, ordinances, rules, orders, and regulations relating to the performance of the work, the protection of adjacent property. and the maintenance of passageways, guard fences or other protective facilities. . I1. CONTRACTOR'S OBLIGATIONS" The Contractor shall and will, in good workmanlike manner, do and perform all work and furnish all supplies and materials, machinery, equipment, facilities and means, except as herein otherwise expressly specified. necessary or proper to perform and complete all the work required by this contract, within the time herein specified, in accordance with the provisions of this contract and said specifications and in accordance with the plans and drawings covered by this contract and any and all supplemental plans and drawings, and in accordance with the directions of the Architect/ Engineer as given from time to time during the progress of the work. He shall furnish, erect, maintain and remove such construction plant and such temporary works as may be required. The Contractor shall observe, comply with, and he subject to:all terms, conditions, requirements, and limitations of the contract and specifications. and shall do; carry on. and complete the entire work to satisfaction of the Architect/Engineer and the Owner. • 12. WEATHER CONDITIONS In the event of temporary suspension of work, or during inclement weather, or whenever the Architect/Engineer shall direct, the Contractor will, and will cause his subcontractors to protect carefully his and their 'work and materials against damage or injury from the weather. If, in the opinion, of the Architect/Engineer, any work or materials shall have been damaged or injured by reason of failure on the part of the Contractor or any of his subcontractors to so protect his work, such materials shall be removed and replaced at the expense of the Contractor. 13. PROTECTION OF WORK AND PROPERTY —EMERGENCY The Contractor shall at all times safely guard the Owner's property from injury or loss in connection with this contract. He shall at all times safely guard and protect his own work, and that of adjacent property. from damage. The Contractor: shall replace or make good any such damage, loss or injury unless such be caused directly by errors contained in the contract or by the Owner, or his duly authorized representative. - In case of an emergency which threatens loss or injury of property and/or safety of life, the Contractor will be allowed to • act, without previous instructions from the Architect/Engineer, in a diligent manner. He shall notify the Architect/ Engineer immediately thereafter. Any claim for compensation by the Contractor due to such extra work shall be- , promptly submitted to the Architect/Engineer for approval. Where the Contractor has not taken action but has notified the Architect/Engineer of an emergency threatening injury to persons or damage to the work or any adjoining property, he shall act as instructed or authorized by the Architect/ Engineer. The amount of reimbursement claimed by the Contractor on account of any emergency action shall be determined in the manner provided in paragraph 17 of the General Conditions. 14. INSPECTION,' The authorizedrepresentatives and agents of the Economic Development Administration shall be permitted to inspect all work, materials,payrolls, records of personnel, invoices of materials, and other relevant data and records. 15. REPORTS', RECORDS AND DATA The Contractor -shall submit to the Owner such schedule of quantities and costs, progress schedules, payrolls, reports, estimates, records and other data as the Owner may request concerning work performed or to be performed under this contract. 16. SUPERINTENDENCE BY CONTRACTOR III At the site of the work, the Contractor shall employ a construction superintendent or foreman who shall have full authority to act for the Contractor. It is understood that such representative shall be acceptable to the Architect/ Engineer. �. 17. CHANGES IN WORK No' changes in.the work covered by the approved contract documents shall be made without having prior written approval of the Owner. Charges or credits for the work covered by the approved change shall be determined by one or more, or a combination of the following methods: a, Unit bid prices previously approved. b. - An agreed lump sum. c. The actual�'cost of: (I) Labor, including foremen; it ' (2) Materials entering permanently into the work; (3) The ownership or rental cost of constructionplant and equipment during the time f.use on the extra work; (4) Power and consumable supplies for the operation of power equipment; (5) Insurance; (0) Social Security and old age and unemployment contributions. To the cost under 17c, there shall beadded a fixed fee to be agreed upon but not to exceed fifteen percent (15%) of the estimated cost!'of the work. The fee shall be compensation to cover the cost of supervision, overhead, bond, profit and any other general expenses. 4 18. EXTRAS Without invalidating the contract, the Owner may order extra work of the kind bid upon or make changes by altering. adding to or deducting from the work, the contract sum being adjusted accordingly, and the consent of the Surety being first obtained where necessary or desirable. All the work of the kind bid upon shall be paid for at the price stipulated in the proposal, and no claims for any extra work or materials shall be allowed unless the work is ordered in writing by the Owner or. its Architect/Engineer, acting officially for the Owner, and the price is stated in the order. 19. TIME FOR COMPLETION AND LIQUIDATED. DAMAGES It is hereby understood and mutually agreed. by and between the Contractor and Owner, that the date of beginning and the time for completion as specified in the contract of work to be done hereunder are ESSENTIAL CONDITIONS of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced on a date to be specified in the Notice to Proceed. The Contractor agrees that said work shall .be prosecuted regularly, diligently, and uninterruptedly at such rate of progress as will insure full completion thereof within the time specified. It is expressly understood and agreed, by and between the Contractor and the Owner, that the time for the completion of the work described herein is a reasonable time for the completion of the same, taking into consideration the average climatic range and usual industrial conditions prevailing in this locality. If the said Contractor shall neglect, fail or refuse to complete the work within the time herein specified, or any proper extension thereof granted by the Owner, then the Contractor does hereby agree, as a part consideration for the awarding of this contract, to pay to the Owner the amount specified in the contract, not as a penalty but as liquidated damages for such breach of contract as hereinafter set forth, for each and every calendar day that the Contractor shall be in default after the time stipulated in the contract for completing the work. • The said amount is fixed and agreed upon by and between the Contractor and the Owner because of the impracticability and extreme difficulty of fixing and ascertaining the actual damages the Owner would in such event sustain, and laid amount is agreed to be the amount of damages:which the Owner would sustain and said amount shall be retained from time to time by the Owner from current periodical estimates. .. It is further agreed that time is of the essence of each and every portion of this contract and of the specification wherein a definite and certain length of time is fixed for the performance of any:act whatsoever; and where under the contract an