Loading...
HomeMy Public PortalAboutNotice to Contractors and Special Provisions for Construction on City Streets in the City and County of San Mateo Fashion Island Boulevard at Southbound US 101 Ramps and 19th Avenue at Grant Street, #90-79141 - .. 1 1 CITY OF SAN MATEO 1 NOTICE TO 1 CONTRACTORS 1 AND 1 SPECIAL. PROVISIONS ' FOR CONSTRUCTION ON 1 CITY STREETS 1 IN T11E CITY AND COUNTY OF SAN MATED Fashion Island Boulevard at Southbound US 101 Ramps and f�) 19th Avenue at Grant Street ? 1 For use in Connection with Standard Specifications Dated January, 1988, Standard Plans Dated January, 1988, General Prevailing Wage Rates Dated April 1991 and Labor Surcharge And Equipment Rental Rates. CITY PROJECT No. 90.7913 1 Federal Aid Project No. M-3072(121) CPR -L089(796) City of San Mateo 1 330 W 20th Avenue San Mateo, California 94403 (415) 377-3315 1 Bids Open: July 16, 1991 Dated: May 1991 1 22_3 B 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ********************************************** SPECIAL NOTICE ********************************************** The bidder's attention is directed to the section entitled "Required Listing of Subcontractors" in Section 2 of the special provisions regarding the requirement that the proposed subcontractors are now to be listed in the bid proposal for items of work or portions thereof to be subcontracted in excess of one-half of one percent of the total bid or S10,000, whichever is greatest. On projects with DBE goals the subcontractor listing requirement, referred to above, is in addition to the DBE subcontractor listing requirements. ********************************************** The bidders attention is directed to the State and Federal laws concerning fraud, bribery, collusion, conspiracy, and making false statements in connections with bidding upon, award of, or performance of any public works contract. The U.S. Department of Transportation, Office of Inspector General, has established the following telephone hotline to report violations. In California call 1.800-S45-7496 Outside California call 1-800.4244071 Confidentiality may be maintained and callers may remain anonymous. ********************************************** 1 1 1 CITY OF SAN MATEO 1 PROPOSAL 1 AND 1 CONTRACT 1 FOR CONSTRUCTION ON 1 CITY STREETS 1 114 THE CITY AND COUNTY OF SAN MATEO 1 Fashion Island Boulevard at Southbound US 101 Ramps and 19th Avenue at Grant Street 1 For use in Connection with Standard Specifications Dated January, 1 1988, Standard Plans Dated January, 1988, General Prevailing Wage Rates Dated April 1991, and Labor Surcharge And Equipment Rental Rates. • CITY PROJECT No. 90.7914 Federal Aid Project No. M-3072(121) 1 CPR -L089(796) City of San Mateo 1 330 W 20th Avenue San Mateo, California 94403 (415)377.3315 1 Bids Open: July 16, 1991 Dated: May 1991 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 TABLE OF CONTENTS NOTICE TO CONTRACTORS ---- - -- - ---- 1 SPECIAL PROVISIONS.... ...... ____...-_._-....__.._-__._.__ ------»----»-- - .- 4 SECTION 1. SPECIFICATIONS AND PLANS --•--•-•- 4 SECTION 2. PROPOSAL REQUIREMENTS AND CONDITIONS ... _ ._••»-•-»••-••• - 5 2-1.01 GENERAL _ ............................... . _._.._- __... »._.�_ _._.._..._.. __ 5 2.1.015 FEDERAL LOBBYING RESTRICTIONS _ » -•--» •••-••• ---•- -- 5 2-1.016 DESIGN ENGINEER MAY NOT BID ON CONSTRUCTION CONTRACT 6 2-1.02 DISADVANTAGED BUSINESS » •••--•-•- 6 2.1.03 DBE GOAL FOR THIS PROJECT 7 2-1.04 REQUIRED LISTING OF PROPOSED SUBCONTRACTORS 7 SECTION 3. SUBMISSION OF DBE INFORMATION, AWARD, AND EXECUTION OF 8 CONTRACT 3-1.01 GENERAL 8 3-].O1A DBE INFORMATION 8 3.1.01B AWARD OF CONTRACT 9 SECTION 4. BEGINNING OF WORK, TIME OF COMPLETION AND LIQUIDATED DAMAGES 9' SECTION 5, GENERAL 10 SECTION 5-1. MISCELLANEOUS 10 5.1.01 DIFFERING SITE CONDITIONS 10 5-1.02 LABOR NONDISCRIMINATION 11 5-1.03 SUSPENSION OF WORK 11 5.1.04 LABOR CODE REQUIREMENTS 12 5.1.05 PUBLIC SAFETY 12 5-1.06 FORCE ACCOUNT PAYMENT 13 5.1.07 PAYMENT OF WITHHELD FUNDS 15 5.1.08 DBE RECORDS 15 5-1.09 PERFORMANCE OF DBE SUBCONTRACTORS AND SUPPLIERS 15 5.1.1 SUBCONTRACTING 16 5.1.11 HIGHWAY CONSTRUCTION EQUIPMENT 17 5-1.12HAZARDOUS WASTE IN EXCAVATION 17 5.1.13 SOUND CONTROL REQUIREMENTS 18 5.1.14 PROJECT APPEARANCE 18 5.1.15 EXAMINATION OF THE SITE 19 5.1.16 SURVEYING 19 5-1.17 ATTORNEY FEES 19 5-1.18 NOTICE OF POTENTIAL CLAIM. 19 5-1.19 CHANGES INITIATED BY THE AGENCY 20 5-1.20 LOCATION OF UTILITIES 20 5.121 CONSTRUCTION SCHEDULE. 10 5-122 DELAYS AND EXTENSIONS OF TIME 20 5-1.2.3 HOURS OF LABOR 20 5.1.24 PERMITS AND LICENSES 21 5.125 AFFIRMATIVE ACTION, NON-DISCRIMINATION POLICY. '1 5-1.26 LOWEST RESPONSIBLE BIDDER. '1 5-1.27 CERTIFICATE ON NONDISCRIMINATION 21 5.128 NOTICE TO SOURCES OF EMPLOYEE REFERRALS '1 iii 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 10.3.11 CONTROLLER ASSEMBLIES _ ..-__ . 41 10.3.11a CITY -FURNISHED CONTROLLER ASSEMBLIES..._ 42 10.3.12a VEHICLE SIGNAL FACES AND SIGNAL HEADS _ _ — .---••••--•••••-•-••- 42 10-3.12b PEDESTRIAN SIGNALS _..........__.. ..___.._ _ 43 10.3.13 DETECTORS... 43 10.3.14 PEDESTRIAN PUSH BUTTONS...._......._.... .._ » — ----•—••- •44 10.3.15 LUMINAIRES ._.__. .. _ _. ...»._...._......_ _ _ +.........»....44 10.3.17 INTERNALLY ILLUMINATED STREET NAME SIGNS 45 10.3.18 REMOVING, REINSTALLING OR SALVAGING ELECTRICAL EQUIPMENT 45 10.3.19 PAYMENT.._-..______ ._ __ __ . —»•-- 46 SECTION 11. (Blank) 46 SECTION 12. (Blank) 46 SECTION 13. (Blank) _ __.... ._....._._ ..__.» ..._......._ 46 SECTION 14. FEDERAL REQUIREMENTS FOR FEDERAL -AID CONSTRUCTION PROJECTS _ 46 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 jtEOUIRED BID DOCUMENTS -- PROPOSAL -•• .CERTIFICATE. OF PERFORMANCE OF PREVIOUS CONTRACTS —• LIST OF SUBCONTRACTORS -•• PUBLIC CONTRACT CODE SECTION 10285.1 — PUBLIC CONTRACT CODE SECTION 10162 -- PUBLIC CONTRACT CODE SECTION 10232 — TITLE 23 SECTION 112 NON -COLLUSION AFFIDAVIT ;, -- DEBARMENT AND SUSPENSION CERTIFICATION (Consultants ) —• DEBARMENT AND SUSPENSION CERTIFICATION (&skiers) . . -•• SIGNATURE OF BIDDER (Wuh Big Arrow ) -- BIDDER'S BOND --- BIDDER DBE INFORMATION .-- GUARANTY »- CONTRACT (It Must Include All Necessary Articles ) —• CONTRACT SIGNATURE SHEET — PERFORMANCE BOND _• PAYMENT BOND FEDERAL MINIMUM WAGES vi 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Sac Fed DBE'S WK 01.II-91 CITY OF SAN MATEO NOTICE TO CONTRACTORS FEDERAL AID PROJECT No. M- 3072(121) CPR•1.089(796) CITY PROJECT No. 90.7914 Fashion Island Boulevard at Southbound US 101 Ramps and 19th Avenue at Grant Street Sealed proposals for the work shown on the plans entitled: CITY OF SAN MATEO; DEPARTMENT OF PUBLIC WORKS; PROJECT PLANS FOR CONSTRUCTION OF TRAFFIC SIGNALS AND SIGNAL INTERCONNECT, FASHION ISLAND BOULEVARD AT SOUTHBOUND US 101 RAMPS AND 19TH AVENUE AT GRANT STREET will be received at the City of San Mateo Department of Public Works, 330 W Twentieth Avenue, San Mateo, California 94403.1388, until 2 o'clock p.m. On July 16,1991 at which time they will be publicly opened and read at said address. Proposal forms for this work are included in a separate book entitled: CITY OF SAN MATEO; DEPARTMENT OF PUBLIC WORKS; PROJECT PLANS FOR CONSTRUCTION OF TRAFFIC SIGNALS AND SIGNAL INTERCONNECT, FASHION ISLAND BOULEVARD AT SOUTHBOUND US 101 RAMPS AND 19TH AVENUE AT GRANT STREET General work description: Installation of Traffic Signals and Interconnect. This project bas a goal of eleven (11) percent disadvantaged business enterprise (DBE) participation. No pre -bid meeting is scheduled for this project. THIS PROJECT IS SUBJECT TO THE "BUY AMERICA" PROVISIONS OF THE SURFACE TRANSPORTATION ASSISTANCE ACT OF 1982. Bids are required for the entire work described herein. At the time the contract is awarded, the Contractor shall possess Class C-10 License. This contract is subject to state contract nondiscrimination and compliance requirements pursuant to Government Code, Section 12990. San Maio, Fashion Island BA d. Signets P90245:0 06/04'91 O%S Associates Page 1 Sic Fed DBE 'sI oK 01-22-91 1 CITY OF SAN MATEO NOTICE TO CONTRACTORS FEDERAL AID PROJECT No. M. 3072(121) I CPR -L089(796) CITY PROJECT No. 90.7914 Fashion Island Boulevard at Southbound US 101 Ramps and 19th Avenue at Grant Street 1 Sealed proposals for the work shown on the plans entitled: 1 CITY OF SAN MATEO; DEPARTMENT OF PUBLIC WORKS; PROJECT PLANS FOR CONSTRUCTION OF TRAFFIC SIGNALS AND SIGNAL I INTERCONNECT, FASHION ISLAND BOULEVARD AT SOUTHBOUND US 101 RAMPS AND 19TH AVENUE AT GRANT STREET I will be received at the City of San Mateo Department of Public Works, 330 W Twentieth Avenue, San Mateo, California 94403-1388, until 2 o'clock p.m. on July 16,1991 at which time they will be publicly opened and read at said address. Proposal forms for this work are included in a separate book entitled: I CITY OF SAN MATEO; DEPARTMENT OF PUBLIC WORKS; PROJECT PLANS FOR CONSTRUCTION OF TRAFFIC SIGNALS AND SIGNAL I INTERCONNECT, FASHION ISLAND BOULEVARD AT SOUTHBOUND US 101 RAMPS AND 19TH AVENUE AT GRANT STREET I General work description: Installation of Traffic Signals and Interconnect. This project has a goal of eleven (11) percent disadvantaged business enterprise (DBE) participation. I No pre -bid meeting is scheduled for this project. THIS PROJECT IS SUBJECT TO THE "BUY AMERICA" PROVISIONS I OF THE SURFACE TRANSPORTATION ASSISTANCE ACT OF 1982. Bids are required for the entire work described herein. At the time the contract is awarded, the Contractor shall possess Class C-10 License. I This contract is subject to state contract nondiscrimination and compliance requirements pursuant to Government Code, Section 12990. San Mateo, Fashion Island Blvd Signals Page 1 P901J5s0 05104191 OKS Associates " Project plans, special prov s, and proposal forms for bidding this project an only be obtained at the City of San Mateo Department of Public Works, 330 W Twentieth Avenue, San Mateo, Sacramento, California 94403-1388 Telephone No. (415)377.3315, and may be seen at the above Department of Public Works office. A nonrefundable fee of 535.00 per set is required. Any questions regarding the contract documents should be directed in writing to Mr. Otis Chan at the above address. Standard Specifications and Standard Plans are available through the State of California, Department of Transportation, Publications Unit, 1900 Royal Oaks Drive, Sacramento, CA 95815, Telephone No. (916)445.3520. FAX orders for Standard Specifications and Standard Plans through the Publications Unit with company or firm purchase order number will be honored, FAX No. (916)324-8997. The estimated construction cost of this project is $249,000. This estimate is not based on a 'contractor's cost take off" of the project, but is derived from an averaging of costs for work of similar projects in the area of which the City is aware. This figure is given to indicate the relative order on magnitude of this project and is not intended to influence or affect in any way the amount bid for this project. All bids shall be accompanied by a bid bond, ashier'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. 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, modify, or reject any items of the bid. The time for completion for this contract shall be fifty (50) working days, beginning from the date of the Notice to Proceed. (See the special provisions for additional details and requirements). 1 1 1 1 1 1 1 1 1 1 San Mateo, fashion Island Blvd Sigma& - Page 2 P90245x0 06/04191 DKS Associates 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Project plans, special provisions, and proposal forms for bidding this project can only be obtained at the City of San Mateo Department of Public Works, 330 W Twentieth Avenue, San Mateo,' Sacramento, California 94403.1388„ Telephone No. (415)377.3315, and may be seen at the, above Department of Public Works office. A nonrefundable fee of S35.00 per set is required: My questions regarding the contract documents should be directed in writing to Mr. Otis Chan at the above address. Standard Specifications and Standard Plans are available through the State of California, Department of Transportation, Publications Unit, 1900 Royal Oaks Drive, Sacramento, CA 95815, Telephone No. (916)445-3520. FAX orders for Standard Specifications and Standard Plans through the Publications Unit with company or firm purchase order number will be honored,FAX No. (916)324-8997. The estimated construction cost of this project is $249,000. This estimate is not based on a 'contractor's cost take off' of the project, but is derived from an averaging of costs for work of similar projects in the area of which the City is aware. This figure is given to indicate the relative order on magnitude of this project and is not intended to influence or affect in any way the amount bid for this project. ' 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. ' Theright 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, modify, or reject any items of the bid. The time for completion for this contract shall be fifty (50) working days, beginning from the date of the Notice to Proceed. (See the special provisions for additional details and requirements). ; ti San Mateo, Fashion Island Blvd Signals P90243r0 06104/91 DKS Associates 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 The successful bidder shall furnish a payment bond and a performance bond. The Department of Public Works hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. Minimum wage rates for this project as predetermined by the Secretary of Labor are set forth in the serially numbered books issued for bidding purposes and entitled 'Proposal, and Contract; and in copies of said book that may be examined at the same offices as described herein before where the plans, specifications, and proposal forms may be wen. Addenda to modify Federal minimum wage rates will be issued holders of the above referenced books. If there is a difference between the minimum wage rates predetermined by the Secretary of Labor and the prevailing wage rates determined by the State for similar classifications of labor, the Contractor and his subcontractors shall pay not less than the higher wage rate. Pursuant to Section 1773 of the Labor Code, the general prevailing wage rates in the county in which the work is to be done has been determined by the Director of the Department of Industrial Relations. These wage rates appear in the Department of Transportation publication titled General Prevailing Wage Rates, dated April 1991. Future effective wage rates which have been predetermined and are on file with the Department of Industrial Relations are referenced but not printed in said publication. Said City Representative shall report the results of the bidding to the City Council at a later date, at which time the City Council may award the contract to the lowest responsible bidder as so reported; or as the City's interest may dictate, City Council may exercise its right to modify the award or to reject any or all bids. To ensure performance, City reserves the right to retain ten percent (10%) of the contract price for thirty five (35) calendar days after it record the Notice of Completion. However, pursuant to Government Code §4590, the contractor may substitute securities for said ten percent (10%) retention. The provisions of Government Code §4590 are hereby expressly made a part of the contract. Dated May 1991 San Maeo, Fashon Island Blvd Signals P90245x0 06!04.;91 DKS Assoc, es CITY OF SAN MATEO, lane M. Powell, Mayor Page 3 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CITY OF SAN MATEO DEPARTMENT OF PUBLIC WORKS, SPECIAL PROVISIONS SECTION L SPECIFICATIONS AND PLANS The work embraced herein shall be done in ac nrdance with the City of San Mateo Standard Plans and Specifications and the Department of Transportation (Caltrans) Standard Specifications datedJanuary, 1988, and the Standard Plans dated January, 1988, insofar as the same may apply and in accordance with the following special provisions In case of conflict between the Standard Specifications and these special provisions, the special provisions shall take precedence over and be used in lieu of such conflicting portions.The City of San Mateo Standard Specifications and Standard Plans take precedence of those published by.Caltrens.: The first sentence of the first paragraph of Section 1.129, "Plans,". of the Standard Specifications is amended to read: The official project plans and Standard Plans, profiles, typical cross sections,: working drawings and supplemental drawings, or reproductions thereof, approved by the Engineer, which show the locations, character, dimensions and details of the work to be preformed. ' Definitions and Terms As used herein, unless the context otherwise requires, the following terms have the following meanings: Department of Transportation The City Council of the City of San Mateo, California. Director of Transportation. The City Council of the City of San Mateo, California. Engineer. The City Engineer of the City of San Mateo, State of California, acting either directly or through properly authorized agents, such agents acting within the scope of the particular duties entrusted to them. )aboratorv. The established laboratory of the Materials and Research Department of the Department of Transportation of the State of California or laboratories authorized by the Engineer to test materials and work involved in the contract. . Late. The City of San Mateo, California. . Transportation Building - Sacramento. City Hall, City of San Mateo, State of California. State Highway Engineer. The City Engineer of the City of San Mateo, State of California. Standard Specifications. The 1988 edition of the Standard Specifications of the State of California, Department of Transportation. Any reference therein to•the State of California or a State 'agenc , office, or officer shall be interpreted to refer to the Ciry or its corresponding.agency, office, or officer acting under this contract. San Mateo, fashion Island Blvd 5ignab P90NSc0 06/0.191 OKS AssocitCes 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 2. PROPOSAL REQUIREMENTS AND CONDITIONS 2-1.01 GENERAL. —The bidder's attention is directed to the provisions in Section 2, 'Proposal Requirements and Conditions," of the Standard Specifications and these special provisions for the requirements and conditions which be must observe in the preparation of the proposal form and the submission of the bid. The last sentence in Section 2-1.01, "Contenu of Proposal Forms," of the Standard Specifications is deleted. After the fifth paragraph of Section 2-1.03, "Examination of Plans, Specifications, Contract, and Site of Work," of the Standard Specifications the following is added: When cross sections are included with the contract plans, it is expressly understood and agreed that said cross sections do not constitute part of the contract, do not necessarily represent actual site conditions or show location, character, dimensions and details of work to be performed, and are included in the plans only for the convenience of bidders and their use is subject to all the conditions and limitations set forth in this Section 2-1.03. When cross sections were not included in the plans, but are available, bidders or Contractors may inspect such cross sections and obtain copies for their use, at their expense. The first sentence of the second paragraph in Section 2-1.05, "Proposal Forms," of the Standard Specifications is amended to read: The proposal form is bound together with the contract. The first sentence of the last paragraph in Section 2-1.07, "Proposal Guaranty," of the Standard Specifications is amended to read: The bidder's bond shall conform to the bond form in the book entitled "Proposal and Contract" for the project and shall be properly filled out and executed. The form of Bidder's Bond mentioned in the last paragraph in Section 2-1.07, "Proposal Guaranty," of the Standard Specifications will be found following the signature page of the Proposal. In accordance with Public Contract Code Section 7106, a Noncollusion Affidavit is included in the proposal. Signing the proposal shall also constitute signature of the Noncollusion Affidavit. 2.1.015 FEDERAL LOBBYING RESTRICTIONS-- Section 1352, Title 31, United States Code prohibits Federal funds from being expended by the recipient or any lower tier subreceipient of a Federal -aid contract to pay for any person for influencing or attempting to influence a Federal agency of Congress in connection with the awarding of any Federal grant loan, or the entering into of any cooperative agreement. if any funds other than Federal funds have been paid for the same purposes in connection with this Federal -aid contract, the recipient shall submit an executed certification and, if required, submit a completed disclosure form as part of the bid documents. A certification for Federal -aid contracts regarding payment of funds to lobby Congress or a Federal agency is included in the Proposal, Standard Form - 111-, "Disclosure of Lobbying Activities; with instructions for completion of the Standard Form is also included in the Proposal, Signing the Proposal shall constitute signature of the Certifications. The above -referenced certification and disclosure of lobbying activities shall be included in each subcontract and any lower -tier contracts exceeding 5100,000. All disclosure forms,but nor certifications, shall be forwarded from tier to tier until received by the Engineer. The Contractor, subcontractors and any lower -tier contractors shall file a disclosure form at the end of each calendar quarter in which there occurs any event that requires disclosure or that materially affects the accuracy of the information contained in any disclosure form previously filed by the Contractor, San Mato, Fashion Island Blvd Signals P 0245x0 06.y04,i91 DKS Associates Page 5 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 subcontractors and any lower -tier contractors. An event that materially affects the accuracy of the information reported included: (1)A cumulative increase of $25,000 or more in the amount paid or expected to be paid for influencing or attempting to influence a covered Federal action; or (2)A change in the person(s) or individuals) influencing or attempting to influence a covered action; or (3)A change in the officer(s), employee(s), or member(s) conucted to influence or attempt to influence a covered action. 2.1.016 DESIGN ENGINEER MAY NOT BID ON CONSTRUCTION CONTRACT. -- No engineering or architectural firm which has provided design services for a project shall be eligible to bid on the contract to construct the project. The firms ineligible to bid include the prime contractor for design, subcontractors of portions of the design, and affiliates of either. An affiliate is a firm which is subject to the control of the same persons, through joint ownership or otherwise. 2-1.02 DISADVANTAGED BUSINESS. —This project is subject to Part 23, Tide 49, Code of Federal Regulations entitled 'Participation. By Minority: Business Enterprise In Departmentof Transportation Programs." The Regulations in their entirety are incorporated herein by this reference;. Bidders shall be fully informed respecting the requirements of the Regulations and the Department's Disadvantaged business (DBE) program developed pursuant to the Regulations; particular ,attention is directed to the following matters:' (a) A DBE must be a small business concern as defined pursuant to Section 3 of US. Small Business Act and relevant regulations promulgated pursuant thereto; (b) A DBE bidder, not bidding as. a joint venture with a non -DBE, will be required to meet the DBE goal through subcontracting or material purchases or make good faith effort to do so, r' (c) A DBE may participate as a subcontractor, joint venture partner with a prime or subcontractor, or vendor of material or supplies; (4) A DBE joint venture partner must be responsible for a clearly defined portion of the work to be performed in addition to satisfying requirements for ownership and control; The DBE joint venturer must submit either Schedule B of the Regulations or California Department. Of Transportation, Form CR5A, "Information for Determining Disadvantaged Business and Woman Owned Business Enterprise Joint Venture Eligibility"; (e) A DBE must perform a commercially useful function, i.e., must be responsible for the execution of a distinct element of the work and must carry out its responsibility by actually performing, managing and supervising the work; (f) Credit for a DBE vendor of materials or supplies is limited to 60 percent of the amount to be paid to the vendor for the material unless the vendor manufactures or substantially, alters the goods, (g) Credit for trucking by DBEs will be as follows: (i) The amount to be paid when a DBE trucker will perform the trucking with his/her own trucks, tractors and employees. (ii) Twenty percent of the amount to be paid to DBE trucking brokers who do not have a "certified roster (iii) One hundred percent of the amount to be paid to DBE trucking brokers who have: a. signed agreements that all trucking will be performed by DBE truckers if credit is toward DBE goal. b. a "certified roster" showing that all trucks are owned by certified DBEs, and c. a signed statement on the "certified roster that indicates that 100 percent of revenue paid by the broker will be paid to the DBEs listed on the "certified roster. (iv) Twenty percent of the amount to be paid to trucking brokers who are not a DBE but who have: San Maw, Fashion Bland Blvd Signals P90245r0 06/04!91 OKS Associates Page 6 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 a. signed agreements with DBE truckers assuring that at least 20 percent of the trucking will be performed by DBE truckers if credit is toward DBE goal. b. a "certified roster" showing that at least 20 percent of the number of trucks are owned by certified DBE truckers, as appropriate, and C. a signed statement on the 'certified roster" that indicates that at least 20 percent of the revenue paid by the broker will be paid to the DBEs listed on the "certified roster". The"certified roster' referred to herein shall conform to the requirements in Section 3-1.01A, 'DBE Information," of these special provisions. (h) A DBE must be a certified DBE on the date bids for the project are opened before credit may be allowed toward the DBE goal. The Department's DBE Directory identifies DBEs which have been certified. Others may also qualify for certification but must be certified before bid opening. The DBE directory may be obtained from the Department of Transportation, Plans and Bid Documents, Room 200, Transportation Building, 1120 N Street, P.O. Box 942874, Sacramento, California 94274-0001, Telephone: (916)445-3325, or from the offices of the Department of Transportation at Los Angeles, San Francisco, and the District in which the work is situated. (i) Noncompliance by the Contractor with the requirements of the regulations constitutes a breach of this contract and may result in termination of the contract or other appropriate remedy for such breach. (j) Bidders are encouraged to utilize services offered by banks owned and controlled by minorities or women. 