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
" O C s t c u + 5 . U 7 ) - 5 0 3 3
: 9 5 Y _ . t e r , a n t r a
E S y r s . "