additional time is allowed for the completion of any work, the new time limit fixed by such extension shall be of the essence of this•contract. Provided that the Contractor shall not be charged with liquidated damages or any excess cost when the Owner determines that the Contractor is without fault and the Contractor's reasons for the time extension are acceptable to the Owner; Provided further, that the Contractor shall not be charged with liquidated damages or any excess cost when the delay in completion of the work is due:. a. To any preference, priority or allocation order duly issued by the Government; b. To unforeseeable cause beyond the control and without the fault or negligence of the Contractor, including but not restricted to, acts of God, or of the public enemy, acts of the Owner, acts of another Contractor in the performance of a contract with the Owner, fires, floods, epidemics. quarantine restrictions, strikes, freight embargoes, and severe weather; and c. To any delays of subcontractors or suppliers occasioned by any ofithe causes specified in subsections a and b of this article; Provided further that the Contractor shall, within ten (10) days from the beginning of such delay, unless the Owner shall grant a further period of time prior to the date of final settlement of the contract, notify the Owner, in writing, of the cause of delay, who shall ascertain the facts and extent of the delay and notify the Contractor within a reasonable time of its decision in the matter. 5 20. CORRECTION OF WORK All work, all materials, whether incorporated in the work or not, all processes of manufacture, and all methods of construction shall be at all times and places subject to the inspection of the Architect/Engineer who shall be the final judge of the quality and suitability of the work, materials, processes of manufacture, and methods of construction for the purposes for which the; are used. Should they fail to meet his approval they shall be forthwith reconstructed, made good, replaced and/or corrected, as the case may be, by the Contractor at his own expense. Rejected material shall immediately be removed from the site. If, in the opinion of the Architect/Engineer, it is undesirable to replace any defective or damaged materials or to reconstruct or correct any portion of the work injured or not performed in accordance with the contract documents, the compensation to be paid to the Contractor hereunder shall be reduced by such amount as in the judgment of the Architect/Engineer shall be equitable. 21. SUBSURFACE CONDITIONS FOUND DIFFERENT Should the Contractor encounter subsurface and/or latent conditions at the site materially differing from those shown on the Plans or 'indicated in the Specifications, he shall immediately give notice to the Architect/Engineer of such conditions before they are disturbed. The Architect/Engineer will thereupon promptly investigate the conditions, and if he finds that they materially differ from those shown on the Plans or indicated in the Specifications, he will at once make such changes in the Plans and/or Specifications as he may find necessary, and any increase or decease of cost resulting from such changes to be adjusted in the manner provided in paragraph 17 of the General Conditions. 22. CLAIMS FOR EXTRA COSTS No claim for extra work or cost shall be allowed unless the same was done in pursuance of a written order of the Architect/Engineer approved by the Owner, as aforesaid, and the claim presented with the first estimate after the changed or extra work is done. When work is performed under the terms of subparagraph 17(c) of the General Conditions, the Contractor shall furnish satisfactory bills, payrolls, and vouchers covering all items of cost and, when requested by the Owner, give the Owner access to accounts relating thereto. 23. RIGHT OF THE OWNER TO TERMINATE CONTRACT In the event that any of the provisions of this contract are violated by the Contractor, or by any of his subcontractors, the Owner may serve written notice upon the Contractor and the Surety of its intention to terminate the contract, such • notices to contain ��the reasons for such intention to terminate the contract, and unless within ten (10) days after the serving of such notice upon the Contractor, such violations or delay shall cease and satisfactory arrangement or correction be made, the contract shall, upon the expiration of said ten (10) days, cease and terminate. In the event of any such termination, the Owner shallimmediately serve notice thereof upon the Surety and the Contractor, and the Surety shall have the right to take over and perform the contract; Provided, however, that if the Surety does not commence performance thereof within ten (10) days from the date of the mailing to such Surety of notice of termination, the Owner may take over the work and prosecute the same to completion by contract or by force account for the account and at the expense of the Contractor, and the Contractor and his Surety shall be liable to the Owner for any excess cost occasioned by the Owner thereby, and in such event the Owner may take possession of and utilize in completing the work, such materials, appliances, and plant as may be on the site of the work and necessary therefor. 24. CONSTRUCTION SCHEDULE AND PERIODIC ESTIMATES Immediately after execution and delivery of the contract, and before the first partial payment is made, the Contractor shall deliver to the Owner an estimated construction progress schedule in form satisfactory to the Owner, showing the proposed dates of commencement and completion of each of the various subdivisions of work required under the Contract Documents and the anticipated amount of each monthly payment that will become due 'the Contractor in 6 accordance with the progress schedule. The Contractor shall also furnish on forms to be supplied by the Owner (a) a detailed estimate giving a complete breakdown of the contract price and (b) periodic itemized estimates of work done for the purpose of making partial payments thereon. The costs employed in making up any of these schedules will be used only for determining the basis of partial payments and will not be considered as fixing a basis for additions to or deductions from the contract price. 25. PAYMENT. TO CONTRACTOR Not later than the —day of each calendar month, the Owner shall make a Progress payment to the Contractor on the basis of a duly certified and approved estimate of the work performed during the preceding calendar month under the contract. To insure proper performance of the contract, the Owner shall retain ten percent (10%) of the amount of each estimate until final completion and acceptance of all work covered by the contract. In preparing estimates, the material delivered on the site and preparatory work done may be taken into consideration. All material and work covered by partial payments made shall thereupon become the sole property of the Owner, but this provision shall not be construed as relieving the Contractor from the sole responsibility for the care and protection of materials and work upon which payments have been made or the restoration of any damaged work, or as a waiver of the right of the Owner to require fulfillment of all the terms of the contract. The Contractor agrees that he will indemnify and save the Owner harmless from all claims growing out of the:lawful demands of subcontractors, laborers, workmen, mechanics, materialmen, and furnishers of machinery and parts thereof, equipment, power tools, and all supplies, including commissary, incurred in the furtherance of the performance of this