2-1.03 DBE GOAL FOR THIS PROJECT. —The Department has established the following goal for disadvantaged businesses (DBE) participation for this project. Disadvantaged business (DBE) eleven (11) percent It is the bidder's responsibility to make a sufficient portion of the work available to subcontractors and suppliers and to select those portions of the work or material needs consistent with the available DBE subcontractors and suppliers, so as to assure meeting the goal for DBE participation. 2.1.04 REQUIRED LISTING OF PROPOSED SUBCONTRACTORS. —Each proposal shall have listed therein the name and address of each subcontractor to whom the bidder proposes to subcontract portions of the work in an amount in excess of 1/2 of one percent of his total bid or 510,000, whichever is greater, in accordance with the Subletting and Subcontracting Fair Practices Act, commencing with Section 4100 of the Public Contract Code. The bidder's attention is invited to other provisions of said Act related to the imposition of penalties for a failure to observe its provisions by using unauthorized subcontractors or by making unauthorized substitutions. A sheet for listing the subcontractors, as required herein, is included in the Proposal. Bidders are cautioned that this listing requirement is in addition to the requirement to provide a list of DBE subcontractors after the opening of the proposals. SECTION 3. SUBMISSION OF DBE INFORMATION, AWARD, AND EXECUTION OF CONTRACT 3-1.01 GENERAL. —The bidder's attention is directed to the provisions in Section 3, "Award and Execution of Contract," of the Standard Specifications and these special provisions for the requirements and conditions concerning submittal of DBE information, award, and execution of contract. The required DBE information shall be submitted on the "CALTRANS BIDDER - DBE INFORMATION" form included in the Proposal. If such DBE information is not submitted with the bid, the DBE information form shall be removed from the documents prior to submitting the bid. San Mateo, Fashion Island Blvd Signals P9024 5z0 06/04191 0115 Assoclmes Page 7 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 It is the bidder's responsibility to meet the goal for DBE participation, or to provide information to establish that, prior to bidding, the bidder made good faith efforts to do so. 3.1.01.4 DBE INFORMATION. —If DBE information is not submitted with the bid, the apparent successful bidder (low bidder) and the second low biddersball submit DBEanformation to the City of San Mateo, 330 W 20th Avenue, San Mateo, California, 94403 so the information is received, by the Department no later than close of business on Friday of ;the week following`,bid opening.';,, DBE information sent by certified mail and postmarked on or before Wednesday of the week following bid opening will be accepted even if it is received after Friday of the week following bid opening. Failure to submit the required DBE information by the time specified will be grounds for find cg the bid or proposal nonresponsive. Other bidders need not submit DBE information unless requested to do so by the Department. ,When such request is made, the DBE information of such bidder shall be submitted within 5 days, unless a later time is authorized by the Department. The bidders DBE information shall establish that the DBE goal will be met or that a good'faitb effort to meet the goal has been made. Bidders are cautioned that even though their submittal indicates they will meet'the stated DBE goal, their submittal should also include thew good, faith efforts information along with their ;DBE goal information to protect their eligibility for award of the contract in the'event the Department, in its review, finds that the goal, has not been met. The information to show that the DBE goal will be met shall include the names of DBEs to be ;used, with a complete description of work or supplies to be provided by each and the dollar value of cacti such DBE transaction. When 100 percent of a contract item of work is not to be performed or,furnished by a DBE, a description of the exact portion of said work to be performed or furnished by tba;DBE shall be • included in the DBE information, including; the planned location of said work. .(Note:' -':DBE subcontractors to whom the bidder proposes to subcontract'portions of the work in an amount in excess of 1/2 of one percent of his total bid or 510,000, whichever is greater, must have been named in the bid - See section entitled "Required Listing Of Proposed Subcontractors" in Section 2, of;these special provisions). If credit for trucking by a DBE trucking broker is shown on the bidder's information as 100 percent of the revenue to be paid by the broker is to be paid to DBE truckers, a "certified roster" of.the broker's trucks to be used must be included. The "certified roster" must indicate that: all the trucks are owned by certified DBEs and must show the DBE truck numbers, '• owner's name, Public Utilities Commission Cal -T numbers, and the DBE certification numbers. The roster must indicate that all revenue (paid by , the broker will be paid to DBEs listed on the "certified roster". , 1f credit for trucking by a trucking broker who is not a DBE is shown in the bidder's information, a ; "certified roster" of the broker's trucks to be used must be included. The "certified roster must indicate. that al least 20 percent of the broker's trucks are owned by certified DBEs and must show the DBE truck = numbers, owner's name, Public Utilities Commission Cal -T numbers, and the DBE certification numbers. The roster must indicate that at least 20 percent of the revenue paid by the broker will be paid to DBEs listed on the "certified roster". The information necessary to establish the bidder's good faith efforts to. meet the DBE goal should include: (1) The names and dates of advertisement of each, newspaper, trade paper, and minority; focus paper in which a request for DBE participation for this project was placed bythe bidder; (2) The names and dates of notices of all certified DBEs solicited by direct mail for this project i and the dates and methods used for following up initial solicitations to determine with certainty whether the DBEs were interested. (3) The items of work for which the bidder requested subbids or materials to be supplied by DBEs, the information furnished interested DBEs in the way of plans, specifications and requirements for the work, and any break down of items of work into economically feasible units to facilitate DBE participation. Where there are DBEs available for doing portions of the ttork'I San Mateo, Fashion Island Blvd Signals F90245x0 06/04/9! DKS Associates 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 normally performed by the bidder with his own forces, the bidder will be expected to make portions of such work available for DBEs to bid on. (4) The names of DBEs who submitted bids for any of the work indicated in (3) above which were not accepted, a summary of the bidder's discussions andlor negotiations with them, the name of the subcontractor or supplier that was selected for that portion of work, and the reasons for the bidder's choice. If the reason for rejecting a DBE bid was price, give the price bid by the rejected DBE and the price bid by the selected subcontractor or supplier. Since the utilization of available DBEs is expected, only significant price differences will be considered as cause for rejecting such DBE bids. (5) Assistance that the bidder has extended to DBEs identified in (4) above to remedy the deficiency in their subbids. (6) Any additional data to support a demonstration of good faith effort, such as oontaas with DBE assistance agencies. 3.1.01B AWARD OF CONTRACT." -The award of contract, if it be awarded, will be to the lowest responsible bidder whose proposal complies with all the requirements prescribed and who has met the goal for DBE participation or has demonstrated, to the satisfaction of the Department, good faith effort to do so. Meeting the goal for DBE participation or demonstrating, to the satisfaction of the Department, good faith efforts to do so is a condition for being eligible for award of contract. 3.1.02 BONDS The Contractor shall provide, at the time of execution of the agreement or contract for work, at his own expense, a surety bond in an amount equal to at least one hundred percent (100%) of the contract price as security for the faithful performance of said agreement. Contractor shall also provide, at the time of the execution of the agreement or contract of work, and at his own expense, a separate surety bond in the amount equal to at least one hundred percent (100%) of the contract price as security for the payment of all persons performing and furnishing materials in connection with said agreement. Sureties on each of said bonds shall be satisfactory to the City. SECTION 4. BEGINNING OF WORK, TIME OF COMPLETION AND LIQUIDATED DAMAGES Attention is directed to the provisions in Section 8.1.03, "Beginning of Work," in Section 8-1.06,'Time of Completion," and in Section 8.1.07, "Liquidated Damages," of the Caltrans Standard Specifications (January '88) here after known as Standard Specifications, and these special provisions. In lieu of the requirements that the Contractor shall begin work within 15 days after approval of the contract, as provided in Section 8-1.03 of the Standard Specifications, the Contractor shall furnish the Engineer with a statement from the vendor that the order for the electrical materials required for this contract has been received and accepted by said vendor, and said statement shall be furnished within 15 calendar days after the contract has been approved by the City of San Mateo or the attorney appointed and authorized to represent the City of San Mateo. Said statement shall give the date that the electrical materials will be shipped. However, if the Contractor has the necessary materials on hand, he will not be required to furnish said vendor's statement. Using the dates for arrival of critical materials as stated in the purchase orders the Contractor and Engineer shall agree upon a date that work is to begin. This date shall not be more than 100 calendar days from contract approval. The Contractor shall not perform any traffic signal work at the site of the project, until all electrical materials are delivered and available for installation. The Contractor shall notify the Engineer, in writing, of the date that all electrical materials are received and shall begin work not more than 15 calendar days after said date. Said work shall be diligently prosecuted to completion before the expiration of San Mateo, Fashion Island Shd Signals P90;45,0 0604.91 OKS Associfes 50 WORKING DAYS Page 9 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 from the date that all electrical materials are received but in no case shall the work be completed later than 120 WORKING DAYS after the date of the notice to proceed. The Contractor shall pay to the City of San Mateo the sum of 5500.00 per day, for each and every calendar day's delay in finishing the work in excess of the number of working days prescribed above. Pre -construction Conference. Prior to the issuance of the Notice to Proceed, a pretonstruction conference will be held at the office of the Engineer for the purpose of discusing with the Contractor the scope of work, contract drawings, specifications, existing conditions, materials to be ordered, equipment to be used, and all essential matters pertaining to the prosecution of and the satisfactory completion of the project as required. The Contractors representative at this conference shall include all major superintendents for the work and may include major sub -contractors. The Contractor shall have all materials catalog cuts and approval forms submitted to the Engineer prior to or at this time. SECTION 5. GENERAL SECTION 5-1. MISCELLANEOUS 5.1.01 DIFFERING SITE CONDITIONS. —During the progress of the work, if subsurface or latent physical conditions are encountered at the site differing materially from those indicated in the contract or if unknown physical conditions of an unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent in the work provided for in the contract, are encountered at the site, the party discovering such conditions shall promptly notify the other party in writing of the specific differing conditions before they are disturbed and before the affected work is performed. Upon written notification, the Engineer will investigate the conditions, and if the Engineer determines that the conditions materially' differ and cause an increase or decrease in the cost or time required for the performance of any work under the contract, an adjustment, excluding loss of anticipated profits, will be made and the contract modified in writing accordingly. The Engineer will notify the Contractor of his determination whether or not an adjustment of the contract is warranted. No contract adjustment which results in a benefit to the Contractor will bc allowed unless the Contractor has provided the required written notice. No contract adjustment will be allowed under the provisions specified in this section for any effects caused on unchanged work. Any contract adjustment warranted due to differing site conditions will be made in accordance with the provisions in Section 4-1.03, "Changes," of the Standard Specifications. 5.1.02 LABOR NONDISCRIMINATION. —Attention is directed to the following Notice that is required by Chapter 5 of Division 4 of Title 2, California Administrative Code. NOTICE OF REQUIREMENT FOR NONDISCRIMINATION PROGRAM (GOV. CODE, SECTION 12990) Your attention is called to the "Nondiscrimination Clause", set forth in Section 7-1.01A(4), "Labor Nondiscrimination," of the Standard Specifications, which is applicable to all nonexempt state contracts and subcontracts, and to the "Standard California Nondiscrimination Construction Contract Specifications" set forth therein. The Specifications are applicable to all nonexempt state construction contracts and subcontracts of 55,000 or more. San Maiea. Fashion Island Blvd Signals PG7:ISr0 06/Or,!91 DKS Associates Page 10 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 5-1.03 SUSPENSION OF WORK. —In addition to the requirements specified fn Section 8.1.05, "Temporary Suspension of Work' of the Standard Specifications the following shall apply: SUSPENSIONS OF WORK ORDERED BY THE ENGINEER. —If the performance of all or any portion of the work is suspended or delayed by the Engineer in writing for an unreasonable period of time (not originally anticipated., customary, or inherent to the construction industry) and the Contractor believes that additional compensation or contract time or additional compensation and contract time is due as a result of such suspension or delay, the Contractor shall submit to the: Engineer in writing a request for adjustment within 7 calendar days of receipt of the notice to resume work. The request shall set forth the reasons and support for such adjustment. Upon receipt, the Engineer will evaluate the Contractor's request. If the Engineer agrees that the cost or time or cost and time required for the performance of the contract has increased as a result of such suspension and the suspension was caused by conditions beyond the control of and not the fault of the Contractor, its suppliers, or subcontractors at any approved tier, and not caused by weather, the Engineer will make an adjustment (excluding profit) and modify the contract in writing accordingly. The Engineer will notify the Contractor of his determination whether or not an adjustment of the contract is warranted. No contract adjustment will be allowed unless the Contractor bas submitted the request for adjustment within the time prescribed. No contract adjustment will be allowed under the provisions specified in this section to the extent that performance would have been suspended or delayed by any other cause, or for which an adjustment is provided for or excluded under any term or condition of this contract. Any contract adjustment warranted due to suspension of work ordered by the Engineer will be made in the same manner as provided for right of way delays in Section 8.1.09, "Right of Way Delays," of the Standard Specifications. 5.1.04 LABOR CODE REQUIREMENTS. -•The first paragraph of Section 7-1.01A(2), "Prevailing Wage," of the Standard Specifications is amended to read: The Contractor shall comply with Labor Code Sections 1774 and 1775. Pursuant to said Section 1775 the Contractor shall forfeit to the State or political subdivision on whose behalf the contract is made or awarded a penalty of not more than fifty dollars (550) for each calendar day, or portion thereof, for each worker paid less than the prevailing rates as determined by the Director of Industrial Relations for the work or craft in which the worker is employed for any public work done under the contract by him or her or by any subcontractor under him or her in violation of the provisions of the Labor Code and in particular, Labor Code Sections 1770 to 1780, inclusive. The amount of this forfeiture shall be determined by the Labor Commissioner and shall be based on consideration of the Contractor's mistake, inadvertence, or neglect in failing to pay the correct rate of prevailing wages, or the previous record of the Contractor in meeting his or her prevailing wage obligations, or a Contractor's willful failure to pay the correct rates of prevailing wages. A mistake, inadvertence, or neglect in failing to pay the correct rate of prevailing wages is not excusable if the Contractor had knowledge of his or her obligations under the Labor Code. In addition to said penalty and pursuant to said Section 1775, the difference between such prevailing wage rates and the amount paid to each worker for each calendar day or portion thereof for which each worker was paid less than the prevailing wage rate shall be paid to each worker by the Contractor. 5-1.05 PUBLIC SAFETY.• -1n addition to any other measures taken by the Contractor pursuant to the provisions of Section 7-1.09, "Public Safety," of the Standard Specifications, the Contractor shall install temporary railing (Type K) between any lane carrying public traffic and any excavation, obstacle, or storage area when the following conditions exist: San Massa Fashion Island Bhd. Signals P90245.0 06/0.1.'91 DKS Associares Page 11 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 (1) Excavations. —Any excavation the near edge of which is 12 feet or less from the edge of the lane, except: (a) Excavations covered with sheet steel or concrete covers of adequate thickness to prevent accidental entry by traffic or the public. (b) Excavations less than one foot deep. (c) Trenches less than one foot wide for irrigation pipe or electrical conduit or excavations less than one foot in diameter. (d) Excavations parallel to the lane for the purpose of pavement widening or reconstruction. (e) Excavations in side slopes; where the slope is steeper than 4:1. (0 Excavations protected by existing barrier or railing. (2) Temporarily Unprotected Permanent Obstacles. —Whenever the work includes the installation of a fixed obstacle together with a protective system, such as a sign structure together with protective railing, and the Contractor elects to install the obstacle prior to installing the protective system; or whenever the Contractor, for his convenience and with permission of the Engineer, removes a portion of an existing protective railing at an obstacle and does not replace such railing complete in place during the same day. (3) Storage Areas. —Whenever material or equipment is stored within 12 feet of the lane and such storage is not otherwise prohibited by the specifications. Except for installing, maintaining and removing traffic control devices, whenever work is performed or equipment is operated in the following work areas the Contractor shall close the adjacent traffic lane unless otherwise provided in the specifications: Approach speed of public traffic (Posted Limit) (Miles Per Hour) Work Areas Over 45 Within 6 feet of a traffic lane but not on a traffic lane. 35 to 45 Within 3 feet of a traffic lane but not on a traffic lane. When traffic cones or delineators are used to delineate a temporary edge of traffic lane, the line of cones or delineators shall be considered to be the edge of traffic lane; however, the Contractor shall not reduce the width of an existing lane to less than 10 feet without written approval from the Engineer. The lane closure provisions of this section shall not apply if the work area is protected by permanent or temporary railing or barrier. When work is not in progress on a trench or other excavation that required a lane closure, the traffic cones or portable delineators used for the lane closure shall be placed off of and adjacent to the edge of the traveled way. The spacing of the cones or delineators shall be not more than the spacing used for the lane closure. 5.1.06 FORCE ACCOUNT PAYMENT. —The fourth paragraph in Section 9-1.03A, 'Work Performed by Contractor," of the Standard Specifications is amended to read: When extra work to be paid for on a force account basis is performed by a subcontractor, approved in accordance with the provisions in Section 8.1.01, 'Subcontracting," an additional markup of 5 percent will be added to the total cost of said extra work including all markups specified in this Section 9.1.03A. Said additional 5 percent markup shall reimburse the Contractor for additional administrative costs, and no other additional payment will be made by reason of performance of the extra work by a subcontractor. San Maieo, Fashan Island Blvd Signa& J%3243s0 06104/91 DKS Associates Page 12 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 The first paragraph in Section 9-1.03A(3), 'Equipment Rental," of the Standard Specifications is amended to read: The Contractor will be paid for the use of equipment at the rental rates listed for such equipment in the Department of Transportation publication entitled Labor Surcharge And Equipment Rental Rates, which is in effect on the date upon which the work is accomplished and which is a part of the contract, regardless of ownership and rental or other agreement, if such may exist, for use of such equipment entered into by the Contractor, except that for those pieces of equipment with a rental rate of 510.00 per hour or less as listed in the Labor Surcharge And Equipment Rental Rates publication and which are rented from a local equipment agency, other than Contractor owned, the Contractor will be paid at the bourly rate shown on the rectal agency invoice or agreement for the time used -on force account work as provided in Section 9.1.03A(3a),'Equipment on the Work." If a minimum equipment rental amount is required by the local equipment rental agency, the actual amount charged will be paid to the Contractor. If it is deemed necessary by the Engineer to use equipment not listed in said publication, a suitable rental rate for such equipment will be established by the Engineer. The Contractor may furnish any cost data which might assist the Engineer in the establishment of such rental rate. If the rental rate established by the Engineer is 510.00 per hour or less, the provisions above concerning rental of equipment from a local equipment agency shall apply. The sixth paragraph in said Section 9-1.03A(3) is amended to read: Individual pieces of equipment or tools not listed in said publication and having a replacement value of $500 or less, whether or not consumed by use, shall be considered to be small tools and no payment will be made therefor. Section 9-1.03A(3), "Equipment Rental," of the Standard Specifications is amended by adding Section 9.1.03A(3d), "Dump Truck Rental," as follows: 9.1.03A(3d) Dump Truck Rental. —Dump truck rental shall conform to the provisions of Sections 9.1.03A(3), "Equipment Rental," 9.1.03A(3a), "Equipment on the Work," and 9-1.03A(3b)," Equipment not on the Work," except as follows: Fully maintained and operated rental dump trucks used in the performance of extra work paid for on a force account basis will be paid for at the same hourly rate paid by the Contractor for use of fully maintained and operated rental dump trucks in performing contract item work. In the absence of contract item work requiring dump truck rental, the Engineer will establish an hourly rental rate to be paid. The Contractor shall provide the Engineer with complete information on the hourly rental rates available for rental of fully maintained and operated dump trucks. The provisions in Section 9-1.03A(1), "Labor," shall not apply to operators of rented dump trucks. The rental rates listed for dump trucks in the Department of Transportation publication entitled Labor Surcharge And Equipment Rental Rates shall not apply. To the total of the rental costs for fully maintained and operated dump trucks there will be added a markup of 15 percent. An additional markup of 5 percent will be added by reason of performance of the work by a subcontractor. No markup will be made for labor. The provisions of Section 9-1.03A(3c), "Owner -Operated Equipment," shall not apply to dump truck rentals. The first sentence of the second paragraph of Section 9-1.03C, "Records," of the Standard Specifications is amended to read: San Malta. Fashion Island Blvd Signals P9024.10 06/O4.!91 DKS Associates Page 13 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 From the above records, the Contractor shall furnish the Engineer completed daily extra work reports, either on forms furnished by the Department or on computerized facsimiles of the Department's forms acceptable to the Engineer, for each day's extra work to be paid for on a form account basis. 