contract. The Contractor shall, at the Owner's request, furnish satisfactory evidence that all obligations of the nature hereinabove designated have to be paid, discharged, or waived. If the Contractor fails to do so, then the Owner may, after having served written notice on the said Contractor, either pay unpaid bills, of which the Owner has written notice, direct, or withhold from the Contractor's unpaid compensation a sum of money deemed reasonably sufficient to pay any and all such lawful claims until satisfactory evidence is furnished that -all liabilities have been fully discharged whereupon payment to the Contractor shall be resumed, in accordance with the terms of this contract, but in no event shall the provisions of this sentence be construed to impose any obligations upon the Owner to either the Contractor or his Surety. In paying any unpaid bills of the Contractor, the Owner shall be deemed the agent of the Contractor. and any payment so made by the Owner, shall be considered as a payment made under the contract by the Owner to the Contractor, and the Owner shall not be liable to the Contractor for any such payment made in good faith. 26. ACCEPTANCE OF FINAL PAYMENT AS RELEASE The acceptance by the Contractor of final payment shall be and shall operate as a release to the Owner of all claims and all liability to the Contrctor for all things done or furnished in connection with this work and for every act and neglect of the Owner and others relating to br arising out of this work. No payment, however, final or otherwise, shall operate to release the Contractor or his Sureties from any obligation under this contract or the Performance and Payment Bond. • 27. PAYMENTS BY CONTRACTOR The Contractor shall pay (a) for all transportation and utility services not later than the 20th day of the calendar month following that in which services are rendered, (b) for all materials, tools, and other expendable equipment to the extent of 90% of the cost thereof, not later than the 20th day of the calendar month following that in which such materials, tools, and equipment are delivered at the site of the project, and the balance of the cost thereof not later than the 30th day following the completion of that part of the work in or on which such materials, tools, and equipment are incorporated or used, and (c) to each of his subcontractors, not later than the 5th day following each payment to the Contractor, the respective amounts allowed the Contractor on account of the work performed by his subcontractors to the extent of each subcontractors interest therein. 28. CONTRACTOR'S AND SUBCONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all the insurance required under this paragraph and such insurance has been approved by the Owner, nor shall the Contractor allow any subcontractor to commence work on his subcontract until the insurance required of the subcontractor has been so obtained and approved: a. Compensation Insurance. The Contractor shall procure and shall maintain during the life of this contract Work- men's Compensation Insurance as required by applicable State or territorial law for all ,of his employees to be engaged in' work at the site of the project under this contract and, in case of any such work sublet, the Contractor shall require the subcontractor similarly to provide Workmen's Compensation Insurance for all of the latter's employees to be engaged in such work unless such employees are covered by the protection afforded by the Con- tractor's Workmen's Compensation Insurance. In acne any class of employees engaged ini'hazardous work on the project underthis contract!is not protected under the Workmen's Compensation Statute, the Contractor shall pro- vide and shall cause each sybcontractor to provide adequate employer's liability insurance for the protection of such of his employees as are not otherwise protected. b. Contractor's Public Liability and Property Damage Insurance and Vehicle Liability•Insurance. The Contractor shall procure and shall maintain during the life of this contract Contractor's Public Liability Insurance, Contractor's Property Damage Insurance and Vehicle Liability Insurance in the amounts specified in paragraph 3 of the Supplemental General Conditions. c. Subcontractor's Public Liability and Property Damage Insurance and Vehicle Liability Insurance. The Contractor shall either (I) require each of his subcontractors to procure and to maintain during the life of his subcontract, Subcontractor's Public Liability and Property Damage Insurance and Vehicle Liability Insurance of the type and in the amounts specified in paragraph 3 of the Supplemental General Conditions specified 'in subparagraph b hereof, or, (2) insure the activities of his subcontractors in his policy, specified in subparagraph b hereof. d. Scope of Insurance and Special Hazards: The insurance required under subparagraphs b and c hereof shall provide adequate protection for the Contractor 'and his subcontractors. respectively. against damage claims which may arise from operations under this contract, whether such operations be by the insured or by any one directly or indirectly employed byhim and, also against any of the special hazards which may be encountered in the performance of this contract as enumerated in paragraph 3 of the Supplemental General Conditions. e. Builder's Risk Insurance (Fire and Extended Coverage). The Contractor shall procure and shall maintain during the life of this contract Builder's Risk Insurance (Fire and Extended Coverage) on a 100 percent (100%) completed value basis on the insurableportionof the project. The Owner, the Contractor, and subcontractors (as their interests may appear) shall be named as the Insured. f. Proof of Carriage of Insurance. The Contractor shall furnish the Owner with certificates showing the type, amount. class of operations covered, effective dates and dates of expiration of policies. Such certificates shall also contain substantially the following statements: "The insurance covered by this certificate will not be cancelled or materially altered, except after ten (10) days written notice has been received by the Owner." 29. CONTRACT SECURITY The Contractor shall furnish. a performance bond in an amount at least equal to one hundred percent (100%) of the contract price as security for the faithful performance of this contract and also a payment bond in an amount equal to one hundred percent (100%) of the contract price or in a penal sum not less than that prescribed by State, territorial or local law, as security for the payment of all persons performing labor on the project under this contract and furnishing materials in connection with this contract. The Performance bond and the Payment bond may be in one or in separate instruments in accordance with local law. Before final acceptance, each bond must be approved by the Economic Development Administration. 8 30. ADDITIONAL OR SUBSTITUTE BOND If at any time the Owner for justifiable cause, shall be or become dissatisfied with the Surety or Sureties. for the Performance and/or Payment Bonds, the Contractor shall within five (5) days after notice from the Owner to do, so, substitute an acceptable bond (or bonds) in such form and sum and signed by such other Surety or Sureties as may be satisfactory to the Owner, The premiums on such bond shall be paid by the Contractor. No further payments shall be deemed due nor shall be made until the new Surety or Sureties shall have furnished such anacceptable bond to the Owner. 31. ASSIGNMENTS The Contractor shall not assign the whole or any part of this contract or any moneys due or to become due hereunder without written consent of the Owner. In case the Contractor assigns all or any part of any moneys due or to become due under this contract, the instrument of assignment shall contain a clause substantially to the effect that it is agreed that the right of the assignee in and to any moneys due or to become due to the Contractor shall be subject to prior claims of all. persons, firms and corporations for services rendered or materials supplied for the performance of the work called for in this contract. • 32. MUTUAL RESPONSIBILITY OF CONTRACTORS If, through acts of neglect on the part of the Contractor, any other Contractors or any subcontractor shall suffer loss of damage on work, the Contractor agrees to settle with such other Contractor or subcontractor by agreement or arbitration if such other Contractor or subcontractor will so settle. If such other Contractor or subcontractor shall assert any claim against the Owner on account of any damage alleged to have been sustained, the Owner shall notify the Contractor, who shall indemnify and save harmless the Owner against any such claim. 33. SEPARATE CONTRACTS The Contractor shall coordinate his operations with those of other Contractors. Cooperation will be required in the arrangement for the storage of materials and in the detailedexecution of the work. The Contractor. including his subcontractors, shall keep informed of the progress and the detail work of other Contractors and shall notify the Architect/Engineer immediately of lack of progress or defective workmanship on the part of other Contractors. Failure of'a Contractor to keep informed of the work progressing on the site and failure to give notice of lack of progress or defective workmanship by others shall be construed as acceptance by him of the status of the work as being satisfactory for proper coordination.with his own work. 34. SUBCONTRACTING The Contractor may utilize the services of specialty subcontractors on those parts of .the work which, under normal contracting practices, are performed by specialty subcontractors, The Contractor shall not award any work to any subcontractor without prior written approval of the Owner, which approval will not be given until the Contractor submits to the Owner a written statment concerning the proposed award to the subcontractor, which statement will contain such information as the Owner may require. The Contractor shall be as fully responsible to the Owner for the acts and omissions of his subcontractors, and of persons either directly or indirectly employed by them, as he is for the acts and omissions of persons directly employed by him. The Contractor shall cause appropriate provisions to be inserted in all subcontracts relative to the work to bind subcon- tractors to the Contractor by the terms of the General Conditions and other contract documents insofar as applicable to the work of subcontractors and to give the Contractor the same power as regards terminating any subcontract that the Owner may exercise over the Contractor under any provision of the contract documents. Nothing contained in this contract shall create any contractual relation between any subcontractor and the Owner. 9 35. ARCHITECT/ENGINEER AUTHORITY The Architect/Engineer shall give all orders and directions comtemplated under this contract and specifications . relative to the execution of the work. The Arrchitect/Engineer shall determine the amount, quality, acceptability, and fitness of the several kinds of work and materials which are to be paid for under this contract and shall decide all questions which may arise in relation to said work and the construction thereof. The Architect/Engineer's estimatesand decisions shall be final and conclusive, except as herein otherwise expressly provided. In case any question shall arise between the parties hereto relative to said.contract or specifications, the determination or decision of the Architect/ Engineer shall be a condition precedent to the right of the Contractor to receive any money ori,payment for work under this contract affected in any manner or to any extent by such question. The Architect/Engineer shall decide the meaning and intent of any portion of the specifications and of any plan or drawings where the same may be found obscure or be in dispute. Any differences or conflicts in regard to their work which may arise between the Contractor under this contract and other Contractors performing work for the Owner shall be adjusted and determined by the Architect/Engineer. 36. STATED ALLOWANCES ii The Contractor shall include in his proposal the cash allowances stated in paragraph 2 of the Supplemental General Conditions. The Contractor shall purchase the "Allowed Materials" as directed by the Owner on the basis of the . lowest and best bid of at least three competitive bids. If the actual price for purchasing the 7"Allowed Materials" is more or less than the "Cash Allowance," the contract price shall be adjusted accordingly. The adjustment in contract price shall be made on the basis of the purchase price without additional charges for overhead, profit; insurance or any other incidental expenses. The cost of installation of the 'Allowed. Materials" shall be included. in the applicable sections of the contract Specifications covering this work. 37. USE OF PREMISES AND REMOVAL OF DEBRIS The Contractor expressly undertakes at his own expense: - To take every precaution against injuries to persons or damage to property; b. To store his apparatus, materials, supplies and equipment in such orderly fashion at the site of the work as will not unduly interfere with the progress of his work or the work of any other contractors; c. To place upon the work or any part thereof only such loads as are consistent with the safety of that portion of the .. work; d. To clean up frequently all refuse, rubbish, scrap materials, and debris caused by his operations, to the end that at all times the site of the work shall present a neat, orderly and workmanlike appearance; e. Before final payment to remove all surplus material, falsework, temporary structures, including foundations thereof, plant of any description and debris of every nature resulting from his operations, and to put the site in a neat, orderly condition; 1' f. To effect all cutting, fitting or patching of his work required to make the same to conform to the plans and specifica- tions. and, except with the consent of the Architect/Engineer, not to cut or otherwise alter the work of any other Contractor. 10 " 38. QUANTITIES OF ESTIMATE Wherever the estimated 'quantities of work to be done and materials to be furnished on a unit price basis under this contract are shown in any of the documents including the proposal, they are given for use in comparing bids, and the right is expressly reserved, except as herein otherwise specifically limited, to increase or diminish them as may be deemed reasonably necessary or desirable by the Owner to complete the work contemplated by this contract. and such increase or diminution shall in no way vitiate this contract, nor shall any such increase or diminution give cause for claims or. liability for damages. 39. LAND AND RIGHTS -OF -WAY Prior to the start of construction, the Owner shall obtain all land rights -of -way necessary for the carrying out and completion of work to be performed under this contract. 