5.1.07 PAYMENT OF WITHHELD FUNDS. —Section 9-1.065, "Payment of Withheld Funds," of the Standard Specifications is amended to read: 9-1.065 Payment of Withheld Funds. —Attention is directed to Section 9-1.06, "Partial Payments; and in particular to the retention provisions of said section. Upon the Contractor's request, pursuant to Public Contract Code Section 10263, the Department will make payment of funds withheld from progress payments to ensure performance of the contract if the Contractor deposits in escrow with the State Treasurer, or with a bank acceptable to the Department, securities equivalent to the amount withheld. The Contractor shall be beneficial owoer of any securities substituted for moneys withheld and shall receive any interest thereon. Upon satisfactory completion of the contract, the securities shall be returned to the Contractor. Alternatively, upon the Contractor's request, the Department will make payment of retentions earned directly to the escrow agent. The Contractor may direct the investment of the payments into securities and the Contractor shall receive the interest earned on the investments upon the ume terms provided for securities deposited by the Contractor. Upon satisfactory completion of the contract, the Contractor shall receive from the escrow agent all securities, interest, and payments received by the escrow agent from the Department, pursuant to the terms in Section 10263 of the Public Contract Code. Securities eligible for investment shall include those listed in Section 16430 of the Government Code, bank or savings and loan certificates of deposit, interest -bearing demand deposit accounts, standby letters of credit, or any other security mutually agreed to by the Contractor and the Department. The escrow agreement used pursuant to. this Section 9-1.065 shall be substantially similar to the "Escrow Agreement for Security Deposits In lieu of Retention" in Section 10263 of the Public Contract Code, deemed as incorporated herein by reference. The Contractor shall obtain the written consent of the surety to such agreement. 5-1.08 DBE RECORDS. --The Contractor shall maintain records of all subcontracts entered into with certified DBE subcontractors and records of materials purchased from certified DBE suppliers. Such records shall show the name and business address of each DBE subcontractor or vendor and the total dollar amount actually paid each DBE subcontractor or vendor. Upon completion of the contract, a summary of these records shall be prepared on Form HC -43 and certified correct by the Contractor or his authorized representative, and shall be furnished to the Engineer. 5-1.9 PERFORMANCE OF DBE SUBCONTRACTORS AND SUPPLIERS. —The DBEs listed by the Contractor in response to the requirements in the section of these special provisions entitled. "Submission of DBE Information, Award, And Execution Of Contract", which are determined by the Department to be certified DBEs, shall perform the work and supply the materials for which they are listed unless the Contractor has received prior written authorization to perform the work with other forces or to obtain the materials from other sources. Authorization to utilize other forces or sources of materials may be requested for the following reasons: (1) The listed DBE, after having had a reasonable opportunity to do so, fails or refuses to execute a written contract, when such written contract, based upon the general terms, conditions, plans and specifications for the project, or on the terms of such subcontractor's or supplier's written bid, is presented by the Contractor. (2) The listed DBE becomes bankrupt or insolvent. (3) The listed DBE fails or refuses to perform his subcontract or furnish the listed materials. (4) The Contractor stipulated that a bond was a condition of executing a subcontract and the listed DBE subcontractor fails or refuses to meet the bond requirements of the Contractor. San Mace, Fathom Island Bh'tt signals P9024Sr0 06104,'91 DKS Associates Page 14 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 (5) The work performed by the listed subcontractor is substantially unsatisfactory and is not in substantial accordance with the plans and specifications, or the subcontractor is substantially delaying or disrupting the progress of the work. (6) I1 would be in the best interest of the State. The Contractor shall not be entitled to any payment for such work or material unless it is performed or supplied by the listed DBE or by other forces (including those of the Contractor) pursuant to prior written authorization of the Engineer. 5.1.10 SUBCONTRACTING. —Attention is directed to the provisions in Section 8.1.01, "Subcontracting," of the Standard Specifications, Section 2, `Proposal Requirements and Conditions," Section 3, 'Submission of DBE Information, Award; and Execution of Contract; elsewhere in these special provisions and these special provisions. The requirement in the third paragraph of said Section 8-1.01 that the Contractor shall perform with his own organization contract work amounting to not kss than 50 percent of the original contract price is not changed by the Federal Aid requirement specified under 'Required Contract Provisions Federal -Aid Construction Contracts" in Section 14 in these special provisions that the Contractor perform not less than 30 percent of the original contract work with his own organization. Each subcontract and any lower tier subcontract that may in turn be made shall include the 'Required Contract Provisions Federal -Aid Construction Contracts" in Section 14 of these special provisions. This requirement shall be enforced as follows: Noncompliance shall be corrected. Payment for subcontracted work involved will be withheld from progress payments due, or to become due, until correction is made. Failure to comply may result in termination of the contract. The DBE information furnished under Section 3-1.01A, "DBE Information," of these special provisions is in addition to the subcontractor information required to be furnished under said Section 8-1.01, "Subcontracting." and Section 2-1.04, "Required Listing of Proposed Subcontractors," of these special provisions. In accordance with the Federal MBE regulations Section 23.45(0(2) Part 23, Title 49 CFR; 1. No substitution of a DBE subcontractor shall be made at any time without the written consent of the Department, and 2. If a DBE subcontractor is unable to perform successfully and is to be replaced, the contractor will be required to make good faith efforts to replace the original DBE subcontractor with another DBE subcontractor. The requirement in Section 2-1.02, "Disadvantaged Business? of these special provisions that DBEs must be certified on the date bids are opened does not apply to DBE substitutions after award of the contract. The "Subletting and Subcontracting Fair Practices Act" (Public contract code Section 4100-4113, inclusive) applies to the work covering street (or highway) lighting and traffic signals and requires subcontractors, if used for such work, to be listed in the prime contractor's proposal; prohibits the substitution of subcontractors, except as therein authorized; and provides for penalties for violations of the Act. Bidders are cautioned that this listing requirement is in addition to the requirement to provide a list of DBE subcontractors after the opening of the proposals. Each bidder shall, list in his proposal: 1.The name and the location of the place of business of each subcontractor who will perform work of labor or render services to the prime contractor in or about the construction of the work or improvement, or a subcontractor licensed by the State of California who, under subcontract to the prime contractor, specially fabricates and install a portion of the work or improvement according to detailed San Mateo, Fashion Bland Blvd S;gnatr PA724.5x0 06104/9] DKS Associates Page 15 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 drawings contained in the plans and specifications, in an amount in excess of one-half on one percent of the prime contractor's total bid. 2.The portion of the work which will be done by each such subcontractor. Only one subcontractor shall be listed for each such portion. A sheet listing the subcontractors, as required by the Subletting and Subcontracting Fair Practices Act, is included in the proposal. 5.1.11 HIGHWAY CONSTRUCTION EQUIPMENT. —Attention is directed to Sections 7.1.01D, "Vehicle Code," and 7-1.02, "Weight Limitations," of the Standard Specifications and these special provisions. Pursuant to the authority contained in Section 591 of the Vehicle Code, the Department has determined that, within such areas as are within the limits of the project and are open to public traffic, the Contractor shall comply with all the requirements set forth in Divisions 11, 12, 13, 14 and 15 of the Vehicle Code. Attention is directed to the statement in Section 591 that this section shall not relieve him or any person from the duty of exercising due are. The Contractor shall take all necessary precautions for safe operation of his equipment and the protection of the public from injury and damage from such equipment. 5.1.12 HAZARDOUS WASTE IN EXCAVATION. —If the Contractor encounters material in excavation which be bas reason to believe may be hazardous waste, as defined by Section 25117 of the Health and Safety Code, he shall immediately so notify the Engineer in writing. Excavation in the immediate area of the suspected hazardous material shall be suspended until the Engineer authorizes it to be resumed, 1f such suspension delays the current controlling operation, the Contractor will be granted an extension of time as provided in Section 8-1.07, "Liquidated Damages," of the Standard Specifications. If such suspension delays the current controlling operation more than 2 working days, the delay will be considered a right of way delay and the Contractor will be compensated for such delay as provided in Section 8-1.09, "Right of Way Delays," of the Standard Specifications. The City reserves the right to use other forces for exploratory work to identify and determine the extent of such material and for removing hazardous material from such area. 5.1.13 SOUND CONTROL REQUIREMENTS. --Sound control shall conform to the provisions in Section 7.1.011, "Sound Control Requirements," of the Standard Specifications and these special provisions. The noise level from the Contractor's operations, between the hours of 9:00 p.m. and 6:00 a.m., shall not exceed 86 dbA at a distance of 50 feet. This requirement in no way relieves the Contractor from responsibility for complying with local ordinances regulating noise level. Said noise level requirement shall apply to all equipment on the job or related to the job, including but not limited to trucks, transit mixers or transient equipment that may or may not be owned by the Contractor. The use of loud sound signals shall be avoided in favor of light warnings except those required by safety laws for the protection of personnel. Full compensation for conforming to the requirements of this section shall be considered as included in the prices paid for the various contract items of work involved and no additional compensation will be allowed therefor. 5-I.14 PROJECT APPEARANCE —The Contractor shall maintain a neat appearance to the work. In any area visible to the public, the following shall apply: When practicable, broken concrete and debris developed during clearing and grubbing shall be disposed of concurrently with its removal. If stockpiling is necessary, the material shall be removed or disposed of daily. San Mato, Fashion Island Blvd Signals PW24Ss0 06/04!91 DK5 Associeres Page 16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 The Contractor shall furnish trash bins for all debris from structure construction. All debris shall be placed in trash bins daily. Forms or falsework that are to be re -used shall be sucked neatly concurrently with their removal. Forms and falsework that are not to be re -used shall be disposed of concurrently with then removal. Full compensation for conforming to the provisions in this section, not otherwise provided for, shall be considered as included in prices paid for the various contract items of work involved and no additional compensation will be allowed therefor. 5-1.15 EXAMINATION OF THE SITE. The bidder shall examine carefully the site of the work contemplated, the plans and specifications, and the proposal and contract forms therefor. The submission of a bid shall be conclusive evidence that the bidder has investigated and is utisfied as to the conditions to be encountered, as to the character, quality and scope of work to be performed, the quantity of materials to be furnished and as to the requirements of the proposal, plans, specifications and contracts. The bidder represents that he or she is fully qualified to perform this examination and review. If the bidder determines that any portion of the site or the plans and specifications present any interpretation problems of any kind, the bidder shall note such a determination upon this bid form. Failure to note any such determination shall be conclusive evidence of acceptance by the bidder of the sufficiency of the plans and specifications. 5.1.15 SURVEYING. Staking of line and grade will be done by the City survey crew at no cost to the Contractor once only. The Contractor shall notify the City 48 hours in advance when requesting construction stakes. Resetting of survey stakes lost due to the Contractor's negligence will be charged to the Contractor at the rate of 575.00 per man per hour or fraction thereof. The Engineer will be the judge of what constitutes negligence. Any appeal of this decision will be referred to the Public Works Commission. The Public Works Commission decision will exhaust the administrative procedures for appeal. 5-1.17 ATTORNEY FEES. Attorney fees in amount not exceeding 585 per hour per attorney, and in total amount not exceeding 55000 shall be recoverable as costs (that is, by the filing of a cost bill) by the prevailing party in any action or actions to enforce the provisions of this contract. The above 55000 limit is the total of attorney fees recoverable whether in the trial court, appellate court, or otherwise, and regardless of the number of attorneys, trials, appeals or actions. It is the intent that neither parry to this contract shall have to pay the other more then 55000 for attorney fees arising out of an action, or actions, to enforce the provisions of this contract. The panics expect and hope there will be no litigation and that any differences will be resolved amicably. 5.1.18 NOTICE OF POTENTIAL CLAIM. The Contractor shall not be entitled to the payment of any additional compensation for any cause, including any act, or failure to act, by the Engineer, or the happening of any event, thing or occurrence, unless he shall have given the Engineer due written notice of potential claim as hereinafter specified, provided, however, that compliance with this Section 5.1.18 shall not be a prerequisite as to matters within the scope of the Protest Provision in Section 8-1.06, 'Time of Completion," in the Standard Specifications, nor to any claim which is based on differences in measurements or errors of computation as to contract quantities. The written notice of potential claim shall set forth the reasons for which the Contractor believes additional compensation will or may be due, the nature of the costs involved, and, insofar as possible, the amount of the potential claim. The said notice as above required must have been given to the Engineer prior to the time that the Contractor shall have performed the work giving rise to the potential claim for additional compensation, if based on an act or failure to act by the Engineer, or in all other cases within 15 days after the happening of the event, thing or occurrence giving rise to the potential claim. San Mateo, Fashan Island Blvd £gnats P90245x0 08/04.'9! DKS Associates Page 17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 11 is the intention of this Section that differences between the parties arising under and by virtue of the contract be brought to the attention of the Engineer at the earliest possible time in order that such matters may be settled, if possible, or other appropriate action promptly taken. The Contractor hereby agrees that be shall have no right to additional compensation for any claim that may be based on any such act, failure to act, event, thing or occurrence for which no written notice of potential claim as herein required was filed. 5.1.19 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 $275,000 available for this project. The City shall have full authority and discretion to determine the decrease or increase in quantities required as well as the subprojects which will be altered, added or deleted. The Contractor shall not be entitled to any additional compensation or adjustment in the unit prices bid because of the above -stated alteration of this project. 5.1.20 LOCATION OF UTILITIES. The Contractor's attention is directed to Section 8.1.10 of the specifications for Caltrans Standard Specification regarding the Contractor's responsibility for requesting utility companies' representatives to mark or otherwise indicate the location of their respective underground installations. At least forty-eight (48) hours prior to commencing work, the Contractor shall notify Underground Service Alert (USA) so that the various utility companies may field -mark said installations. Once the field marks are in place, the Contractor shall be responsible for all marked utilities damaged during construction or claims resulting from said damage. In addition, the City shall not be responsible for any unmarked utility damaged during construction or any claims resulting from this damage, except for the damage to City of San Mateo utilities that the City has not marked within forty-eight (48) hours after receiving notice from USA to do so and which were not marked at the time the damage occurred. 5-1.21 CONSTRUCTION SCHEDULE. After notification of award and prior to start of any work, the Contractor shall submit to the Engineer for approval its proposed construction schedule. The construction schedule shall be in the form of a tabulation, chart, or graph and shall be in sufficient detail to show the chronological relationship of all activities of the project including, but not limited to, estimated starting and completion dates of various activities, submittal of shop drawings to the Engineer for approval, procurement of materials, and scheduling of equipment. 5.1.22 DELAYS AND EXTENSIONS OF TIME. In the event that a disagreement shall arise between the City and the Contractor over Time of Performance as extended by the City due to an allowed suspension of work, the Contractor may request an extension from the City Council. Such requests shall be filed with the City Clerk, addressed to the City Council, at least twenty (20) days prior to the expiration of the Time and Performance as modified. The ruling of the City Council shall be final and conclusive. 5.1.23 HOURS OF LABOR. Construction operations beyond the eight -hour normal workday and on legal holidays may occur on occasion. The Contract shall notify the City Engineer in writing twenty-four (24) hours prior to any nonemergency type overtime operations or forfeit the sum of the job inspectors pay per day (or prorated portion thereof) for overtime work without written consent of the Ciry Engineer — said sum to be deducted from any monies due the Contractor or paid directly to him. 5.1.24 PERMITS AND LICENSES. The Contractor shall procure all permits and licenses; pay all charges and fees, and give all notices necessary and incidental to the due and lawful prosecution of the work. A Caltrans encroachment permit and construction permit are needed for this project. 5.1.25 AFFIRMATIVE ACTION, NON-DISCRIMINATION POLICY. It is the policy of the City of San Mateo that all qualified persons are to be afforded equal opportunities of employment on any public works contract entered into with the City. To prohibit discrimination because of race, color, religion, sex or national origin, all bidders shall be prepared to demonstrate that they and their San Macro, Faction Island Blvd Signals Page 18 P0024Ss0 06/04/91 DKS Associates 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 subcontractors have undertaken a positive and continuing program to promote the full realization of equal employment opportunities. 5.1.26 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 award may be to the lowest responsible bidder or other bidder. In determining to whom the award is to be made, the awarding authority may consider, in addition to the bid or quotation received, the experience of the bidder for the particular service sought, the quality of work that the bidder has done, the quality of the produce or materials provided by the bidder, the ability of the bidder to complete the project in a timely manner, the safety compliance record of the bidder, and the insurance carried by the bidder. In all hiring, the successful bidder and each subcontractor shall make every effort to bite qualified workers form all races and ethnic groups. 5-1.27 CERTIFICATE ON 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. 5.1.28 NOTICE TO SOURCES OF EMPLOYEE REFERRALS. The successful bidder and each subcontractor will send to the State of California 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 understanding 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. 5-1.29 AFFIRMATIVE ACTION BY PRIME CONTRACTORS. At the preaward conference, the potentially selected bidder shall demonstrate that be 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 to more fully qualify for jobs and to assure existing employees adequate opportunity for upgrading and equal opportunity for advancement and promotion. B. File wiib 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 be has notified all sources of employee referrals of the commitments to be assumed under these specifications. D. File with the Ciry 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 Affirmative Action Plan. San Malta, Fathom Island Blvd Signals P? 245x0 06104.'91 PC Associates Page 19 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 5-130 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 5.130 above. The requirements of these specifications shall be considered a part of each contract "entered into by subcontractors, the services of which equal 510,000 or more of the basic contract. The successful bidder shall include the provisions of these specification in every fast -tier subcontract and require each subcontractor to bind further subcontractors with whom he enters into a contract. 5.131 POSTING NOTICE OF AFFIRMATIVE ACTION AND NONDISCRIMINATION IN EMPLOYMENT. Each successful bidder shall post on the job site and in the Geld office or offices maintained by him, the notice provided by the City regarding Affirmative Action and Nondiscrimination in Employment. 5-1.32 WEEKLY PAYROLL SUBMISSION. Each contractor and subcontractor and any lower - tier subcontractor shall submit weekly payrolls for each workweek from the time be starts work on the project until he completes his work. If be performs no work on the project during a given workweek, be 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 work days following completion of the workweek. 