40. GENERAL GUARANTY Neither the final certificate of payment nor any provision in the contract documents nor partial or entire occupancy of the premises by the Owner shall constitute an acceptance of work not doneinaccordance with the contract documents or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or work- manship. The Contractor shall remedy any defects in the work and pay for any damage to other work resulting there • - from, which shall appear within a period of one year from the date of final acceptance of work unless a longer period • is specified. The Owner will give notice of observed defects with reasonable promptness. 41. CONFLICTING CONDITIONS Any provision in any of the contract documents which may be in conflict or inconsistent with any of the paragraphs in these General Conditions shall be void to the extent of such conflict or inconsistency. 42. NOTICE AND SERVICE THEREOF Any notice to any Contractor from the Owner relative to any part of this contract shall be in writing and considered delivered and the service thereof completed, when said notice is posted, by certified or registered mail. to the said Con- tractor at his last given address, or delivered in person to said Contractor or his authorized representative on the work. 43. REQUIRED PROVISIONS DEEMED INSERTED Each and every provision of law and clause required by law to be inserted in this contract shall be deemed to be inserted herein and the contract shall be read and enforced as though it were included herein, and if through mistake or other- wise any such provision is not inserted, or is not correctly inserted, then upon the application of either party the contract shall forthwith be.physically amended to make such insertion or correction. 44. SAFETY AND HEALTH REGULATIONS FOR CONSTRUCTION In order to protect the lives and health of his employees under the contract, the Contractor shall comply with all perti- nent provisions of the Contract Work Hours and Safety Standards Act, as amended, commonly known as the Construc- tion Safety Act as pertains to health and safety standards; and shall maintain an accurate record of all cases of death, occupational disease, and injury requiring medical attention or causing loss of time from work, arising out of and in the course of employment on work under the contract. The Contractor alone shall be responsible for the safety, efficiency, and adequacy of his plant, appliances, and methods. and for any damage which may result from their failure or their improper construction, maintenance, or operation. 11 45. MINIMUM WAGES All mechanics and laborers 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 uncondi- tionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR Part 3)), the full amounts due at time of payment computed at wage rates not less than those contained in the wage determination decision of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the Contractor and subcontractorand such laborers and mechanics; and the wage determination decision shall be posted bytheContractor at the site of the work in a prominent place where it can be easily seen by the workers. For the purpose of this clause, contributions made or costs reasonably anticipated under section I (b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or,mechanics, subject to the provisions of 29 CFR 5.5 (a) ( I ) (iv). Also for the purpose of this clause, regular contributions made or costs incurred for more than a weekly period under plans, funds, or programs, but covering the particular weekly period. are deemed to be constructively made or incurred during such weekly period. p, The Owner shall require that any class of laborers or mechanics, including apprentices and trainees, which is not listed in the wage determination and which is to be employed under the contract. shall be classified or reclassified conformably to the wage determination and a report of the action taken shall be sent by the Federal agency to the Secretary of Labor. In the event the interested parties cannot agree on the proper classification or reclassification of a particular class of laborerslandmechanics, including apprentices and trainees, to be used, the question accompanied by the rec- ommendation of the contracting officer shall be referred to the Secretary for final determination. II The Owner shall require 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 wage rate and the contract is obligated to pay a cash equiv- alent of such a fringe benefit, an hourly cash equivalent thereof to be established. In the event the interested parties cannot agree upon a cash equivalent of the fringe benefit, the question, accompanied by the recommendation of the Owner, shall be referred to the Secretary of Labor for determination. I! If the Contractor does not make payments to a trustee or other third person, he may consider a5 part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing benefits under a plan or program of a type expressly listed in the wage determination decision of the Secretary of Labor which is apart of this contract; provided, however, the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor may require the Contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. The Contractor agrees to comply with Executive Order 11588. issued March 29. 1971, and any other Executive Order, statute, or regulation regarding the stabilization of wages and prices in the construction industry. r. 46. WITHHOLDING OF PAYMENTS The Economic Development Administration may withhold or.cause to be withheld from the contractor so much of the accrued payments,or advances as may be considered necessary to pay laborers and mechanics, including apprentices and trainees, employed by the contractor or any subcontractor on the work the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice or trainee 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 con- struction or development of the project, all or part of the wages required by the contract, the Economic Development Administration 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. !' 12 47. PAYROLLS AND BASIC RECORDS Payrolls and basic records relating thereto will be maintained during the course of the work and preserved for a period of three years thereafter for all laborers and- mechanics working at the site of the work, or under the United States Housing Act of 1937 or under the Housing Act of 1949, in the construction or development of the project. Such records will contain the name and address of each employee, his correct classification, rates of pay (including rates of contribu- tions or costs anticipated of the types described in section I (b) (2) 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) (I) (iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan 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. The Contractor will submit weekly a copy of all payrolls to the Economic Development Administration 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 the Economic Development Administration. The copy shall be accompanied by a statement signed by the employer or his agent indicating that the payrolls are correct and complete, that the wage ratescontainedtherein are not less than those determined by the Secretary of Labor and that the classi fications set forth for each laborer or mechanic conform with the work he performed. A submission of a "Weekly Statement of Compliance" which is required under this contract and the Copeland regulations of the Secretary of Labor (29 CFR Part 3) and the filing- with the initial payroll or any subsequent payroll of a copy of any findings by the Secretary of Labor under 29 CFR 5.5 (a)(I)(iv)shall satisfy this requirement. The Prime -Contractor shall be respon- sible for the submission of copies of payrolls of all Subcontractors. The Contractor will make the records required under the labor standards clause of the contract available for inspection by authorized representatives of the Economic Development Administration and the Department of Labor, and will permit such representatives to interview employees during working hours on the job. - 48. APPRENTICES AND TRAINEES Apprentices will be permitted to work as such only when they are registered, individually, under a bona fide apprentice- ship program registered with a State apprenticeship agency which is recognized by the Bureau of Apprenticeship and Training, U.S. Department of Labor; or, if no such recognized agency exists in a State, under a program registered with the Bureau of Apprenticeship and Training, U.S. Department of Labor. The allowable ratio of apprentices to journeymen in any craft classification shall not be greater than the ratio permitted to the Contractor as to his entire work force under the registered program. Any employees listed on a payroll at an apprentice wage rate, who is not a trainee as defined in section 2e or is not registered as above, shall be paid the wage rate determined by the Secretary of Labor for the classification of work he actually performed. The Contractor or subcontractor will be required to furnish to the Owner written evidence of the registration of his program and apprentices as well as of the appropriate ratios and wage rates, for the area of construction prior to using any apprentices on the contract work. Trainees will permitted to work as such when they are bona fide trainees employed pursuant to a program approved by the U.S. Department of Labor, Manpower Administration, Bureau of Apprenticeship and Training, and where the subparagraph below is applicable, in accordance with the provisions of Part 5a, Subtitle A, Title 29. Code of Federal Regulations. - On contracts in excess of $10,000, the employment of all laborers and mechanics, including apprentices and trainees, as defined in Section 2 shall also -be subject to the provisions of Part Sa, Subtitle A, Title 29, Code of Federal -Regula- tions. Apprentices and trainees shall be hired in accordance with the requirements of Part 5a. The provisions of Sections 45, 46, and 48 shall be applicable to every invitation for bids, and to every negotiation, request for proposals, or request for quotations, for an assisted construction contract, issued after January 30, 1972, and to every such contract entered into on the basis of such invitation or negotiation. Part 5a.3, Subtitle A, Title 29, Code of Federal Regulations shall constitute the conditions of each assisted contract in excess of $10,000, and each Owner concerned shall include these conditions or provide for their inclusion, in each such contract. Parts 5a.4, 5a.5, 5a,6, and 5a.7 shall also be included in each such contract for the information of the Contractor. 13 - 49. COPELAND "ANTI -KICKBACK" PROVISIONS These provisions of this section, 29 CFR Part 3. prescribe "Anti -Kickback" regulations under section 2 of the Act of June 13, 1964, as amended (40 U.S.C. 276c), popularly known as the Copeland Act. • Each Contractor or subcontractor shall furnish each week a Statement of Compliance, Form ED -162, to accompany the weekly submission of payroll forms. Section 1001 of Title 18 of the United States Code (Criminal Code and Criminal Procedure) shall apply to such state- ment as provided in 72 Stat. 967 (18 U.S.C. 1001, among other things, provides that whoever knowingly and willfully makes or uses a fraudulent document or statement of entry, in any matter within the jurisdiction of any department or agency of the United States, shall be fined not more than $10,000 or imprisoned not more than five years, or both). The requirements of this section shall not apply to any contract of $2,000 or less. 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. . Deductions mane under the circumstances or in the situations described in the paragraphs of ihis 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 with- holding 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 stich a 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. ocwhen collusion or collaboration exists. d. Any deduction constituting a contribution on behalf of the person employed to funds established by the employer or representative of employees, or both, for the purpose of providing either from principal or income, or both, medical or hospital care, pensions or annuities or 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 inet: (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 stich consent is not a condition either for the obtaining of or for the continuation of employ- ment, 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. P . f. My 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 making of contributions to governmental or quasi - government agencies. • • h. Any deduction voluntarily authorized by the employee for making of contributions to Community Chests, United Givers Funds, and similar charitable organizations. 14 Any deductions to pay regular union intiation fees and membership dues, not including fines or special assessments: Provided, however, that a collective bargaining agreement between the Contractor or subcontractor and repre- sentatives of its employees provided for such.deductions and the'deductions are not otherwise prohibited by law. Any deduction not more than for the "reasonable cost" of board, lodging, or other facilities meeting the require- ments of section 3(m) of the Fair Labor Standards Act of 1938, as amended, and Part 531 of this title. When such a deduction is made, the additional records required under S516.25(a) of this title shall be kept. 50. SUBCONTRACTORS • The Contractor will insert in any subcontracts the clauses contained in 29 CFR 5.5(a)( I) through (5) and (7) and such other clauses as the Economic Development Administration may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts which they may enter into, together with aclause requiring this insertion in any further subcontracts that may in turn be made. 51. CONTRACT TERMINATION A breach of sections 44 through 50 may be grounds for termination of the contract, and for debarment as provided in 29 CFR 5.6. 52. OVERTIME REQUIREMENTS No Contractor or subcontractor contracting for any part of the contract work which may require or involve the em- ployment of laborers or mechanics shall require or permit any laborer or mechanic in any workweek in which he is employed on such work to work in excess of eight hours in any calendar day or -in excess of forty hours in such work- week unless such laborer or mechanic receives compensation at a rate not less than one and one-half times his basic rate of pay for all hours in excess of eight hours in any calendar day or in excess of forty hours in such workweek. as the case may be. In the event of any violation of the clause set forth in the subsection above. the Contractor and any subcontractor responsible therefor, shall be liable to any affected employee for his unpaid wages. In addition. such Contractor and sub- contractorshall be liable to the United States (lathe case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic employed in violation of the clause set forth in the above subsection .in the sum of $10.00 for each calendar day on which such employee was required or permitted to work in excess of eight hours or in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in subsection above. The Economic Development Administration may withhold or cause to be withheld, from any moneys payable on ac- . count of work performed by the Contractor or