5.133 EMPLOYMENT OF APPRENTICES. Contractor shall be responsible for compliance with California Labor Code Section 17773 relating to employment of apprentices for all apprenticeable occupations when the contract amount exceeds 530,000 or 20 working days or both. 5.134 LIABILITY INSURANCE. The Contractor shall provide and maintain general liability and automobile liability insurance in the following minimum amounts: 1) general liability, including comprehensive form, personal injury, broad form property damage, contractual, and premises/operation coverage in limits of 51,000,000.00 aggregate, bodily injury and property damage combined; and 2) automobile liability in limits of 51,000,000.00 bodily injury and property damage combined. Additionally, workers' compensation insurance in at least the minimum statutory amounts shall be maintained. All liability insurance policies shall specify the City of San Mateo, its elective and appointive boards, commissions, officers, agents, and employees as additional insureds. A certificate of insurance shall be provided to the City prior to performance pursuant to this contract. Funkier, any changes in insurance required herein must be approved in writing by the City Attorney's Office. 5-135 HOLD HARMLESS AND INDEMNITY PROVISION. Contractor agrees 1) to bold harmless and indemnify City of San Mateo and its officers from and against any and all claims, loss, liability, damage, and expense arising from performance of this (=tract, including claims, loss, liability, damage, and expense caused or claimed to be caused by passive negligence of City of San Mateo, its officers or employees, and 2) to defend Ciry of San Mateo, its officers or employees there against; provided, however, that this provision does not apply to claims, loss, liability, damage or expense arising from a) the sole negligence or willful misconduct of City of San Mateo or b) the active negligence of City of San Mateo. 5-136 COOPERATION AND COLLATERAL WORK. The City of San Mateo, its workers and contractors, and others, have the right to operate within or adjacent to the worksite to perform work. The Ciry of San Mateo, the Contractor, and each of such workers, contractors, and others, shall coordinate their operations and cooperate to minimize interference. San Mafle, Fashion Island Blvd Signals P90245s0 00/04;91 DXS Associates Page 20 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 5.137 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS. The Contractor shall repair or replace all existing improvemenu not designated for removal which are damaged or removed as a result of its operation. Improvements, such as but not limited to, curbs, gutters, sidewalks, driveways, fences, walls, signs, pavements, raised pavement markers, thermoplastic pavement markings, signs, sprinkler systems, or plantings, shall be repaired and replaced to a condition equal to or better than the original condition. All costs to the Contractor for protecting, removing, and restoring existing improvemenu shall be included in the various bid items and no additional compensation shall be made by the City. 5.1.38 TRAFFIC AND ACCESS. The Contractor shall be responsible, during all phases of the work, to provide for public safety and convenience by use of traffic cones, signs, lighted barricades, lights, and flagmen as described and specified in the State of California, Department of Transportation 'MANUAL OF TRAFFIC CONTROLS - For Contraction and Maintenance Work Zones 1990 edition. (Section 360, California Vehicle Code, defines highways to include streeu.) The provisions of this manual will become a part of the requirements of the contract. Construction operations shall be conducted in such a manner as to cause as little inconvenience as possible to the abutting property owners or motoring public. Convenient access to driveways, houses, and buildings along the line of work shall be maintained. Unless otherwise approved by the City in advance, 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 direction, shall be maintained at all times. Open excavation and ditches across a roadway shall be covered and guarded in such a manner as to permit safe traffic flow during hours when no work is being performe d. No work shall begin before 9:00 A.M., nor continue after 3:30 P.M. on State Highways and no work shall begin before 7:30 A.M. nor continue after 5:00 P.M. on Ciry right of way, Monday through Friday, nor shall any work be done holidays observed by the City of San Mateo or by the State of California. 5-1.39 MEASUREMENT OF QUANTITIES. When payment for a work item is to be made on a tonnage basis, the Contractor shall furnish the Engineer a legible copy of a licensed weigh master's certificate showing gross, tare and net weight of each truckload of material. Certificates shall be delivered to the Engineer at the job site upon delivery of the material. 5.1.40 ENCROACHMENT PERMIT. Prior to start of work within State right-of-way or work affecting State facilities, the Contractor will be required to obtain an Encroachment Permit at the following State Transportation Office: CALTRANS DISTRICT 04 PERMIT ENGINEER 150 OAK STREET SAN FRANCISCO, CALIFORNIA P.O. BOX 7310, SF,CA, 94120 Application fee and site inspection costs, due at time of application, are estimated at $1,000.00. A copy of this Encroachment Permit was issued to the City/County as is available for inspection at: CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT 330 W 20TH AVENUE SAN MATEO, CALIFORNIA 94403 San Marto, Farhm Island Blvd. Signals PW:t1r0 06/04,'91 DKS Associates Page 21 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 5.2 PAYMENT» Except as directed otherwise in these specifications, full compensation for completing all of the work indicated on the plans and directed herein is considered to be included in the contract unit prices paid for the various items of work and no separate payment will be made therefor. 5-2.1 TEN PERCENT (10%) RETENTION. To ensure performance City is entitled to retain ten percent (10%) of the contract price for 35 days after it records the Notice of Completion. However, pursuant to Government Code 14590 the Contractor may substitute securities for said ten percent (10%) retention. The provisions of ;4590 are expressly made a part of the contract. 5.2.2 PARTIAL AND FINAL PAYMENTS. Contractor shall submit each month a "Monthly Progress Payment Request" in accordance with the schedule established at the pre -construction conference. Contractor shall use City's standard form for such requests and submit one original plus four copies of each request. 5-2.3 LUMP SUM ITEMS_ Contractor shall submit a schedule of values for all items paid "Lump Sum". This schedule of values shall show in detail the costs for all items of work that make the lump sum bid price. All items of work valued over 5500.00 shall be identified. This listing will be used to calculate the amount of progress payments as well as negotiation of contract changes. The schedule of values shall be balanced and shall not total more than the contract bid price for the respective lump sum item. SECTION 6. (Blank) SECTION 7. (Blank) SECTION 8. MATERIALS SECTION 8.1. MISCELLANEOUS 8.1.00 BUY AMERICA REQUIREMENTS. --Attention is directed to the 'Buy America" requirements of the Surface Transportation Assistance Act of 1982 (Section 165) and the regulations adopted pursuant thereto. In accordance with said law and regulations, all manufacturing processes for steel materials furnished for incorporation into the work on this project shall occur in the United States. A Certificate of Compliance, conforming to the provisions in Section 6-1.07, 'Certificates of Compliance," of the Standard Specifications, shall be furnished for steel materials. The certificates, in addition to certifying that the materials comply with the specifications, shall also specifically certify that all manufacturing processes for the materials occurred in the United States. The requirements imposed by said law and regulations do not prevent a minimal use of foreign steel materials if the cost of such materials used does not exceed one -tenth of one percent (0.1%) of the total contract cost or 52,500, whichever is greater. The Contractor shall furnish the Engineer acceptable documentation of the quantity and value of any foreign steel prior to incorporating such materials into the work. 8.1.01 CITY -FURNISHED MATERIALS. —Attention is directed to Section 6.1.02, "State - Furnished Materials," of the Standard Specifications and these special provisions. The following materials will be furnished to the Contractor for installation at the Fashion Island boulevard at US 101 intersection only: San Maso, Fashion Island Blvd Signals P90243.0 06/04:91 DKS Asseciares Page 22 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Traffic signal controller assembly(including wired cabinet, controller unit and loop detector sensor units). Completely wired controller abinets (with auxiliary equipment but without controller unit) will be furnished to the Contractor at: Caltrans Electrical Maintenance Station 30 Rickard Street San Francisco, CA 94134 (415) 557-1309 All materials for the traffic signal at 19th Avenue at Grant Street shall be furnished by the Contractor. SECTION 9. DESCRIPTION OF WORK 9-1.0 DESCRIPTION OF WORK.. —The work consists of the installation of two complete and operational traffic signals, signal interconnect system to connect the signals, minor curb and island modification, signing, and pavement marking at the intersections of Fashion Island Boulevard at Southbound US 101 Ramps and 19th Avenue at Grant Street. SECTION 10. CONSTRUCTION DETAILS 10.1.01 ORDER OF WORK --Order "Order of Work," of the Standard Specifications The first order of work shall be to place the furnish the Engineer with a statement from the and accepted by said vendor. No work shall construction. of work shall conform to the provisions in Section 5.1.05, and these special provisions. order for the traffic signal equipment. The Contractor shall vendor that the order for said equipment has been received be done prior to all of the materials being available for 10.1.02 CONSTRUCTION AREA SIGNS. --Construction area signs shall be furnished, installed, maintained, and removed when no longer required in accordance with the provisions in Section 12, "Construction Area Traffic Control Devices," of the Standard Specifications and these special provisions. All excavation required to install construction area signs shall be performed by hand methods without the use of power equipment. Care shall be used in performing excavation for signs in order to protect underground facilities. 10.1.03 MAINTAINING TRAFFIC. —Attention is directed to Sections 7.1.08, 'Public Convenience," 7.1.09,."Public Safety," and 12, "Construction Arca Traffic Control Devices," of the Standard Specifications and these special provisions. Nothing in these special provisions shall be construed as relieving the Contractor from his responsibility as provided in said Section 7.1.09. The table following the subparagraph of the fifth paragraph of Section 12.3.04, "Portable Delineators, is amended to read: San Marro. Fashion Island Blvd Signals P90245r0 06/61:91 DK5 Associates Page 23 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Divergence Incidence Dry Angle Angle Reflectance (degrees) (degrees) Value 0.2 - 4 250 02 30 95 0.5 -4 95 0.5 30 65 Illuminated traffic cones when used during the hours of darkness, shall be affixed or covered with reflective cone sleeves as specified in Section 12.3.10, "Traffic Cones," of the Standard Specifications, except the sleeves shall be 7 inches long. Lane closures shall conform to the provisions in the section of these special provisions entitled 'Traffic Control System for Lane Closure." 104.04 TRAFFIC CONTROL. —Traffic control shall be provided by the Contractor. The Contractor shall comply with all the requirements for traffic control set forth fn the 'Manual of Traffic Controls for Construction and Maintenance Work Zones" dated 1990 as published by Caltrans. In addition, the Contractor shall not block traffic in any direction for longer than a 5 minute period. 10.1.05 REMOVE TRAFFIC STRIPES AND PAVEMENT MARKINGS. —Traffic stripes and pavement markings to be removed will be designated by the Engineer. Where blast cleaning is used for the removal of painted traffic stripes and pavement markings or for removal of objectionable material, and such removal operation is being performed within 10 feet of a lane occupied by public traffic, the residue including dust shall be removed immediately after contact between the sand and the surface being treated. Such removal shall be by a vacuum attachment operating concurrently with the blast cleaning operation. Nothing in these special provisions shall relieve the Contractor from his responsibilities as provided in Section 7.1.09, "Public Safety," of the Standard Specifications. 10.1.06 REMOVE PAVEMENT MARKERS. --Existing pavement markers, when no longer required for traffic lane delineation as directed by the Engineer, shall be removed and disposed of. 10.1.07 REMOVE ROADSIDE SIGNS. --Existing roadside signs, at locations shown on the plans to be removed, shall be removed and disposed of. Existing roadside signs shall not be removed until replacement signs have been installed or until the existing signs are no longer required for the direction of public traffic, unless otherwise directed by the Engineer. Full compensation for removing signs shall be considered as included in the contract lump sum price paid for each respective traffic signal system and no separate payment will be made therefor. I0.1.08a RELOCATE ROADSIDE SIGNS. —Existing roadside signs shall be removed and relocated at new locations shown on the plans. Each roadside sign shall be installed at the new location on the same day said sign is removed from its original location. If the sign is mounted on a wooden post, the post shall be reused or replaced at the direction of the Engineer based upon post condition. Full compensation for relocating of signs, including furnishing new posts if required shall be considered as included in the contract lump sum price paid for each respective traffic signal and no separate payment will be made therefor. 10-1.08b ROADSIDE SIGNS. New roadside signs shall be installed in locations as shown on the plans. They shall be mounted on wood posts. The final locations shall be determined by the Engineer. Page 24 San Marro, Fashi an island 8h4 Sr;naLs P90245s0 05104191 DKS Asseciales 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Full compensation for furnishing and installing new signs, including posts and mounting materials shall be considered as included in the contract lump sum price paid for each respective traffic signal and no separate payment will be made therefor. 10-1.09 REMOVE CONCRETE. —Removing concrete shall conform to the provisions in Sections 15, "Existing Highway Facilities,' 16, "attiring and Grubbing," and 19-1.04, "Removal and Disposal of Buried Man -Made Objects,' of the Standard Specifications and these special provisions. Concrete removed shall be disposed of in accordance with the provisions in Section 7-1.13, "Disposal of Material Outside the Highway Right of Way; of the Standard Specifications. 10.1.10 WHEELCHAIR RAMPS.— The Contractor shall install Wheelchair Ramps at locations shown on the plans. The ramps shall be constructed in accordance with the City of San Mateo Standard Plan as designated on the plan. Payment. The unit contract price for 'Wheelchair Ramps' shall be full compensation for furnishing and installing all materials (including base materials and concrete, and any removal of existing materials), equipment and labor necessary or incidental to their construction. 10.1.11 MODIFY CURB RADIUS.— The Contractor shall modify the curb radius on the northwest corner of the 19th Avenue at Grant intersection as shown on the plan. The work includes removal of the existing curb, roadway and walkway paving, installation of new curb, installation of new sidewalk, conforming the new curb to the existing pavement, and all necessary or incidental work to construct a new curb radius. The new sidewalk shall match to the new Wheelchair Ramps as well as existing walkways and grades. The concrete used for the curbs and sidewalks shall conform to the City of San Mateo standards for said item. Payment. The Lump Sum contract price for "Modify Curb Radius" shall be full compensation for furnishing and installing all materials (including base materials and concrete), equipment and labor necessary or incidental to the construction of the new curb radius. 10.1.12 MODIFY ISLAND.-- The Contractor shall modify the island on the south leg of Grant Street at 19th Avenue as shown on the plans. The work includes but is not limited to removal of portions of the existing island and adjoining pavement, installation of new curb, concrete walkway, concrete island topping and conforming to the existing adjoining pavement. Payment. The Lump Sum contract price for "Modify Island" shall be full compensation for furnishing and installing all materials (including base materials and concrete), equipment and labor necessary or incidental to the construction of the new curb radius. SECTION 10.2. PAVEMENT MARKINGS 10.2.1 THERMOPLASTIC TRAFFIC STRIPES AND PAVEMENT MARKINGS. -- Thermoplastic traffic stripes (traffic lines) and pavement markings shall conform to the provisions in Sections 84.1, "General? and 84.2, "Thermoplastic Traffic Stripes and Pavement Markings, of the Standard Specifications and these special provisions. Thermoplastic material for traffic stripes shall be applied at a minimum thickness of .13 inch. At the option of the Contractor, STAMARK Brand Pavement Tape, Pliant Polymer Grade, manufactured by the 3M Company; or Cata-Tile Elastoplastic Roadmarking Tile, manufactured by the Cataphote Division of the Ferro Corporation; or STAMARK Brand Pavement Tape, Bisymmetric 1.75 Grade, manufactured by the 3M Company, may be placed instead of the thermoplastic traffic stripes and pavement markings specified herein. Pavement tape and roadmarking tile, if used, shall be installed in accordance with the manufacturer's specifications. If pavement tape or roadmarking tile is placed instead of thermoplastic traffic stripes and pavement markings, the pavement tape or roadmarking tile will be measured and paid for as thermoplastic traffic stripe and thermoplastic pavement marking. San Mateo, Fathim IsLud Brad Signals PSA243r0 06/04/91 OX'S Asaocieies Page 25 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 The traffic stripes shown on Detail 34 and 34a of the Standard Plan A20 -B shall be yellow instead of white. Note 4 on Standard Plan A -24D shall not apply. 10-2.2 PAVEMENT MARKERS. -.Pavement markers shall conform to the provisions in Section 85, "Pavement Markers," of the Standard Specifications and these special provisions. Non -reflective pavement markers shall be, at the option of the Contractor, either ceramic, polyester or acrylonitrile-butadiene-styrene (ABS) plastic type. Ceramic markers shall conform to Section 85.1.04, "Non -Reflective Pavement Markers; of the Standard Specifications. Polyester non -reflective pavement markers shall consist of polyester resin binder, inert organic filler material and colorant pigments and shall conform to the requiremenu of the third paragraph of said Section 85-1.04 of the Standard Specifications, except the requirement for adhesive bond strength in Test (1) shall be 475 psi minimum and Tens (2), (3), (7), and (9) shall not apply. ABS non -reflective pavement markers shall consist of ABS plastic conforming to ASTM Designation: D 1788, Classification 4.3-3, and shall conform to the requirements of the third paragraph of said Section 85.1.04 of the Standard Specifications, except Tests (1), (2), (3), (7), and (9) shall not apply. The bottom of ABS plastic pavement markers shall be configured to produce a structural bond with the pavement. Polyester and ABS plastic non -reflective pavement markers shall be applied in accordance with the requirements specified for applying ceramic pavement markers, except epoxy adhesive shall not be used to apply ABS plastic pavement markers. If polyester or ABS plastic non -reflective pavement markers are selected for use, the Contractor shall provide the Engineer with the manufacturer's Certificate of Compliance in accordance with the provisions of Section 6.1.07, "Certificates of Compliance; of the Standard Specifications. Said certificate shall also certify that the polyester or ABS plastic pavement markers conform to the prequalified testing and approval of the Department of Transportation Materials and Research Laboratory and were manufactured in accordance with the approved quality control program. Hot melt bituminous adhesive shall be used to cement non -reflective ABS pavement markers to the pavement. Hot melt bituminous adhesive may be used, at the option of the Contractor, to cement all other types of markers to the pavement instead of the Rapid Set Type or Standard Set Type epoxy adhesive specified in 85.1.06, "Placement," of the Standard Specifications. Bituminous adhesive material shall conform to the following: At the option of the Contractor, a hot melt bituminous adhesive may be used to cement the markers to the pavement instead of the Rapid Set Type or Standard Set Type epoxy adhesive specified in 85.1.06, "Placement," of the Standard Specifications. Bituminous adhesive material shall conform to the following: Semi Marro, Fashion )sand Blvd Signal P90145s0 QX04.91 DKS Asaociares Page 26 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Specification ASTM Designation Flash Point, COC, • F. Softening Point, • F. Brookfield Thermosel Viscosity, Centipoisc, No. 27 Spindle, 20 RPM, 400° F. Requiremen D 92 550 Min. D 36 200 Min. D 4402 3,000 - 6,000 Penetration, dmm, 100g, 5 D 5 seconds, 77° F. 10.20 Filler Content, percent by D 2371 65 - 75 weight (Insoluble in 1,1,1 Trichloroethane) Filler material used in bituminous adhesive shall be Type PC, Grade 111, calcium carbonate conforming to the requirements of ASTM Designation: D 1199, and shall conform to the following fineness: Sieve Size Percent Passing No. 100 No. 200 No. 325 100 95 75 Bituminous adhesive shall be heated indirectly in an applicator with continuous agitation ar recirculation. Bituminous adhesive shall not be heated above the maximum safe heating temperature recommended by the manufacturer and shall not be applied at temperatures greater than 425°F. nor less than 375° F. Immediately after application of the adhesive, pavement markers shall be placed in position and pressure applied until firm contact is made with the pavement. Placement of pavement markers using bituminous adhesive shall conform to the requirements of the third, fourth, ninth and tenth paragraphs in said Section 85.1.06 of the Standard Specifications, except as follows: 1. Markers shall not be placed when the pavement or air temperature is 50°F. or less. 2. Blast cleaning of clean, new asphalt concrete surfaces will not be required. 2. Blast cleaning of clean, new seal coat surfaces will not be required. When bituminous adhesive is used for pavement marker placement, traffic control during placement operations shall conform either to the requirements of the *MANUAL OF TRAFFIC CONTROLS for Construction and Maintenance Work Zones- dated 1990, and published by Caltrans. The Type G one-way clear reflective pavement markers shown on Detail 34 of Standard Plan A20 -B shall be Type H one-way yellow reflective pavement markers, The other pavement markers shown on Detail 34 shall be Type D two-way yellow reflective pavement markers. The width of the reflective pavement marker for recessed installations, shown on Standard Plan A20 -C, is revised to 4.7 inches t0.125 -inch. The width of the Type 1 and Type 2 pavement marker recesses, shown on Standard Plan A20 -C, is revised to 5 3116 inches :118 inch. Son Mateo, Fashion Island blvd. S+dnab Page 27 P90245s0 06104:92 CMS Assuxioes 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 10.23 Payment. The Lump Sum contract price for 'Pavement Markings' shall be hall compensation for furnishing and installing all materials, equipment and labor necessary or incidental to the installation of pavement markings and to remove *II existing pavement markings and legends that are marked for removal on the plans SECTION 10.3. SIGNALS, LIGHTING AND ELECTRICAL SYSTEMS 10.3.01 DESCRIPTION. —Installing traffic signals, lighting systems communication conduit shall conform to the provisions in Section 86, 'Signals, lighting and Electrical Systems,' of the Standard Specifications and these special provisions. Traffic signal work is to be performed at the following locations: 1. Fashion Island Blvd. @ Southbound 1)5 101 Ramps 2. 15th Avenue @ Grant Street 3. Signal Interconnect (Between Southbound US 101 Ramps and Grant Street) 10-3.02 EQUIPMENT LIST AND DRAWINGS. —The controller cabinet schematic wiring diagram and intersection sketch shall be combined into one drawing, so that, when the cabinet door is fully open, the drawing is oriented with the intersection. The Contractor shall furnish a maintenance manual for all controller units, auxiliary equipment, and vehicle detector sensor units, control units and amplifiers. The maintenance manual and operation manual may be combined into one manual, The maintenance manual or combined maintenance and operation manual shall be submitted at the time the controllers are delivered for testing or, if ordered by the Engineer, previous to purchase. The maintenance manual shall include, but need not be limited to, the following items: (a) Specifications (b) Design characteristics (c) General operation theory (d) Function of all controls (e) Trouble shooting procedure (diagnostic routine) (f) Block circuit diagram (g) Geographical layout of components (h) Schematic diagrams (i) List of replaceable component parts with stock numbers 10.3.03 FOUNDATIONS. —Portland cement concrete shall conform to Section 90.10, "Minor Concrete," of the Standard Specifications and shall contain not less than 470 pounds of cement per cubic yard, except concrete for reinforced pile foundations shall contain not less than 564 pounds of cement per cubic yard. 10.3.04 STANDARDS, STEEL PEDESTALS AND POSTS. —Section 86-2.04, Standards, Steel Pedestals and Posts,' of the Standard Specifications is amended by adding the following after paragraph eleven: All galvanized nuts, used on assemblies with a specified preload or torque, shall be lubricated in accordance with the requirements specified for galvanized Grade DH nuts in ASTM Designation: A 563 The twelfth paragraph in said Section 86.2.04 of the Standard Specifications is amended to read: San Mato, farhio r Island Bh•d S,gnob P902o,tr0 00704.91 DKS Asexiwes Page 28 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 The sign mounting hardware, as shown on Detail 1:) of Standard Plan ES -6T, shall be installed at the locations shown on the plans. Where the plans refer to the side tenon detail at the end of the signal mast arm, the applicable tip tenon detail may be substituted. 10-3.05 CONDUIT. —The conduit run between a foundation and the nearest pull box shall be the rigid metal or IMC type. Conduit used for roadway crossings shall be rigid metal. Conduit for signal interconnect and loop lean -in may be rigid non-metallic except at roadway crossing where it shall be rigid metal. When a standard coupling cannot be used for coupling metal type conduit, a UL listed threaded union coupling, as specified in the third paragraph in Section 86.2.05C, "Installation; of the Standard Specifications, or a concrete -tight split coupling or concrete -tight set screw coupling shall be used. All concrete used to cover and encase conduit installations shall be dyed red.' When rigid non-metallic conduit is placed in a trench (not under pavement), after the bedding material is placed and conduit installed, the trench shall be backftlled with commercial quality concrete, containing not less than 376 pounds of cement per cubic yard, to not less than 4 inches above the conduit before additional backfill material is placed. After conductors have been installed, the ends of conduits terminating in pull boxes, and in service and controller cabinets shall be sealed with an approved type of sealing compound. TRENCHING INSTALLATION OF CONDUIT. —Conduit shall be placed under existing pavement in a trench approximately _2 inches wider than the outside diameter of the conduit to be installed. Trench shall not exceed 6 inches in width. Conduit depth shall not be less than w24 inches, except that at pull boxes the trench may be band dug to required depth. In areas where additional pavement is to be placed, trenching installation shall be completed prior to placing final pavement layer. The outline of all areas of pavement to be removed shall be cut to a minimum depth of 23 inches with a rock cutting excavator specifically designed for this purpose. Cuts shall be neat and true with no shatter outside the removal area. The conduit shall be placed in the bottom of the trench and the trench shall be backfilled with commercial quality concrete, containing not less than 564 pounds of cement per cubic yard and be of a quicksetting, non -shrinking type. Concrete backlit) shall be placed to the pavement surface except, when the trench is in asphalt concrete pavement, the top 2 inches of the trench shall be backflled with asphalt concrete produced from commercial quality paving asphalt and aggregates. Prior to spreading asphalt concrete, paint binder shall be applied as specified in Section 39.4.02, "Prime Coat and Paint Binder," of the Standard Specifications. Spreading and compacting of asphalt concrete shall be performed by any method which will produce an asphalt concrete surfacing of uniform smoothness, tenure, and density. All excavated area in the pavement shall be backfill, except for the top .10 foot by the end of each work period. 10.3.06 PULL BOXES. —Grout shall be placed in bottom of pull boxes. No plastic or quartzite pull boxes will be allowed. Pull boxes for circuits labeled "CITY CIRCUIT' in the plans shall not have the "CALTRANS" cover marking. The covers shall be marked "CITY". 10.3.07 CONDUCTORS AND WIRING. --Splices shall be insulated by "Method B" as shown on Standard Plan ES -13. Splices of the signal wiring shall be placed in the adjacent pull box and not be made in the pole or terminal compartments on the pole. SIGNAL INTERCONNECT CABLE. --Signal Interconnect Cable (SIC) shall consist of six or rweNe No. 20, minimum, stranded tinned copper conductors as shown on the plans. Each conductor shall be insulated San Mateo, Fashion Island Blvd SignaLr P90:45s0 Obi0t.'91 OKS Associates Page 29 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 with 0.013 -inch, minimum nominal thickness, color coded, polypropylene material. Conductors shall be in twisted pairs. Color coding shall distinguish each pair. Each pair shall be wrapped with so aluminum polyester shield and shall have a No. 22 or larger, stranded, tinned copper drain wire outside the shielded pair. The cable jacket shall be black, high density polyethylene, rated for a minimum of 300 volts and 60" C., and shall have a nominal wall thickness of 40 mils, minimum. The cable jacket or the moisture -resistant tape directly under the outer jacket shall be marked with the manufacturer's name, insulation type designation, number of conductors and conductor size, and voltage and temperature ratings. A minimum of 6 feet of slack shall be provided at each controller cabinet and pull box. Conductors shall not be spliced. 10.3.08 SERVICE. —The sixth paragraph in Section 86.2.11, 'Service, of the Standards Specifications is amended to read: When shown on the plans or required by the Code, each multiple service shall be provided with a circuit breaker which shall simultaneously disconnect all ungrounded service entrance conductors and shall be suitable for the abort circuit current available at its supply terminals. The neutral conductor shall run from the service equipment enclosure to the controller cabinet without splicing to any other neutral conductor. 10.3.09 SERVICE CABINET. —Type I, 11 or III service equipment enclosures shall be fabricated from Aluminum to conform to the requirements in Section 86-3.07A, 'Cabinet Construction; of the Standard Specifications except as follows below: 1. All exterior seams for enclosure and doors shall be continuously welded by the gas tungsten arc (Tig) process. 2. Sealing of the anodic costing shall be in a 5 percent aqueous solution of nickel acetate (PH 5.0 to 6S) for 15 minutes at 210° F. 10.3.10 TESTING. --The first paragraph in Section 86-2.14B, 'Field Testing," of the Standard Specifications is amended to read: Prior to start of functional testing, the Contractor shall perform the following tests on all circuits, in the presence of the Engineer. The functional test for each lighting system shall consist of not less than 7 days. If unsatisfactory performance of the system develops, the conditions shall be corrected and the test shall be repeated until the 7 days of continuous, satisfactory operation is obtained. 10.3.11 CONTROLLER ASSEMBLIES. —The Contractor shall furnish and install the controller assembly for the 19th Ave at Grant Street intersection. At the Fashion Island Blvd at 13.5 101 intersection the Contractor shall install a City supplied controller/cabinet assembly. The 19th Ave. at Grant controller shall be capable of operation with the City of San Mateo On•Street Master Control System installed in the downtown area. This system consists of Type 90 controllers. Signal Coordination. — The traffic signal controller at 19th @ Grant Street shall be capable of coordination through the installation of a 120 volt "7 -wire" interconnect system. This control unit shall be located at the 19th Avenue @ Grant Street intersection and shall be entirely housed within that controller cabinet. San Mateo, Fashion Island Blvd Signals P9024.10 06104..91 DK5 Assoc'ates Page 30 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Detector Sensor Units. —The detector sensor units shall be capable of plating a signal to two outputs one for controller phase rotation operation the other for vehicle volume data gathering. The electronic hardware package for these units shall not be shelf mounted. These units shall be installed on all loops that are located at the limit line. These detector sensor unit shall be oonnected to a Traffic Logging Unit. These units shall be installed in the controller cabinet at 19th Avenue @ Grant Street only. Traffic Logging Unit — The Traffic Logging Unit shall be connected to all of the outputs from the limit line loop detector sensor units. This unit shall consist of a microprocessor unit to collect, time stamp, and store data in an unattended manner. After data collection, the unit's stored data shall be uploaded to a personal computer via an RS -232 able. The unit shall accept a minimum of 28 input channels at NEMA logic levels. The unit aball not lose stored data from any interruption of power. Sampling periods shall be selectable in intervals of 5, 15, 30, and 60 minutes. All software required for unit operation and for data retrieval by a personal computer shall be included. The vendor tor this equipment shall provide a minimum of 4 hours of training in operation of the unit and personnel computer program to City signals staff. These units shall be installed in the controller abinet at 19th Avenue @ Grant Street only. Traffic Signal Cabinet -- The traffic signal control equipment shall be housed in a standard Caltrans Model 332 Controller Cabinet. San Mairo, Fathom Island Blvd. Signals PW243s0 06!0.1;91 DKS Asse'c+eres Page 31 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Controller Testing. —The Contractor shall deliver the controller and cabinet, to be furnished and installed at 19th Avenue @ Grant Street, for testing to: SMI 3395 Viso Court Santa Clara, California 95054 (408) 988 -5541 FAX (408)988 - 1424 Attention: Rev Rooritalab The Contractor shall notify in writing the Engineer and the testing company in 10 working days prior to delivery of the controller. During the test period, a representative for the controller manufacture shall be readily available to repair or replace all failed equipment, Repairs the miled mdleu of equipmentreshall be completed mplet d withins period24 hours notification by the testing the teest period. Upon completion of testing and acceptance testing equipment shall reset to the the beginning of the equipment by the Engineer, the Contractor shall deliver the controller assembly to the project site. Failure of the controller to complete testing in a timely manner shall not be justification for an extension of the contract time. The "Time for Completion" as specified in this contract includes time for testing of the controller assembly. 10.3.11a CITY -FURNISHED CONTROLLER ASSEMBLIES. —The Model 110 controller assembly or assemblies, including controller unit, completely wired controller cabinet and inductive loop detector sensor units, but'without anchor bolts, will be City -furnished as provided under "Materials" of these special provisions. an The Contractor shall construct each controller cabinet foundation as shown on Staallndard Plan contB for r Model 332 and 334 cabinets (including furnishing and installing bolt) cabinet on said foundation, and shall make all field wiring connections to the terminal blocks in the controller cabinet. A listing of field conductor terminations, in each State- furnished controller cabinet, will be furnished free of charge to the Contractor at the site of the work. State or local forces will maintain all controller assemblies. The Contractors responsibility shall be limited to that provided for in Section 6.1.02, "State -Furnished Materials,' of the Standard Specifications. The Contractor shall arrange to have a signal technician, qualified to work on the controller unit and employed by the controller unit manufacturer or his representative, present at the time the equipment is turned on. The controller cabinet grounding bus shall be bonded to the conduit or equipment grounding conductor using a bare No. 8 copper wire. 10.3.12a VEHICLE SIGNAL FACES AND fSIGNAL d HEADS.—Arovided ll lamps for traffic er 'Materials" osignaall units (except programmed visibility type) will be the special provisions. In Section 86-4, "Traffic Signal Faces and Fittings," of the Standard Specifications, all references to ANSI Standard D-10.1 are changed to Institute of Traffic Engineers Publication: ST -008B, "Vehicle Traffic Control Signal Heads? The first paragraph of Section 86-4.06, 'Signal Mounting Assemblies," of the Standard Specifications is amended to read: Signal mounting assemblies shall consist of 11t2 -inch standard steel pipe or galvanized conduit, necessary fittings, slip -fitters and terminal compartments. Pipe fittings shall be ductile iron, galvanized steel, copper, brass or bronze. Slip -fitters shall b cast s bron um or or hot -di ip p alvagahniudd duductiile le iron. Terminal compartments shall be cast bronze, Type 3e6 a Page 32 San Mato, Fashion Island Blvd Signal.' P902<Sz0 a6)04'91 DXS Associates 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 After installation, any exposed threads of galvanized conduit brackeu and all areas of such brackeu damaged by wrench or vise jaws shall be cleaned with a wire brush and painted with 2 applications of unthinned zinc -rich paint conforming to the requirements of Military Specification DOD -P -21035A. Signal section housings shall be the metaltype. 10.3.12b PEDESTRIAN SIGNALS. —Pedestrian signals shall be Type A. Lamps for Type A pedestrian signals shall be furnished by the Contractor. Pedestrian signal faces shall conform to the following: The luminance of the UPRAISED HAND symbol shall be 1,100 foot -lamberts, minimum, and the luminance of the WALKING PERSON symbol shall be 1,550 foot -lamberts, minimum The uniformity ratio of an illuminated symbol shall not exceed 4 to 1 between the highest luminance area and the lowest luminance area. The luminance difference between a non -illuminated symbol and the background around the symbol shall be less than 30 percent when viewed with the visor and front screen in place and at a low sun angle. 10-3.13 DETECTORS.. Loop wire shall be Type 1. Loop detector lead-in cable shall be Type B. Where Type A loops are indicated on the plans, 6x6 loops only, a 6 -foot diameter circular loop may be installed in lieu of the shape shown on the plans. The sides of the slot shall be vertical and the minimum radius of the slot entering and kaving the circular pan of the loop shall be 1 1/2 inches. Slot width shall be a maximum of 3/4 inch. Slots of circular loops shall be filled with elastomeric sealant or hot melt rubberized asphalt sealant. Residue resulting from slot cutting operations shall not be permitted to flow across shoulders or Lanes occupied by public traffic and shall be removed from the pavement surface. Slots shall be filled with elastomeric sealant, asphaltic emulsion sealant or hot -melt rubberized asphalt sealant. Where one detector consists of a sequence of 4 loops in a single lane, the front loop closest to the limit line or crosswalk shall be one foot from the limit line. The remaining 3 loops shall be spaced 10 feet apart unless otherwise shown on the plans. In addition to the requirements of the second paragraph in Section 86.5.01A(4), 'Construction Materials," the stranding of the 2#'16 lead-in cable shall be 19X29, tinned copper. 10.3.14 PEDESTRIAN PUSH BUTTONS. --Pedestrian push button housings shall be the metal type. Pedestrian push buttons shall be mounted a maximum of 3'0" above the adjacent pedestrian walkways, or as directed by the Engineer. 10.3.15 LUMINAIRES.—Tbe fourth paragraph in Section 86-6.01, "High Pressure Sodium Luminaires," of the Standard Specifications is amended by adding the following: The clamping brackets of the slipfitter shall not bottom out on the housing bosses when adjusted within the 25 degree range. All luminaires to be mounted on horizontal mast arms, when tested in accordance with California Test 611, shall be capable of withstanding cyclic loading in: (1) a vertical plane at a minimum peak acceleration level of 3.0 g's peak -to -peak sinusoidal loading (same as 1.5 g's peak) with the internal ballast removed, for a minimum of 2 million cycles without failure of any luminaire parts, and San Maieo, Fa -than Island Blvd Strait P902!Sr0 00:04;91 DKS .4ss ciS•s Page 33 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 (2) a horizontal plane perpendicular to the direction of the mast arm at a minimum peak acceleration level of 13 g's peak -to -peak sinusoidal loading (same as 0.75-g peak) with the internal ballast installed, for a minimum of 2 million cycles without failure of any luminaire parts. No part of the slipfitter mounting brackets on the luminaires shall develop a permanent set in excess of 0.020 -inch when the four 3/8 inch diameter cap screws used for mounting are tightened to a torque of 10 foot-pounds. Ballasts shall be the lag or Iesd regulator or high reactance type. The fixture shall be at the wattage as stated on the plans and shall have a cutoff type III medium distribution. The fixture shall have a flat leas. 10-3.17 INTERNALLY ILLUMINATED STREET NAME SIGNS.— eternally illuminated street name signs shall be Type A, or Type B. 10.3.18 REMOVING, REINSTALLING OR SALVAGING ELECTRICAL EQUIPMENT. —Salvaged electrical materials from the 19th Avenue at Grant Street intersection shall be hauled to the City of San Mateo Corporation Yard and stockpiled. Salvaged electrical materials from the Fashion Island Boulevard at Southbound US 101 Ramps intersection shall be hauled to the following address and stockpiled. Caltrans Electrical Maintenance Station 30 Rickard Street San Francisco, CA 94134 (415)557.1309 The Contractor shall provide equipment, as necessary, to safely unload and stockpile the material. 10.3.19 PAYMENT. —The contract lump sum price or prices paid for: Traffic Signal Fashion Island Boulevard at Southbound US 101 Ramps Traffic Signal 19th Avenue at Grant Street Signal Interconnect shall be full compensation for furnishing and installing all materials, equipment, labor necessary or incidental to the construction of complete and operational systems in accordance with the attached plan, these special provisions and the standard specifications. The contract lump sum price for Signal Interconnect shall include the pull boxes, conduit, cable and all other materials incidental to its installation. SECTION 11. (Blank) SECTION 12. (Blank) SECTION 13. (Blank) SECTION 14. FEDERAL REQUIREMENTS FOR FEDERAL -AID CONSTRUCTION PROJECTS San Auto, Fashion Island Bbd Signals fl024Sr0 06/44/91 0X5 Associates Page 34 1 1- 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 14. FEDERAL REQUIREMENTS FOR FEDERAL -AID CONSTRUCTION PROJECTS GENERAL.-- The work herein proposed will be financed in whale or in part with Federal funds, and therefore all of the statutes. FLOSS and regulations promulgated by the -Federal Government and applicable to work financed in whole or in part with Federal funds will apply to such work. The 'Required Contract Provisions, Federal -Aid Construction Contract's -Form FHWA 1273, are included in this Section 14. Whenever in said required contract provisions references are made to 'SHA contracting officer', 'SHA resident engineer', or 'authorized representative of the SHA', such references shall be construed to mean 'Engineer as defined in Section 1.1.18 of the Standard Specifications. PERFORMANCE OF PREVIOUS CONTRACT.— In .addition to the provisions in Section II, 'Nondiscrimination,' and Section VII, 'Subletting or Assigning the Contract' of the required contract provisions, the Contractor shall comply with the following: The bidder shall execute the CERTIFICATION WITH REGARD TO THE PERFORMANCE OF PREVIOUS CONTRACTS OR SUBCONTRACTS SUBJECT TO THE EQUAL OPPORTUNITY CLAUSE AND THE FILING OF REQUIRED REPORTS located in the proposal. No toques' for subletting or assigning any portion of the contract in excess of 610,000 will be considered under the provisions of Section VII of the required contract provisions unless such request is accompanied by the CERTIFICATION rarerred to above, executed by the proposed subcontractor. NON -COLLUSION PROVISION.— The provisions in this section are applicable to all contracts except contracts for Federal Aid Secondary projects. Title 23, United States Code, Section 112. requires as a condition precedent to approval by the -Federal Hghway Administrator of the contract for this work that each bidder file a sworn statement executed by, or on behalf of, the person. firm, association, or corporation to whom such contract is to be awarded, certifying that such person, firm, association. or corporation has not. either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the submitted bid. A form to make the non -collusion affidavit statement required by Section 112 as a certification under penalty of perjury rather than as a sworn statement as permmed by 28. USC. Sec. 1746, is included in the proposal. PARTICIPATION BY MINORITY BUSINESS ENTERPRISES IN SUBCONTRACTING.— Part 23 Title 49, Code of Federal Regulations applies to this Federal - aid project. Pertinent sections of said Code are incorporated in part or in ks entirety within other sections of these special provisions. Schedule B —Information for Determining Joint Venture Eligibility (This form need not be filled in 11 all pint venture firms are minority owned.) FR -1 1. Name of pint venture 2. Address of pint verdure 3. Phone number of pin! venture 4. Identify the firms which comprise the pint venture. (The MBE partner must complete Schedule k) a. Describe the rota of the MBE firm in the joint venture. b. Describe very brielly the experience and business qualifications of each non -MBE joint venturer. 5. Nature of the joint venture's business 6. Provide a copy of the pint venture agreement. Rawad 12.42 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 7. What is the claimed percentage of MBE ownership? 8, Ownership of pint venture: (This need not be filled in N described in the pint venture agreement. provided by question 64. a. Profit and bss sharing. b. Capital contributions. including equipment. c. Other applicable ownership interests. 9. Control of and participation in this contract. Identify by name, race, sex, and 'firm' those individuals (and their titles) who are responsible lor day-to-day management and policy decision making, including, but not limited to, those with prime responsibility lor: a. Financial decisions b. Management decisions, such as: 1. Estimating 2. Marketing and sales 3. Hiring and tiring of management personnel 4. Purchasing of major items or supplies c. Supervision of field operations Note. —N, attar filing this Schedule B and Daiwa the completion of the pint venture's work on the contract covered by this regulation. there is arry significant change in the information submitted, the pint venture must inlorm the grantee, either directly or through the prime comractor d the pint venture is -a subcontractor. Affidavit 'The undersigned sweat that the foregoing statements are correct and include all material information necessary to identity and explain the terms and operation of our pint venture and the intended participation by each pint venturer in the undertaking. Further, the undersigned covenant and agree to provide to grantee current, complete -and accurate information regarding actual joint 17440 venture work and the payment therefor and any proposed changes in any of the pint venture arrangements and to permit the audit and examination of the books, records and lilas of the pint venture, or those of each pint venturer relevant to the pint venture, by authorized representatives 01 the .grantee or the Federal funding agency. Any material misrepresentation will be.grounds for terminating any contract which may be awarded and for initiating action under Federal or State laws concerning latse statements.' Name of Firm Name of Firm Signature Signature Name Name Title Title Date Date Date State of County of On this _ day of 19 , before Inc appeared (Name) , to me personally known, who, being duly sworn, did execute the foregoing affidavit. and did state that he or she was properly authorized by (Name of firm) to execute the affidavit and did so as his or Mr free as and deed. Notary Public Commission expires [Seal) Date State of County of FR -2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 On this _ day of me appeared (Name) 19 before to me personally known, who, being duty sworn, did execute the foregoing affidavit, and did state that he or she was properly authorized by (Name of firm) to execute the attidavn and did so as his or her free act and deed. Notary Public Commission expires (Seal) FR -3 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 REOUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS (Exclusive 01 Appalachian Contracts) Page 1. General FR -4 II. Nondiscrimination FR -4 III. Nonsegregated Facilities FR -6 IV. Payment of Predetermined Minimum Wage FR -6 V. Statements and Payrolls FR -10 VI. Record of Materials, Supplies, and Labor FR -11 VII. Subletting or Assigning the Contract FR -11 VIII. Safety: Accident Prevention FR -12 IX. False Statements Concerning Highway Projects FR -12 X. Implementation of Clean Air Act and Federal Water Pollution Control Act FR -13 XI. Centlication Regarding Debarment. Suspension, Ineligibility, and Voluntary Exclusion - Lower Tier Covered Transactions FR -13 1. GENERAL L These contract provisions shall apply to all -work performed on the contract by the contractor's own organization and with the assistance of workers under the contractor's immediate superintendence -and to all work performed on the contract by piecework, station work, or by subcontract. 