subcontractor, such sums as may administratively he 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 above. The Contractor shall insert in all subcontracts the clause set forth in the above subsections of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts- which they may enter into, together with a clause requiring this insertion in any further subcontracts that may in turn be made. 15 53.. EQUAL EMPLOYMENT OPPORTUNITY . No person in the United States shall, on the grounds of race, color, national origin, or sex, be 'excluded from participa- tion in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving Federal fi- nancial assistance. Reference Title VI of the Civil Rights Act of 1964 (42 USC 2000d) and Section 112 of Public Law 92-65. Form EDA-503. The Recipient and all Contractors, subcontractors, suppliers, lessees and other parties directly partici- pating in the Recipient's project agree that during and in connection with the associated agreement relating to the Fed erally assisted:program, (i) they will comply, to the extent applicable, as Contractors, subcontractors, lessees, suppliers, or in any other capacity, with the applicable provisions of the Regulations of the United States Department of Com- merce (Part 8 of Subtitle A of Title 15 of the Code of Federal Regulations) issued pursuant to Title VI of the Civil Rights Act of 1964 (P.L. 88-352), and will not thereby discriminate against any person on the grounds of race, color, or na- tional origin in" their employment practices, in any of their own contractual arrangements, in all services or accommoda- tions which they offer to the public, and in any of their other business operations. (ii) they will provide information re- quired by or pursuant to said Regulations to ascertain compliance with the Regulations and these assurances, and (iii) their non-compliance.with the nondiscrimination requirements of said Regulations and these assurances shall constitute • a breach of their contractual arrangements with the Recipient whereby said agreements may be cancelled., terminated or. suspended in whole or in part or may be subject to enforcement otherwise by appropriate legal proceedings. • Executive Order 11246, 30 Fed. Reg. 12319 (1965) (Equal Opportunity Clause). During the performance of this contract,. the Contractor'agrees as follows: • a. The Contractor will not discriminate against any employee or applicant for employment 'because.of race, color, religion, sex, or national origin. The Contractor will take affirmative action to ensure the applicants are employed, and that employees are treated during employment, without regard to their race, color, religion. sex, or national origin. Such action shall include, but not be limited to the following: employment, upgrading; demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. b. The Contractor agrees to post in conspicuous places available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this non-discrimination clause. c. The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor. state that all qualified applicants will receive consideration for employment without regard to race. color, religion. sex, or national origin. d. The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding. a notice to be provided by the agency contracting officer, advising the labor union or workers' representative of the Contractor's commitment under Section 202 of Executive Order No. 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. • e. The Contractor will comply with all provisions of Executive Order No. 11246 of September 24. 1965. and of rules, regulations, and relevant orders of the Secretary of Labor. �. f. The Contractor will furnish all information and reports required by Executive Order No. 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto. and will permit access to his books, record, and accounts by the contracting agency and the Secretary of Labor for purposes of investiga- tion to ascertain compliance with such rules, regulations, and orders. Each Contractor and subcontractor of Fed- erally financed construction work is required to file an Equal Employment Opportunity Employer Information Report (EEO -1 on Standard Form 100) annually on March 31. Forms and instructions areiavailable at the EDA Regional Office. 16 g. In the event of the Contractor's noncompliance with the nondiscrimination clauses of this contract or with any such rules, regulations, or orders, this contract may be cancelled, terminated or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order No. 11246 of September 24. 1965, and such other sanctions may be imposed (and remedies involved) as provided in Executive Order No. 11246 of September 24, 1965, or by rule, regulation. or order of the Secretary of Labor, or as otherwise provided by law. • h. The Contractor will include the provisions of paragraphs a through h in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order No. 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontractor or purchase order as the contracting agency may direct as a means of enforcing such provisions including sanctions for noncompliance; Provided, however, that in the event the contractor becomes involved in, or is threatened with litigation with a subcontractor or vendor as a result of such direction by the contracting agency, the Contractor may request the United States to enter into such litigation to protect the interests of the United States. Exemptions to Above Equal Opportunity Clause (41 CFR Chap. 60): (I) Contracts and subcontracts not exceeding $10,000 (other than Government bills of lading) are exempt. The. amount of the contract, rather than the amount of the Federal financial assistance, shall govern in determining the applicability of this exemption. . (2) Except in the case of subcontractors for the performance of construction work at the site of construction, the clause shall not be required to be inserted in subcontracts below the second tier. (3) Contracts and subcontracts not exceeding $100,000 for standard commercial supplies or raw materials are exempt. 54. OTHER PROHIBITED INTERESTS No official of the Owner who is authorized in such capacity and on behalf of the Owner to negotiate, make, accept or approve, or to take part in negotiating, making, accepting, or approving any architectural, engineering, inspection. construction or material supply contract or any subcontract in connection with the construction of the project, shall become directly or indirectly interested personally in this contract or in any part hereof. No officer, employee, architect. attorney, engineer or inspector of or for the Owner who is authorized in such capacity and on behalf of the Owner to exercise any legislative, executive, supervisory or other similar functions in connection with the construction of the project, shall become directly or indirectly interested personally in this contract or in any part thereof, any material supply contract, subcontract, insurance contract, or any other contract pertaining to the project. 55. USE ANDOCCUPANCY PRIOR TO ACCEPTANCE BY OWNER The Contractor agrees to the use and occupancy of a portion or unit of the project before formal acceptance by the Owner, provided the Owner: a. Secures'written consent of the Contractor except in the event, in the opinion of the Architect/Engineer, the Con- tractor is chargeable with unwarranted delay in completing the contract requirements: b. Secures consent of the Surety; c. Secures endorsement from the insurance carrier(s) permitting occupancy of the building or use of the project during theremainingperiod of construction; or d. When the project consists of more than one building, and one of the buildings is occupied, secures permanent fire and extended coverage insurance, including a permit from the insurance carrier to complete construction. 