2. Except as otherwise provided for in each section, the contractor shall insert in each subcontract all of the stipulations contained in these Required Contract Provisions, and lunher require their inclusion in any lower tier subcontract or purchase order that may in turn be made. The Required Contract Provisions shall not be incorporated by reference in any case. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with these Required Contract Provisions. 3. A breach of any of the stipulations contained in these -Required Contract Provisions shall be sufficient grounds for termination ol the contract. 4. A breach of the following clauses ol the Required Contract Provisions may also be grounds for debarment as provided in 29 CFA 5.12: FHWA 1273 Rer. Wag 12+6e Section I, paragraph 2; Section IV, paragraphs 1, 2. 3, 4. and 7; Section V, paragraphs 1 and 2a through 2g. 5. Disputes arising out of the labor standards provisions of Section IV (except paragraph 5) and Section V of -these Required Contract Provisions shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in -accordance with the procedures of the U.S. Department of Labor (DOL) as set forth in 29 CFR Parts 5, 6. and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency. the DOL. or the contractor's employees or their representatives. 6. Certification of Eligibility: By entering into this contract, the contractor canines as follows: a. Neither the contractor nor any person or firm who has an interest in the contractor's firm is ineligible to be awarded Government contracts by virtue of Section 3(a) of the Davis -Bacon Act, 29 CFR 5.12(a)(1), or 49 CFR 29. b. No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of Section 3(a) ol the Davis -Bacon Act, 29 CFR 5.12(a)(1), or 49 CFR 29. C. The penalty -for making lalse statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. II. NONDISCRIMINATION (Applicable to Federal -aid construction contracts and related subcontracts and purchase orders exceeding $ 10,000.) 1. Selection o1 Labor: - During the performance of this contract, the contractor shall not: a. discriminate against labor from any other State. possession, or territory of the United States, or b. employ convict labor for any purpose within the limns of the project unless it is labor penormed by convicts who are on parole, supervised release, or probation. FR -4 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2. Employment PraCticeS: a. The Equal Employment Opportunity Affirmative Action Notice set forth in 41 CFR 60.4.2 and the.Equal Employment Opponunity Construction Contract Specdications set for h in 41 CFR 60.4.3 are incorporated by tolerance in this contract. b. Regulation 41 CFR 60.4.2 requires goals and timetables for minority and female participation expressed in percentage terms for the contractor's aggregate work force in each trade on all construction work in the covered area. The goals for this contract are stated elsewhere in the bidding documents and in the construction contract. e. Regulation 41 CFR 60.4.3 provides specific affirmative action standards the contractor shall implement to ensure equal ampbyment opportunity in achieving the minority and female panicipation goals set forth in paragraph 2b of this Section. 3. Equal Opportunity Clause: During the performance of this contract, the contractor agrees as tolbws: 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 that 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; recrudment or recruitment advertising; layoffs or termination; rates of pay or other forms of compensation; and, selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the Stale highway agency (SHA) setting forth the provisions of this nondiscrimination clause. b. 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, cobs, religion, sex, or national origin. c. The contractor will send to each labor union or representative ol workers -with which the contractor has a collective bargaining agreement or other contract or understanding a notice to be provided by the SHA advising the said labor union or workers' representative of the contractors commitments under this Section II. paragraph 3. d. The contractor will comply with all provisions of Executive Order 11246, Equal Employment Opponunity, dated September 24, 1965. and o1 the rules, regulations (41 CFR Part 60), and relevant orders of the Secretary of Labor. e. The contractor will furnish all information -and reports required by Executive Order 11246 and by rules, regulations, and orders of the Secretary ol Labor, pursuant thereto, and will permit access to its books, records, and accounts by the Federal Highway Administration (FHWA) and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. I. In the event of the contractors noncompliance with the nondiscrimination clauses of this Section ll, paragraph 3, or with any of the said rules, regulaions, or orders, this contract may be canceled, terminated, or suspended in whole or in part. The contractor may be declared ineligible for further Government contracts or federally -assisted construction contracts in accordance with procedures authorized in Executive Order 11246 and such other sanctions as may be imposed and remedies invoked as provided in Executive Order 11246 or by rule, regulation. or order of the Secretary of Labor, or as otherwise provide° by law, g. The contractor will include the provisions of this Section II, paragraph 3. in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor, unless exempted by rules. regulations, or orders of the Secretary of Labor issued pursuant to Section 204 01 Executive Order 11246. The contractor will take such action with respect to any subcontract or purchase order as the SHA or the FHWA may direct as a means of enforcing such provisions, including sanctions for noncompliance. In the event a contractor becomes a party to litigation by a subcontractor or venoor as a result of such direction, the contractor may request the SHA to enter into such litigation to protect Ine interest of the State. In addition, the contractor may request the United States to enter into such litigation to protect the interests of the United States. 4. Selection of Subcontractors, Procurement of Materials, and Lasting of Equipment: a. The contractor shall not discriminate on the grounds of race, color, sex, or national origin in the selection and retention of subcontractors. including procurement of matenals and leases of equipment. In all solictations made by the contractor each potential subcontractor or supplier shall be notified by the contractor of the contractor's obligations under this contract relative to nondiscrimination on the grounds of race, color, sex. or national origin. FR -5 FHWA 1273 An. 569 124-89 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 b. In the event of the contractor's noncompliance with the nondiscrimination provisions of this Section II, paragraph 4, this contract may be subject to sanctions including but not limited to the withholding of payments to the contractor under the contract until the contractor complies andror cancellation, termination, or suspension of the contract in whole or in pan. e. The contractor shall include the provisions of this paragraph 4 in every subcontract, including procurement of materials and leases of equipment. The contractor shall take such action with respect to any subcontractor or procurement as the SHA or the FHWA may direct as a means of enforcing such provisions, including sanctions for noncompliance. In the event a contractor -becomes involved in. or is threatened with, litigation by a subcontractor or supplier as a result ol such direction, the contractor may request the SHA to enter into such litigation to protect the interests of the State. In addition, the contractor may request the United States to enter into such litigation to protect the interests of the United States. 5. General Participation Requirements: a. Policy: It is the policy of the DOT that disadvantaged business enterprises (DBE's), as defined in 49 CFR Part 23, shall have equal opportunity to participate in the performance ol contracts financed in whole or in part with Federal funds. Consequently, the requirements of 49 CFR Part 23 apply to this contract b. Obligation: The Contractor agrees to take all necessary steps to ensure that eligible businesses, as defined in 49 CFR Part 23, have equal opponunny to compete for and perform subcontracts financed in whole or in pan with Federal funds provided under this contract. c. The contractor's failure to carry out the requirements of paragraphs 5a and 5b o1 this Section 11 shall constitute a breach 01 contract and may resus in termination o1 the contract or other appropriate action. d. The contractor shall provide all information and reports required by 49 CFR Pan 23 or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information and its facilities as may be determined by the SHA or the FHWA to be pertinent to ascertain compliance with the regulations or directives. F1iWA 1273 Rn.a/69 t2.4e9 Ill. NONSEGREGATED FACILITIES (Applicable to Federal -aid construction contracts and related subcontracts exceeding 510,000.) t By submission of this bid, the execution of this contract or subcontract, or the consummation of this material supply agreement or purchase -order, as appropriate, the bidder. Federal aid construction contractor, subcontractor. material supplier, or vendor, as appropriate, certifies that the firm does not maintain or provide for its employees any segregated facilities at any of its establishments, and that the firm does not permit its employees to perform their services at any location. under its control, where segregated facilities are maintained. The firm agrees that -a breach of this certification is a violation of the Equal Opportunity Clause in this contract. The firm further certifies that - no employee will be denied access to adequate facilities on the basis of sex. b. As used in this certification, ine term 'segregated facilities' means any waning rooms, work areas, restrooms and washrooms, restaurants and other sating areas, timeclocks, locker rooms, and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing Iacilities provided tor employees which are segregated by:expliat directive, or are, in fact, segregated on the basis of race, color. religion, or national origin, because of habit, local custom, or otherwise. c. The contractor agrees that it has obtained or will obtain identical certification from proposed subcontractors or material suppliers prior to award of subcontracts or consummation of material suppty agteements exceeding. 510.000 and that it will retain such cendications in Os fees. IV. PAYMENT OF PREDETERMINED MINIMUM WAGE (Applicable to Federal -aid construction contracts exceeding 52,000 and related subcontracts.) FR -6 1. General: t All mechanics and laborers employed or working upon the site of the work will be paid uncondnionatly and not less ohen than once a week and without subsequent deduction or rebate on any account (except such payroll deductions as are permmed by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR Pan 3)j the lull amounts of wages and bona tide fringe benefits 1 1 1- 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 (or cash equivalents thereof) due at time of payment. The payment shall be computed at wage rates not less than those contained in the wage determination of the Secretary of Labor (hereinafter the wage determination') which is attached hereto and made a pan hereof, regardless of any contractual relationship which may be alleged to exist between the contractor or its subcontractors and such laborers and mechanics. The wage determination (including any additional classifications and wage rates conformed under paragraph 2 of this Section IV and the DOL poster (WH-1321) or Form FNWA-1495) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. For the purpose ol this Section, contributions made or costs reasonably anticipated for bona fide fringe benefits under Section 1(b)(2) of the Davis -Bacon Act (40 U.S.C. 276a) on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of Section IV. paragraph 3b. hereof. Also, lor the purpose of this Section, regular contributions made or costs incurred for more than a weakly period (but not less often than quanerly) under plans, funds, or programs. which cover the particular weekly period. are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification ol work actually perlormed, without regard to skill, except as provided in paragraphs 4 and 5 o1 this Section IV. b. Laborers or mechanics performing work in more than one classification may be compensated at the rate specified lor each classification for the lime actually worked therein, provided, that the employer's payroll records accurately set forth the time spent in each dassdication in which work is performed. c. All rulings and interpretations of the Davis - Bacon and Related Acts contained in 29 CFR Pans 1, 3, and 5 are herein incorporated by reference in this contract. • 2. Classification: a. The SHA contracting officer shall require that any class of laborers or mechanics employed under the contract, which is not listed in the wage determinatan, shall be classified in conformance with the wage determination. b. The contracting officer shall approve an additional classification, wage rate and fringe benefits therefor only when the following criteria have been met: FR -7 (1) the work to be performed by the additional classification requested is not performed by a classification in the wage determination: (2) the additional classification is utilized in the area by the construction industry; and (3) the proposed wage rate. including any bona fide fringe benefits. bears a reasonable relationship to the wage rates contained in the wage determination. C. If the contractor or subcontractors, as appropriate. the laborers and mechanics (d known) to be employed in the additional classification or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the U.S. Department of Labor, Administrator of the Wage and Hour Division, Employment Standards Administration, Washington, D.C. 20210. The Wage and Hour Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification anion within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30day period that additional time is necessary. d. In the event the contractor or subcontractors, as appropriate. the laborers or mechanics to be employed in the additional classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Wage and Hour Administrator lor determination. Said Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30 -day period that additional time is necessary. e. The wage rate (including fringe benefits where appropriate) determined pursuant to paragraph 2c or 2d of this Section IV shall be paid to all workers performing work in the additional classification trom the first day on which work is performed in the classification. FNWA 1273 Rrrr.611 12.4-89 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 3. Payment of Fringe Sensate: a Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a Iringe benefit which is not expressed as an hourly rate, the contractor or subcontractors, as appropriate, shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. b. 11 the contractor or subcontractor. as appropriate, does not make payments to a trustee or other third person, he/she may consider as part ol the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, provided, that the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. 4. Apprenticas end Trainees (Programa of the U.S. Department of Labor): a Apprentices: (1) Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona lide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State apprenticeship agency recognized by the Bureau, or e a person is employed in his/her first 90 days of probationary employment as an apprentice in such an apprenticeship program; who is not individually registered in the program, bur who has been certified by the Bureau of Apprenticeship and Training or a State apprenticeship agency (where appropriate) to be eligible for probationary employment as an apprentice. (2) The allowable ratio of apprentices to journeyman -level employees on -the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any employee listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate listed in the wage determination for the classification of work FHWA 1273 Rev. wee 12-4•89 FR -8 actually performed. In addition. any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage Fate on the wage determination for the work actually performed. Where a contractor or subcontractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman -level hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. (3) Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeyman -level hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the lull amount of tringe benefits listed on the wage determination for the applicable classification. 11 the Administrator for the Wage and Hour Division determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. (4) In the event the Bureau of Apprenticeship and Training, or a State apprenticeship agency recognized by the Bureau, withdraws approval ol an apprenticeship program, the contractor or subcontractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the comparable work performed by regular employees until an acceptable program is approved. b. Trainees: (1) Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work perlormed unless they are employed pursuant- to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor. Employment and Training Administration. (2) The ratio of trainees to journeyman -level employees on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Any employee listed on the payroll at a trainee rate who is not registered and panicipating in a 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1. 1 training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classilication of work actually performed. In addition, any trainee perlorming work on the job site in excess of the rata permitted under the registered program shall be paid not lass than the applicable wage rate on the wage determination for the work actually performed. (3) Every trainee must be paid at not less than the rate specified in the approved program for his/her level of progress. expressed as a percentage of the journeyman -level hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. if the trainee program does not mention fringe benefits, trainees shall be paid the NU amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman -level wage rate on the wage determination which provides for less than full fringe benefits for apprentices, in which case such trainees shall receive the same fringe benefits as apprentices. (4) In the event the Employment and Training Administration withdraws approval of a training program, the contractor or subcontractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. e. Equal Employment Opportunity: The utilization of apprentices, trainees, and journeymen -level employees shall be in conformity with the equal employment opponunny requirements o1 Executive Order 11246.23 CFR 230A, and 29 CFR Pan 30. 5. Apprentices end Trainees (P►ograma of the U.S. Department of Tranaportatlonj: Apprentices and trainees working under apprenticeship and skill training programs which have been certified by the Secretary of Transportation as promoting equal employment opportunity in connection with Federal -aid highway construction programs are not subject to the requirements of paragraph 4 of this Section IV. The straight time hourly wage rates for FR -9 apprentices and trainees under such programs will be established by the particular programs. The ratio of apprentices and trainees to journeymen shall not be greater than permitted by the terms of the particular program. 6. Withholding: The SHA shall upon its own anion or upon written request of an authorized representative of the DOL withhold, or cause to be withheld, from the contractor or subcontractor under this contract or any other Federal contract with the same prime contractor, or any other federally -assisted contract subject to Davis - Bacon prevailing wage requirements which is held by the same prime contractor, as much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work. all or pan of the wages required by the contract, the SHA contracting oiled may, aher written notice to the contractor, 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. 7. Overtime Requirements: No Contractor or subcontractor contracting for any pan of the contract work which may require or involve the employment of laborers. mechanics, watchmen, or guards (including apprentices and trainees described in paragraphs 4 and 5 above) shall require or permit any laborer, mechanic, watchman, or guard in any workweek in which he/she is employed on such work. to work in excess of 40 hours in such workweek unless such laborer. mechanic, watchman, or guard receives compensation at a rate not less than one - and -one -hall limes his/her basic rate of pay for all hours worked in excess of 40 hours in such workweek. 8. Violation: Liability for Unpaid Wages; Liquidated Damages: In the event of any violation of the clause set lonh in paragraph 7 above, the contractor and any subcontractor responsible therefor shall be liable to the enacted employee for his/her unpaid wages. In addition, such contractor and subcontractor shall be liable to the United Stales (in the case of work done FHWA 1719 Rev. 649 12+69 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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, mechanic, watchman. or guard employed in violation of the clause set lonh in paragraph 7, In the sum of $10 for each calendar day on which such employee was required or permitted to work in excess of the standard workweek ol 40 hours without payment of the overtime wages required by the clause set lorth in paragraph 7. 8. Withholding for Unpaid Wages and Liquidated Damages: The SHA shall upon its own action or upon written request of any authorized representative of the DOL withhold, or cause to be withheld, from any monies payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities ol such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph 8 above. V. STATEMENTS AHD PAYROLLS (Applicable to Federal -aid construction contracts exceeding $2,000 and related subcontracts.) 1. Compliance with Copeland Regulations (29 CFR Part 3): The contractor shall comply with the Copeland Regulations of the Secretary of Labor which are herein incorporated by reference. 2. Payrolls and Payroll Records: a. Payrolls and basic. records relating thereto shall be maintained by the contractor and each subcontractor during the course of the work and preserved for a period of 3 years from the date of completion of the contract for all laborers, mechanics, apprentices, trainees, watchmen, and guards working at the site of the work. b. The payroll records shall contain the name, social security number, and address of each such employee. his or her correct FHWA 1273 As. Noe 12-44Q FR -10 classification. hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in Section 1(b)(2)(B) of the Davi•Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor, pursuant to Section IV, paragraph 3b, has found that the wages ol any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in Section 1(b)(2)(B) of the Davis -Bacon Act, the contractor and each subcontractor 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 costs incurred in providing such benefits. Contractors or subcontractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration ol apprenticeship programs and cenitication of trainee programs, -the registration ol apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. c. Each contractor and subcontractor. shall furnish each week in which any contract work is performed to the SHA resident engineer a payroll of wages paid each of its employees (including apprentices and trainees described in Section IV, paragraphs 4 and 5 and watchmen and guards engaged on work during the preceding weekly payroll period). The payrolls submitted shall set out accurately and completely all ol the information required to be maintained under paragraph 2b of this Section V. This information may be submitted in any form desired. Optional Form WH-347 is available for this purpose and may be purchased from the Superintendent of Documents (Federal stick number 029.005- 0014.1), U.S. Government Printing Office, Washington, D.C. 20402. The prime contractor is responsible for the submission ol copies of payrolls by all subcontractors. d Each payroll submitted shall be accompanied by a 'Statement of Compliance, signed by the contractor or subcontractor or his/her agent who pays or supervises the payment of the persons employed under the mrsract and shall canny the following: 1 1 1 - 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 (1) that the payroll for the payroll period contains the information required to be maintained under paragraph 2b of this Section V and that such information is conect and complete; (2) that such laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages gamed, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in the Regulations, 29 CFR Part 3; (3) that each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. e. The weekly submission of a properly executed -certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the 'Statement of Compliance' required by paragraph 2d of this Section V. 1. The falsification of any of the above cendications may subject the contractor to civil or criminal prosecution under Section 1001 of Title 18 and Section 231 of Title 31 of the United States Code. g. The contractor or subcontractor shall make the records required under paragraph 2b of this Section V available for inspection, copying, or transcription by authorized representatives or the SHA, the FHWA, or the DOL, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor faits to submit the required records or to make them available, the SHA, the FHWA, DOL, or all may, after written notice to the contractor, sponsor, applicant, or owner, take such actions as may be necessary 10 cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. VI. RECORD OF MATERIALS, SUPPLIES, AND LABOR 1. On all Federal -aid primary, urban, and Interstate System contracts, except those which provide solely tor the installation of protective devices at railroad grade crossings, those which are constructed on a force account or direct labor basis, highway beautification contrails, and contracts for which the total final construction cost for roadway and bridge is less than $1,000,000 (23 CFR Pan 635) the contractor shall: a. Become familiar with the list of specific materials and supplies contained in Form FHWA-47, "Statement of Materials and Labor Used by Contractor of Highway Construction Involving Federal Funds, prior to the commencement of work under this contract. b. Maintain a record o1 the total cost of all materials and supplies purchased for and incorporated in the work, and also of the quantities of those specific materials and supplies listed on Form FHWA-47, and in the units shown on Form FHWA-47. c. Furnish, upon the completion of the contract, to the SHA resident engineer on Form FHWA-47 together with the data required in paragraph 1b relative to materials and supplies, a final labor summary of all contract work indicating the total hours worked and the total amount earned. 2. At the prime contractor's option, either a single report covering all contract work or separate reports for the contractor and for each subcontract shall be submrned. VII. SUBLETTING OR ASSIGNING THE CONTRACT 1. The contractor -shall perform with its own organization contract work amounting to not less than 30 percent (or a greater -percentage if specified elsewhere in the contract) of the total original contract puce, excluding' any specialty items designated by the State. Specialty items may be performed by subcontract and the amount of any such specialty items so performed may be deducted from the total original contract price before computing the amount of work required to be performed by- the contractor's own organization (23 CFR Pan 635). a. 'Its own organization' shall be construed to include only workers employed and paid directly by the prime contractor and equipment owned or rented by the prime contractor, with or without operators. Such term does not include employees or equipment FR -11 FHWA 1273 Fitt. OM 12-4-89 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 of a subcontractor, assignee, or agent o1 the prime contractor. b. "Specialty hems' shall be construed to be limited to work that requires highly specialized knowledge. abilities, or equipment not ordinarily available in the type of contracting organizations qualified and expected to bid on the contract as a whole and in general are to be limited to minor components of the overall contract. 2. The contract amount upon which the requirement set forth in paragraph 1 of this Section VII is computed includes the cost of materials and manufactured products which are to be purchased or produced by the contractor under the contract provisions. 3. The contractor shall furnish (a) a competent superintendent or supervisor who is employed by the firm, has lull authority to direct performance of the work in accordance with the contract requirements. and is in charge of all construction operations (regardless of who performs the work) and (b) such other ol its own organizational resources (supervision, management, and engineering services) as the SHA contracting officer determines is necessary to assure the performance of the contract. 4. No portion of the contract shall be sublet, assigned or otherwise disposed of except with the written consent of the SHA contracting officer, or authorized representative, and such consent when given shall not be construed to relieve the contractor of any responsibility for the fullillment of the contract. Written consent will be given only after the SHA has assured that each subcontract is evidenced in writing and that it contains all pertinent provisions and requirements of the prime contract. dangerous to histner health or salary, as determined under construction safety and health standards (Title 29. Code of Federal Regulations, Part 1926 (formerly Pan 1518) as may be revised] promulgated by the Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Salety Standards Act (83 Stat. 96). VHIL SAFETY: ACCIDENT PREVENTION 1. In the performance of this contras the contractor shall comply with all applicable Federal. State, and,tocal laws governing safety, hearth, and sanitation (23 CFR Pan 635). The contractor shall provide a8 safeguards, Safety devices and protective equipment and take anti other needed actions as it determines, or as the SHA contracting officer may determine, to be reasonably necessary to protect the We and health of employees on the job and the safety of the public and to protect property in connection with the performance of the work covered by the contract 2. It is a condition of this contract, and shall be made a condition of each subcontract entered into pursuant to this contract, that the contractor and any subcontractor shall not require any laborer or mechanic employed in performance of the contract to work in surroundings or under conditions which are unsanitary, hazardous, or vHwA t273 Rw.&ee t2+69 IX. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS In order to assure high quality and durable construction in conformity with approved plans and specifications and a high degree of reliability on statements and representations made by engineers. contraaors, suppliers, and workers on Federal -aid highway projects, it is essential that all persons concerned with the project perform their functions as carefully, thoroughly, and. honestly as possible. Willlul falsification, distortion, or misrepresentation with respect to any facts related to the project is a violation of Federal law. To prevent any misunderstanding regarding the seriousness of these and similar acts, the following notice shall be posted on each Federal aid highway project (23 CFR Pan 635) in one or more places where it is readily available to all persons concerned with the project: NOTICE TO ALL PERSONNEL ENGAGED ON FEDERAL -AID HIGHWAY PROJECTS Title 18. United States Code, Section 1020, reads as follows: FR -12 'Whoever, being an officer, agent. or employee of the United States, or of any State or Territory, or whoever, whether a person. association, firm. or corporation, knowingly makes any lalse statement. false representation. or false report as to the character. quality, quantity, or cost of the material used or to be used, or the quantity or quality ol the work performed or to be performed. or the costs thereof in connection with the submission of plans, maps. specifications, contracts, or costs of construction an any highway or related _project submitted for approval to the Secretary of Transportation; or *Whoever knowingly makes any false statement. false representation. false capon of false claim with respect to the character, quality, quantity, or cost of any work performed or to be performed. or materials furnished or to be Iurnished, in connection with the construction of any highway or related project approved by the Secretary of Transportation: or 'Whoever knowingly makes any lalse statement or false representation as to material fact in any 1 1 r 1 1 1 1 1 1 1 1 1 1 1 1 1 1 statement, certificate, or report submitted pursuant to provisions of the Federal -Aid Roads Act approved July 1, 1916, (39 Stat. 355), as amended and supplemented; 'Shall be lined not more than $10,000 or imprisoned not more than 5 years. or both.' X. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT (Applicable Federal -aid construction contracts and related subcontracts exceeding $100,000.) By submission of this bid, or the execution of this contract or subcontract, as appropriate, the bidder, Federal -aid construction contractor, or subcontractor, as appropriale, will be deemed to have stipulated as follows: 1. That any facility that is or will be utilized in the performance of this contract. unless such contract is exempt under the Clean Air Act, as amended (42 U.S.C. 1857 et seq., as amended by Pub. L. 91-604), and under the Federal Water Pollution Control Act, as amended (33 U.S.C. 1251, et seq., as amended by Pub. L. 92.500), Executive Order 11738, and regulations in implementation thereof (40 CFR Part 15) is not listed, on the date of contract award, on the U.S. Environmental Protection Agency (EPA) List of Violating Facilities pursuant to 40 CFR 15.20. 2. That the firm agrees to comply and remain in compliance with all the requirements of Section 114 of the Clean Air Act and Section 308 of the Federal Water Pollution Control Act and all regulations and guidelines listed thereunder. 3. That the Iirm shall promptly notify the SHA of the receipt of any communication from the Director, Office of Federal Activities, EPA, indicating that a facility that is or will be utilized for the contract is under- consideration to be listed on the EPA List of Violating Facilities. 4. That the firm agrees to include or cause to be included the requirements of paragraphs 1 through 4 ol this Section X in every nonexempt subcontract, and lusher agrees -to take such action as the government may direct as a means of enforcing such requirements. Xl. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION —LOWER TIER COVERED TRANSACTIONS (Applicable to all subcontractors, material suppliers, vendors and other bwer tier participants.) 1. Instructions for Certification: FR -13 a.. By signing and submitting this proposal. the prospective lower tier participant is providing the certification set out below. b. The certification in this clause is a material representation of tact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective bwer tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. c. The prospective lower tier panicipant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its cenilication was erroneous when submitted or has become erroneous by reason of changed circumstances. d. The terms 'covered transaction' 'debarred' 'suspended,' 'ineligible,' lower tier covered transaction,' spanicipant,"person. primary covered transaction,"principaf,"proposal.' and Yoluntarily excluded' as used in this clause, have the meanings set out in the Definitions and Coverage sections ol rules implementing Executive Order 12549. You may contact the person to which this proposal is submitted for assistance in obtaining a copy ol those regulations. e. The prospective bwer tier panicipant agrees by submitting this proposal that, should the proposed covered transaction be entered- into, n shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended. declared ineligible, or voluntarily excluded from participation in this covered transaction. unless authorized by the department or agency with which this transaction originated. 1. The prospective lower tier participant further agrees by submitting this proposal that n wdl include this clause titled 'Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion — Lower Tier Covered Transaction.' without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. g. A participant in a covered transaction may rely upon a certification of a prospective panicipant in a lower tier covered transaction that n is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction. unless it knows that the certification is erroneous. A participant may decide the method and frequency by which n determines the FHWA 1273 Rev. S'69 12w69 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 eligibility of its principals. Each participant may, but is not required to, check the Nonprocurement List. h. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 1 Except for transactions authorized under paragraph e of these instructions. d a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible. or voluntarily excluded from participation in this transaction, in addition to other remedies available 10 the Federal Government, the department or agency with which this transaction FHWA 1273 Rt. WU 12-4-69 originated may pursue available remedies, including suspension and/or debarment. 2. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion — Lower Tler Covered Transactions: FR -14 a. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor ns principals is presently debarred. suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. b. Where the prospective lower tier participant is unable to canny to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1. 1 FEDERAL -AID FEMALE AND MINORITY GOALS In accordance with Section II, 'Nondiscrimination,' paragraph 2b, of 'Required Contract Provisions Federal - aid Construction Contracts' the following are the goals for female utilization: Goal for Women (applies nationwide) (percent) 6.9 The following are goals for minority utilization: CALIFORNIA ECONOMIC AREA Goal (Percent) 174 Redding, CA: Non-SMSA Counties 6.8 CA Lassen; CA Modoc; CA Plumas; CA Shasta; CA Sisk you; CA Tehama. 175 Eureka, CA: Non-SMSA Counties . 6.6 CA Del Norte; CA Humboldt; CA Trinity, 176 San Francisco -Oakland -San Jose, CA: SMSA Counties: 7120 Salinas -Seaside. Monterey, CA.... 28.9 CA Monterey. 7360 San Francisco -Oakland, CA. 25.6 CA Alameda; CA Contra Costa; CA Marin; CA San Francisco; CA San Mateo. 7400 San Jose, CA 19.6 CA Santa Clara. 7485 Santa Cruz, CA • 14.9 CA Santa Cruz, 7500 Santa Rosa, CA 9.1 CA Sonoma. 8720 Vallejo -Fairfield- Napa, CA 17.1 CA Napa; CA Solano Non-SMSA Counties ....„... ..... »....... _......... 23.2 CA Lake; CA Mendocino; CA San Benno. 177 Sacramento, CA: SMSA Counties: 6920 Sacramento, CA. 16.1 CA Placer; CA Sacramento; CA Yob. Non-SMSA Counties 14.3 CA Butte; CA Colusa; CA El Dorado; CA Glenn; CA Nevada; CA Sierra; CA Sutter; CA Yuba. 178 Stockton -Modesto, CA:. SMSA Counties: 5170 Modesto, CA 12.3 CA Stanislaus. 8120 Stockton, CA 24.3 CA San Joaquin. Non-SMSA Counties 19.8 CA Alpine; CA Amador; CA Calaveras; CA Mariposa; CA Merced; CA Tuolumne. 179 Fresno -Bakersfield, CA: SMSA Counties: 0680 Bakersfield, CA 19.1 CA Kern. 2840 Fresno, CA 26.1 CA Fresno. Non-SMSA Counties 23.6 CA Kings; CA Madera; CA Tulare. 180 Los Angeles, CA: FR -15 SMSA Counties: 0360 Anaheim -Santa Ana -Garden Grove, CA 11.9 CA Orange. 12169 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 4480 Los Angeles -Long Beach. CA 28.3 CA Los Angeles. 6000 Oxnard -Simi Valley - Ventura, CA 21.5 CA Ventura. 6780 Riverside -San Bernardino- Ontarq, CA. 19.0 CA Riverside; CA San Bernardino. 7480 Santa Barbara -Santa Maria - Lompoc, CA 19.7 CA Santa Barbara. Non-SMSA Counties—...... ..... ....... 24.6 CA Inyo; CA Mono; CA San Luis Obispo. 12-4-89 181 San Diego, CA: SMSA Counties 7320 San Diego, CA. _...— 16.9 • CA San Diego. Non-SMSA Counties ..._.._...-_........... 182 CA Imperial. In addition 10 the reporting requirements set forth elsewhere in this contract the Contractor and subcontractors holding subcontracts. not inducting material suppliers. of $10.000 or more, shall submit for every month of July during which work is -performed. employment data as contained under Form PR -1391 (Appendix C to 23 CFR, Part 2301; and in accordance with the instructions included thereon. FR -16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Fad (DBE Goals) 8100: 01-1991 (Because some colored inks will not reproduce in copy machines, please use black ink to complete this proposal.) (DO NOT DETACH) PROPOSAL TO THE HONORABLE CITY COUNCIL CITY OF SAN MATEO, CALIFORNIA NAME OF BIDDER BUSINESS P.O. BOX CITY, STATE, ZIP BUSINESS STREET ADDRESS CITY, STATE, ZIP TELEPHONE NO: AREA CODE ( ) FAX NO. AREA CODE ( ) The work for which this proposal is submitted is for construction in accordance with the special provisions (including the payment of not less than the minimum wage rate set forth therein), the project plans described below, including any addenda thereto, the contract annexed hereto, and also in accordance with the Department of Transportation Standard Plans, dated January, 1988, the Standard Specifications, dated January, 1988, the Labor Surcharge And Equipment Rental Rates in effect on the date the work is accomplished, and the General Prevailing Wage Rates, dated April 1991. May 20, 1991 The special provisions and project plans for the work to be done are dated and are entitled: (PY.x inclsd...a, I/ to. Bar .a.c) CITY OF SAN MATEO; DEPARTMENT OF PUBLIC WORKS; PROJECT PLANS FOR CONSTRUCTION OF TRAFFIC SIGNALS AND SIGNAL INTERCONNECT, FASHION ISLAND BOULEVARD AT SOUTHBOUND US 101 RAMPS AND 19TH AVENUE AT GRANT STREET Bids are to be submitted for the entire work. The amount of the bid for comparison purposes will be the total of all items. The bidder shall set forth for each unit basis item of work a unit price and a total for the item, and for each lump sum item a total for the item, all in clearly legible figures in the respective spaces provided for that purpose. In the case of unit basis items, the amount set forth under the "Item Total" column shall be the product of the unit price bid and the estimated quantity for the item. In case of discrepancy between the unit price and the total set forth for a unit basis item, the unit price shall prevail, except as provided in (a) or (b), as follows: (a) If the amount set forth as a unit price is unreadable or otherwise unclear, or is omitted, or is the same as the amount as the entry in the item total column, then the amount set forth in the item total column for the item shall prevail and shall be divided by the estimated quantity for the item and the price thus obtained shall be the unit price; (b) (Decimal Errors) If the product of the entered unit price and the estimated quantity is exactly off by a factor of ten, one hundred, etc., or one -tenth, or one -hundredth, etc. from the entered total, the discrepancy will be resolved by using the entered unit price or item total, whichever most closely approximates percentagewise the unit price or item total in the City's Final Estimate of cost. City of San Mateo, Fashion Island Blvd. Siganls Page 1 P9024ix0 06/04/91 DKS Associates 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 If this proposal shall be accepted and the undersigned shall fail to enter into the contract and furnish the 2 bonds in the sums required by the State Contract Act, with surety satisfactory to the City of San Mateo, within 8 days, not including Saturdays, Sundays and legal holidays, after the bidder has received notice from the City that the contract has been awarded, the City of San Mateo may, at its option, determine that the bidder has abandoned the contract, and thereupon this proposal and the acceptance thereof shall be null and void and the forfeiture of such security accompanying this proposal shall operate and the same shall be the property of the City of San Mateo. The undersigned, as bidder, declares that the only persons or parties interested in this proposal as principals are those named herein; that this proposal is made without collusion with any other person, firm, or corporation; that he has carefully examined the location of the proposed work, the annexed proposed form of contract, and the plans therein referred to; and he proposes, and agrees if this proposal is accepted, that be will contract with the City of San Mateo, in the form of the copy of the contract annexed hereto, to provide all necessary machinery, tools, apparatus and other means of construction, and to do all the work and furnish all the materials specified in the contract, in the manner and time therein prescribed, and according to the requirements of the Engineer as therein set forth, and that he will take in full payment therefor the following prices, to wit: ENGINEER'S ESTIMATE Item No. Description of Work Unit Quantity Unit Price ONmoues) Total Amount of Item thynouns) 1 Modify Curb Radius Lump Sum 1 2 Modify Island Lump Sum 1 3 WbeelchairRamp Each 7 4 Pavement Markings Lump Sum 1 5 Traffic Signal Fashion Island Blvd @ US 101 SB Ramps Lump Sum 1 6 Traffic Signal 19th Ave. @ Grant St. Lump Sum 1 7 Signal Interconnect Lump Sum 1 TOTAL BID NOTE: "TOTAL BID" is only on the last page of the Engineer's Estimate. 1 City of San Mateo, Fashion Island Blvd. Siganls Page 2 P90245x0 06/04/91 DKS Associates 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 THE BIDDER'S EXECUTION ON THE SIGNATURE PORTION OF THIS PROPOSAL SHALL ALSO CONSTITUTE AN ENDORSEMENT AND EXECUTION OF THOSE CERTIFICATIONS WHICH ARE A PART OF THIS PROPOSAL The bidder_, proposed subcontractor hereby certifies that he has , has not participated in a previous contract or subcontract subject to the equal opportunity clauses, as required by Executive Orders 10925, 11114, or 11246, and that, where required, he has filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filling requirements. Note: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60.1.7(b) (1)), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60- 1.5. (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, Standard Form 100 (EEO -1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b) (1) prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. SMALL BUSINESS STATUS Are you certified as a "Small Business" by the Office of Small and Business of the Depanment of General Services of the State of California ? Please check one of the following: _ yes _ no _ unsure. (Note: This small business questionnaire is included for statistical reporting only, and your answer neither affects your bid on this contract, nor will it be cause for penalty.) City of San Mateo, Fashion Island Blvd. Siganis Page 3 P90245x0 06/04/91 DKS Associates 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 City Project No. 90-7914 The Bidder shall list the name and address of each subcontractor to whom the Bidder proposes to subcontract portions of the work, as required by the provisions in 'Required Listing of Proposed Subcontractors" in Section 2 of the special provisions. LIST OF SUBCONTRACTORS Description of portion Name and address of work subcontracted City of San Mateo, Fashion Island Blvd. Siganli P90245x0 06104/91 OKS Associates Page 4 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT In accordance with Public Contract Code Section 10285.1 (Chapter 376, Stats. 