17 56. SUSPENSION OF WORK Should the Owner be prevented or enjoined from proceeding with work or from authorizing its prosecution either before or after its prosecution, by reason of any litigation, the Contractor shall not be entitled to make or assert claim for damage by reason of said delay, but time for completion of the work will be extended to such reasonable time as the Owner may determine will compensate for time lost by such delaywith such determination to be set forth in writing. 57. EMPLOYMENT OF LOCAL LABOR The maximum feasible employment of local labor shall be made in the construction of public works and development facility projects receiving direct Federal grants. Accordingly, every Contractor and subcontractor undertaking to do work on any such project which is or reasonably may be done as on -site work, shall employ. in carrying out such contract work, qualifiedipersons who regularly reside in the designated area where such project is to belocated, or in the case of Economic Development Centers, qualified persons who regularly reside in the center or in the adjacent or nearby redevelopment areas within the Economic Development District, except: - a. To the extent that qualified persons regularly residing in the designated area or Economic Development District are not available; b. For the reasonable needs of any such Contractor or subcontractor, to employ supervisory or specially experienced individuals necessary to assure an efficient execution of the contract; c. For the obligation of any such Contractor or subcontractor to offer employment to present or former employees as the result of a lawful collective bargaining contract, provided that in no event shall the number of non-resident persons employed under this subparagraph exceed twenty percent of the total number of employees employed by such Contractor and his subcontractors on such project: Every such Contractor and subcontractor shall furnish the United States -Employment Service Office in the area in which a public works or development facility project is located with a list of all positions for which it may from time to time require laborers, mechanics, and other employees, the estimated numbers of employees required in each classi- fication, and the estimated dates on which such employees will be required; The Contractor shall give full consideration to all qualified job applicants referred by the local employment service, but is not required to employ any job applicants referred whom the Contractor does not considei qualified to perform the classification of work required; r! The payroll's maintained by the Contractor shall contain the following information: The employee's full name, address and social security number and a notation indicating whether the employee does, or does not, normally reside in the area in which the project is located, or in the case of an Economic Development Center, in such center or in an adjacent. or nearby redevelopment area within the Economic Development District as well as an indication of the ethnic back- ' ground of each worker. The Contractor shall include the provisions of this condition in every subcontract for work which is, or reasonably may be, done as on -site work. . 18 58. SIGNS The contractor shall supply and erect a project sign (Exhibit X) according to the specifications set forth in the following and hereinafter known as General Condition Number 58. The contractor shall be responsible for maintaining the project sign during construction of the project. Other authorities include: Requirements for Approved Projects and/or Volume 65 of the Public Works Manual of Procedures. - FDA SITE SIGNS SPECIFICATIONS Size: 4' X 8' X 1W Material: Face 1/4" Tempered masonite or equal. Frame 11/4" X 3Y" fir -dressed four (4) sides Assembly: 1W X 335" fir frame to fit 4' X 8' X 1W' panel with two (2) center braces Paint: Face -3 coats outdoor enamel (sprayed) Rear —I coat outdoor enamel (sprayed) Lettering: Silk screen enamels where possible. or hand painted enamels Colors: Red, white,'and blue. Specifically, white background; "new jobs for your community" in red; EDA logo and "In partnership with the U.S. Department of Commerce, Economic Development Administration " blue. (See Exhibit X) 59. NATIONAL HISTORIC PRESERVATION ACT OF 1966 The contractor agrees to contribute to the preservation and enhancement of structures and objects of historical, archi • - tectural-or archaeological significance when such items are found and/or unearthed during the course of project con- struction and to consult with the State Historic Preservation Officer for recovery of the items. (Reference: National Historic Preservation Act of 1966 (80 Stat 915, 16 USC 470) and Executive Order No. 11593 of May 31, 197 t.) 60. CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT The Contracior agrees to comply with Federal clean air and water standards during the performance of this contract and specifically agrees to the following: a. The term "facility"means (a) any building, plant, installation, structure, mine, vessel or other floating craft, location or site of operations (b) owned, leased, or supervised (c) by the contractor and the subcontractors (d) for the con- struction, supply and service contracts entered into by the contractor: b. that any facility to be utilized in the accomplishment of this contract is not listed on the Environmental Protection Agency's List of Violating Facilitiespursuantto 40 CFR, Part 15.20; that in theevent a facility utilized in the accomplishment of this contract becomes listed on the EPA list, this contract may be cancelled, terminated or suspended in whole or in part; d. that it will comply with .all the requirements of Section 114 of the Air Act and Section 308 of the Water Act relating to inspection, monitoring, entry, reports, and information, as well as all other requirements specified in Section 114 and Section 308, respectively, and all regulations and guidelines issued thereunder; that it will promptly notify the Government of the receipt of any notice from the Director. Office of Federal Activi- ties, Environmental Protection Agency, indicating that any facility utilized or to be utilized in the accomplishment of this contract is under consideration for listing on the EPA list of Violating Facilities: 19 f. that it viI include the provisions of paragraphs a. through g. in every subcontract or purchase order entered into for the purpose of accomplishing this contract. unless otherwise exempted pursuant to the EPA regulations imple menting the Air or Water Act (40 CFR, Part 15.5). so that such provisions will be binding. upon each subcontractor or vendor; g. that in the event that the contractor or the subcontractors.for the construction, supply and service contracts entered into for the purpose of accomplishing this contract were exempted from complying with,the above requirements under: the provisions of 40 CFR, Part 15.5(a), the exemption shall be nullified should the facility give rise; to a criminal conviction (See 40 CFR, Part 15.20) during the accomplishment of this contrac . Furthermore, with the nullification of the exemption, the above requirements shall be effective. The contractor shall notify the Govern- ment, as soon as the contractor or the subcontractors' facility is listed for having given rise to a criminal conviction noted -in 40 CFR. Part 15.20. 20