1985), the bidder hereby declares under penalty of perjury under the laws of the State of California that the bidder has , has not been convicted within the preceding three years of any offenses referred to in that section, including any charge of fraud, bribery, collusion, conspiracy, or any other act in violation of any state or federal antitrust law in connection with the bidding upon, award of, or performance of, any public works contract, as defined in Public Contract Code Section 1101, with any public entity, as defined in Public Contract Code Section 1100, including the Regents of the University of California or the Trustees of the California State University: The term "bidder" is understood to include any partner, member, officer, director, responsible managing officer, or responsible managing employee thereof, as referred to in Section 10285.1. Note: The bidder must place a check mark after "has" or "has not" in one of the blank spaces provided. The above Statement is pan of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. City of San Mateo, Fashion Island Blvd. Sigants Page 5 P90245s0 06104192 DKS Associates 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE In accordance with Public Contract Code Section 10162, the Bidder shall complete, under penalty of perjury, the following questionnaire: Has the bidder, any officer of the bidder, or any employee of the bidder who has a proprietary interest in the bidder, ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of a violation of law or a safety regulation? Yes ' No If the answer is yes, explain the circumstances in the following space. PUBLIC CONTRACT SECTION 10232 STATEMENT In accordance with Public Contract Code Section 10232, the Contractor, hereby states under penalty of perjury, that no more than one final unappealable finding of contempt of court by a federal court has been issued against the Contractor within the immediately preceding two year period because of the Contractor's, failure to comply with an order of a federal court which orders the Contractor to comply with an order of the, National Labor Relations Board. • Note: The above Statement and Questionnaire are part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement and Questionnaire. Bidders are cautioned that making a false certification may subject the certifier to prosecution. Cuy of San Mateo, Fashion Island Blvd. Siganls P90245x0 06/04191 DKS Associates 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 To the City of San Mateo, Department of Public Works. NONCOLLUSION AFFIDAVIT (Title 23 United States Code Section 112 and Public Contract Code Section 7106) In accordance with Title 23 United States Code Section 112 and Public Contract Code 7106 the bidder declares that the bid is not made in the interest of, or on behalf of, any . undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Note: The above Noncollusion Affidavit is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Noncollusion Affidavit. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. City of San Mateo, Fashion island Blvd. Siganls - - Page 7 P90245s0 06/04/91 DKS Associates 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29 DEBARMENT AND SUSPENSION CERTIFICATION The bidder, under penalty of perjury, certifies that, except as noted below, be/she or any other person associated therewith in the capacity of owner, partner, director, officer, manager: is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility by any federal agency; has not been suspended, debarred, voluntarily excluded or determined ineligible by any federal agency within the past 3 years; does not have a proposed debarment pending; and has not been indicted, convicted, or had a civil judgement rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past 3 years. If there are any exceptions to this certification, insert the exceptions in the following space. Exceptions will not necessarily result in denial of award, but will be considered in determining bidder. responsibility. For any exception noted above, indicate below to whom it applies, initiating agency, and dates'.. of action. Notes: Providing false information may result in criminal prosecution or administrative sanctions. ;. The above certification is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Certification. Cuyof San Mateo, Fashion Island Blvd. Siganls P90245x0 06/04/91 DKS Associates Page 8 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 4 1 1 Accompanying this proposal is (NOTICE. INSERT 7HE WORDS 'CASKS A"CASHIERS CHECK"CERTIFIED CHECK' OR'JIODEMS JONn'AS nit CASE MAY DE) in amount equal to at least ten percent of the total of the bid. The names of all persons interested in the foregoing proposal as principals are as follows: IMPORTANT NOTICE If bidder or other interested person is a corporation, state legal name of corporation, also names of the president, secretary, treasurer, and manager thereof; if a copartnership, state true name of firm, also names of all individual copartners composing firm; if bidder or other interested person is an individual, state first and last names in full. Licensed in accordance with an act providing for the registration of Contractors, License No. Classification(s) ADDENDA - This Proposal is submitted with respect to the changes to the contract included in addenda number/s (Frli. w..I. ....,n.. 'bland' An. S.., wa.M ..f NM ., w. Papule(. w Emitted' Lajas* J,nvJai w By my signature on this proposal I certify, under penalty of perjury under the laws of the State of California, that the foregoing questionnaire and statements of Public Contract Code Sections 10162, 10232 and 10285.1 are true and correct and that the bidder has complied with the requirements of Section 8103 of the Fair Employment and Housing Commission Regulations (Chapter 5, Title 2 of the California Administrative Code). By my signature on this proposal 1 further certify, under penalty of perjury under the laws of the State of California and the United States of America, that the Noncollusion Affidavit required by Title 23 United States Code, Section 112 and Public Contract Code Section 7106; and the Title 49 Code of Federal Regulations, Part 29 Debarment and Suspension Certification are true and correct. Sigr, Here Date: Business Address Place of Business Place of Residence City of San Mateo, Fashion island Blvd. Siganis P9024540 03/20/91 DKS Associates Signature and Title of Bidder Page 9 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 We CITY OF SAN MATEO, DEPARTMENT OF PUBLIC WORKS BIDDERS BOND as Principal, and as Surety are bound unto the City of San Mateo, Department of Public Works, hereafter referred to as'Obligee, in the penal sum of ten percent (10%) of the total amount of the bid of the Principal submitted to the Obligee for the work described below, for the payment of which sum we bind ourselves, jointly and severally, THE CONDITION OF THIS OBLIGATION IS SUCH, THAT: WHEREAS, the Principal is submitted to the Obligee, for (Caft♦.n w SW Amnion( oat AnalN Meal . Y Y opposer anah f„yad) for which bids are to be opened at on (Ann place Wee a.d.%a M ?ad) (aaw^ 4ww i NOW, THEREFORE, if the Principal is awarded the contract and, within the time and manner required under the specifications, after the prescribed forms are presented to him for signature, enters into a written contract, in the prescribed form, in accordance with the bid, and files two bonds with the Obligee, one to guarantee faithful performance of the contract and the other to guarantee payment for labor and materials as provided by law, then this obligation shall be null and void; otherwise, it shall remain in full force. In the event suit is bought upon this bond by the Obligee and judgement is recovered, the Surety shall pay all costs incurred by the Obligee in such suit, including a reasonable attorney's fee to be fixed by the court. Dated: ,19 State of California County of —r•" fea CERTIFICATE OF ACKNOWLEDGEMENT: SS On this day of in the year 19 before me , personally appeared Amontraloa personally known to me (or proved to me on the basis of satisfactory evidence) to be the person whose name is subscribed to this instrument as the attorney -in -fact of and acknowledged to me that he (she) subscribed the name of the said company thereto as surely, and his. (her) own name as attorney -in -fact. (SEAL) Host Niter City o/' San Mateo, Fashion Island Blvd. Siganls Page 10 P9024Ss0 06104191 DNS Associates 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CITY OF SAN MATEO DEPARTMENT OF PUBLIC WORKS CITY PROJECT No. 90-7914 THIS AGREEMENT, made and concluded, in duplicate, this day of 19 between the City of San Mateo, California, by the Department of Public Works thereof, party of the first part, and Contractor, party of the second part. ARTICLE 1.-- WITNESSETH, That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the said party of the first part,• and under the conditions expressed in the 2 bonds, bearing even date with these presents, and hereunto annexed, the said party of the second part agrees with the said party of the first part, at his own proper cost and expense, to do all the work and furnish all the materials, except such as are mentioned in the specifications to be furnished by said party of the first part, necessary to construct and complete in a good, workmanlike and substantial manner and to the satisfaction of the City of San Mateo, Department of Public Works, the work described in the special provisions and the project plans described below, including any addenda thereto, and also in accordance with the Department of Transportation Standard Plans, dated January, 1988, the, Standard, Specifications, dated January, 1988, the Labor Surcharge And Equipment Rental Rates in effect on the date the work is accomplished, and the General Prevailing Wage Rates, dated April 1991, which said special provisions, project plans, Standard Plans, Standard Specifications, Labor Surcharge And Equipment Rental. Rates, and General Prevailing Wage Rates are hereby specially referred to and by such reference made a part hereof. The special provisions and project plans for the work to be done are dated and are entitled: CITY OF SAN MATEO; DEPARTMENT OF PUBLIC WORKS; PROJECT PLANS FOR CONSTRUCT1ON OF TRAFFIC SIGNALS AND SIGNAL INTERCONNECT, FASHION ISLAND BOULEVARD AT SOUTHBOUND US 101 RAMPS AND 19TH AVENUE AT GRANT STREET City of San Alamo, Fashion island Blvd. Siganis „. _, Page 11 P90145s0 06/04/91 DKS Associates 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ARTICLE IL-- The said party of the first part hereby promises and agrees with the said Contractor to employ, and does hereby employ, the said Contractor to provide the materials and to do the work according to the terms and conditions herein contained and referred to, for the prices hereinafter set forth. and hereby contracts to pay the same at the time, in the manner and upon the conditions herein set forth; and the said parties for themselves, their heirs, executors, administrators, successors and assigns, do hereby agree to the full performance of the covenants herein contained. ARTICLE III.— The statement of prevailing wages appearing in the General Prevailing Wage Rates is hereby specifically referred to and by this reference is made a part of this contract. It is further expressly agreed by and between the parties hereto that should there be any conflict between the terms of this instrument and the bid or proposal of said Contractor, then this instrument shall control and nothing herein shall be considered as an acceptance of the said terms of said proposal conflicting herewith. ARTICLE IV.-- By my signature hereunder, as Contractor, I certify that I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured -against liability for worker's compensation or to undertake self insurance in accordance with the provisions of that code, and I will comply. with such provisions before commencing the performance of the work of this contract. ARTICLE V.— And the said Contractor agrees to receive and accept the following pricesas full compensation for furnishing all materials and for doing all the work contemplated and embraced', in this agreement; also for all loss or damage, arising out of the nature of the work aforesaid, or from the action of the elements, or from any unforeseen difficulties or obstructions which may arise or be encountered in the prosecution of the work until its acceptance by the Department of Public Works, and for all risks of every description connected with the work; also for all expenses incurred by or in consequence of the suspension or discontinuance of work and for well and faithfully completing the work, and the whole thereof, in the manner and according to the plans and specifications, and the requirements of the Engineer under them, to wit: ENGINEER'S ESTIMATE Item No. Ascription of Work Unit Quantity Unit Price ' oNncuaw Total Amount of. Item tmncuxcc 1 Modify Club Radius Lump Sum 1 2 Modify Island Lump Sum 1 3 Wheelchair Ramp ' Each 7 4 Pavement Markings Lump Sum 1 5 Traffic Signal Fashion Island Blvd @ US 101 SB Ramps Lump Sum 1 6 Traffic Signal 19th Ave. @ Grant St. . Lump Sum 1 7 Signal Interconnect Lump Sum 1 .. TOTAL BID 1 City of San Mateo, Fashion Island Blvd. Siganis P90245x0 06/04/91 DA'S Associates Page 12 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ARTICLE VI.— The complete contract consists of the following documents: This Agreement; the Notice To Contractor, the Accepted Proposal; the Contract Book which includes the Special Provisions and contract Drawings, Addendums Number issued to the contract Book, the Faithful Performance Bond, and the Labor and Material Bond. All rights and obligations of City and Contractor are fully set forth and described in the contract documents. All of the above named documents are intended to cooperate, so that any work called for in one, and not mentioned in the other, of vice versa, is to be executed the same as if mentioned in all said documents. The documents comprising the complete contract will hereinafter be referred to as the contract documents'. In the event of any variation or discrepancy between any of this agreement and any portion of the other contract documents, this agreement shall prevail. The precedence of the remaining contract documents will be as specified in the Contract Book. ARTICLE WI.-- In the event of any termination as bereinbefore provided, City shall immediately give written notice thereof to Contractor and Contractor's sureties, and the sureties shall have the right to take over and perform the agreement, provided, however, that if the sureties, within 5 days after giving them said notice of termination, do not give City written notice of their intention to take over the performance thereof within 5 days after notice to City of such election, city may take over the work and prosecute the same to completion, by contract or by any other method it may deem advisable, for the account, and at the expense of Contractor, and the sureties shall be liable to City for any excess cost or damages occasioned City thereby; and, in such event, City may, without liability for so doing, take possession of, and utilize in completion the work, such materials, appliances, plant and other property belonging to Contractor as may be on the site of the work and necessary therefor. ARTICLE VIII.— The Contractor shall provide and maintain general liability and automobile liability insurance in the following minimum amounts: 1) General liability, including comprehensive form, personal injury, broad form property damage, contractual, and premises/operation coverage in limits of 51,000,000.00 aggregate, bodily injury and property damage combined; and (2) automobile liability in limits of 51,000,000.00 bodily injury and property damage combined. Additionally, workers' compensations insurance in at least the minimum statutory amounts shall be maintained. All liability insurance policies shall specify the City of San Mateo, its elective and appointive boards, commissions, officers, agents, and employees as additional insureds. A certificate of insurance shall be provided to the City prior to performance pursuant to this contract. Further, any changes in insurance required herein must be approved in writing by .the City. Attorney's Office. ARTICLE IX.— Contractor agrees (1) to hold harmless and indemnify City of San Mateo and its officers from and against any and all claims, loss, liability, damage, and expense arising from performance of this contract, including claims, loss, liability, damage and expense caused or claimed to be caused by passive., negligence of City of San Mateo, its officers or employees, and (2) to defend City of San Mateo, its officers or employees thereagainst; provided, however that this provision does not apply to claims,.loss, liability, damage or expense arising from (a) the sole negligence or willful misconduct of City of San Mateo or (b) the active negligence of City of San Mateo; further provided, that this provision shall not affect the validity of any insurance contract, workers compensation or agreement issued by an admitted insurer as defined by the Insurance Code. ARTICLE X.•• Attorney fees in amount not exceeding 585 per hour per attorney, and in total amount not exceeding 55000 shall be recoverable as costs (that is, by the filing of a cost bill) by the prevailing party in any action or actions to enforce the provisions of this contract. The above 55000 limit is the total of attorney fees recoverable whether in the trial court, appellate court, or otherwise, and regardless of the number of City of San Mateo, Fashion Island Blvd. Siganis Page 13 P90245x0 06/04/91 DKS Associates . . 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 attorneys, trials, appeals or actions. It is the intent that neither party to this contract shall have to pay the other more then $5000 for attorney fees arising out of an action, or actions, to enforce the provisions of this contract. The parties expect and hope there will be no litigation and that any differences will be resolved amicably. ARTICLE XL— The provisions of this agreement are cumulative,and in addition to and not in limitation of, any other rights or remedies available to City. ARTICLE XII.— All notices shall be in writing, and delivered in person or transmitted by certified mail, postage prepaid. Notices required to be given to City shall be addressed as follows: Director of Public Works City of San Mateo 330 West 20th Avenue San Mateo, California 94403 Notices required to be given to Contractor shall be addressed as appears in page one of the proposal. ARTICLE XIII: - As used herein any gender includes each other gender, the singular includes the plural and vice versa. ARTICLE XIV: - The improvements contemplated inthe performance of this contract is an improvement over which the State of California shall exercise general supervision. The State of California, therefore, shall have the right to assume full and direct control over this contract whenever the State of California, at its sole discretion, shall determine that its responsibility to the United States so required. City of San Mateo, Fashion Island Blvd. Siganls Page 14 P90145x0 06/04/91 DKS Associates 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 IN WITNESS WHEREOF, The parties to these presents have here -unto set their hands the year and date first above written Attest: CITY OF SAN MATEO, CALIFORNIA a municipal corporation By Jane M. Powell Mayor, City Clerk Contractor By (r1Pd Naas ° Pwa. Scams) Licensed in accordance with an act providing for the registration of contractors, License No. Federal Employer Identification Number Approved and certified as being in accordance with the requirements of the State Contract Act. Approved Effective City of San Mateo, Fashion Island Blvd. Siganis P90245x0 06/04/91 DKS Associates Attorney, City of San Mateo Page 15 al M ® MI a a MI s EMI (® ®— IIIUI)GII ..E INFOII \ AI ION Agency ---- _--- (Otl111ACI HO._ FEU. NO. DID AMOIIDI f DID OPINING1170E --.__--__--_.-_.- DAIt Uf D111. CEIII Irl(A 11Un LIST USEII•• 1 hit Inlrrtn:.linn may bn tuhinlltod whit y Lid prapntal. 11 it it not, anal yttu ate Ilea apparent low bidder an the tetnnd Inw biddy t, 11 matt Le whinnied null lettived al the ullitn v.l.r 1. your hit ptuputal wai whinnied no late( than time nl bonnets no the let nod ((Way aNet 1.1111 wc(n opened, entcpl when the hdnnnaUon It Still by tn(lllied mainly Wodnetday 01 the week following trill opening. (Out RA(T I I E M IJ). III. tv1 Or WOItK AIIU rust nit'11Ot1 n[ WUill; tl l Si H VII IS I0 Ur SI intim Hint 011 MAI I11IAI.$ 111111 PIII IVIUI IJ• It z ur fJ 11) 1 5. - tJ it of J if. ti PI 1111.111L 111 VOW. ADDRESS 1111E GOAT. 1110M (Otil rlACT I IJrtME Of nut )1 11011 A0 AMOUNT DUE S1 ODE% • II 10011 often( It nnl lit t.e pwlornte.l m !unthaw, I. nor, .Ieu tine • taatl prnlin t-Intlu•hng I'1 Iva alien of wont ttt he perlrtnnerl, ill Item In. ht per bnnn d on btnndo•d 1.y 11111, ' • 110[1•tint i, lcrlillyd'- • 0111111. dale lads ate opened. t' (trail It t n 1/III. lnppl1et,v.hn it tool a uanulat tut er.il liaule.l In - 601: tit thu amount rant In tit lupphrt. - Nola: llisadvanlaged Ibnlnrans oonl iamay. Ihcit cr, IIIIcnliurl annually by tahnlitling Ian tint:Minn quirt ihninalt es in advance nl ;Ilion 01 VII- I C/11 tan llllr:allall. Iluisn mu ott .1 ta(Itertl litl r;mnbt lu• r.nrtsirl•'tctl M r eel lilies'. Total Claimed DOE • Patti( lint inn 11 • - 519111.11110 nl ihddel. de. IJo. - IVIII :?age 2 of 31 .1 . 1 1 1 1 1 1 1 1 1 1 1 .1 1 1 1 1 N: B E INFORMXTION G003 FAITS EFFORTS Low and second low bidders shall submit the following information to demonstrate that a good faith effort to meet the DBE goalhasbeen made if their CALTRANS BIDDER -DBE INFORMATION form indicates that the. DBE, goal will not be met. Even if the bidder's CALTRANS BIDDER -DBE INFORMATION form indicates the DBE goal will be met, biddersshould submit the following information to:; protect their eligibility for award of the contract. This'.ia important because the submittal of only the CALTRANS BIDDER -DBE -INFORMATION fors will not normally provide sufficient information to demonstrate that a good faith effort was made. A bidder may not meet the DBE goal afterthe submittal is analysed by Caitrans for various reasons, e.g., if the subcontractor submitted by the bidder was not certified on the date bide were opened, or if the bidder made a mathematical error. The following items are listed in the Section entitled -'03E Information'.•• of the special provisions: 1. The names and dates of advertisement of each newspaper, trade paper, and minority -focus paper in which a request for DBE participation for this project was placed by the bidder: Papers Dates of Advertisement 2. The names and dates of notices of all certified OBEs solicited by direct rail for this project and the dates and methods used for following cp 4^•"al solicitations to determine with certainty whether the DBEs were. interested: Names of DBEs', Dates of Solicited • Soi_c:ta a ons Follow OD Methods and Dates • 3. Items of work for which the bidder requested subbids or materials to.be supplied by DBEs, the information furnished interested DBEs in the way of plans, specifications and requirements for the work, and any breakdown of: items of work into economically feasible units to facilitate DBE participation. Where there are 39ta available for doing portions of the work normally performed by the bidder with his own forces, the bidder'vill'.be expected to make portions of such wc:k avail -able for DBEs to bid•an:' Items of Work: Information Furnished: Breakdown of Items: 1 1 m c 1 1 1 1 1 1 1 1 1 1 1 CONTRACT NO. (Page 3 of 3) DBE Information 4. The names of DBEs Who submitted bids for any of the work indicated above which were not accepted, a summary of the bidder's discussions and/or negotiations with them, the name of thesubcontractoror supplier that was selected for that portion of the work, and the reasons for the bidder's choice. If the reason for rejecting a DBE bid was price, givethe price bid by the rejected DBE -and the price bid by the selected subcontractor or supplier. Since the utilisation of available DBEs is expected, only significant price differences will be considered as cacse !orrejectingsuch DBE bides Names of Rejected DBEs: Summary of discussions and/or negotiations: Names of subcontractors or suppliers that were selected over_the rejected DBEs listed above and the reasons for that choice: • 5. Assistance that the bidder haseertendedatto rejected DBEs identified above to remedy the deficiency in 6. Any additional data to support a demonstration of good faith effort, such as contacts with DBE assistance agencies: NOTE: CSE ADD/TIONAL SHEETS OP PAPER IP NECESSARY. APPROPRIATE DOCUMENTATION SUCH AS-COPIES`OF NEWSPAPER ADS, LETrERS'SOLICITATING BIOS. TELEPHONE LOGS SHOULD ACCOMPANY THIS FOMH, I0 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 (This guaranty shall be executed by the successful bidder in accordance with instructions in the special provisions. The bidder may execute the guaranty on this page at the time of submitting his bid.) GUARANTY TO THE CITY OF SAN MATEO The contractor shall guarantee the construction and installation of the following work included in this project: Item 5 & 6 — New traffic signals Item 7 — Interconnect System Should any of the materials or equipment prove defective or should the work as a whole prove defective, dueto faulty workmanship, material furnished or methods of installation, or should the work or any part thereof fail to operate properly. as originally intended and in accordance with the plans and specifications, due to any of the above causes, all within 6 months after date on which this contract is accepted by the City, the undersigned agrees to reimburse the City, upon demand, for its expenses incurred in restoring said work to the condition contemplated in said project, including the cost of any such equipment or materials replaced and the cost of'removing 'and replacing any other work necessary to make such replacement or repairs, or, upon demand by the City, the contractor agrees to replace any such material and to repair said work completely without cost to the City so that said work will function successfully as originally contemplated. The City shall have the unqualified option to make any needed replacement or repairs itself or to have such replacements or repairs doneby the contractor. In the event the City elects to have said work performed by the contractor, the contractor agrees that the repairs shall be made and such materials as are necessary shall be furnished and installed within a reasonable time after the receipt of demand from the State. If the i undersigned shall fail or refuse to comply with their obligations under this guaranty, the City shall be entitled to all costs and expenses including attorneys' fees, reasonably incurred, by reason of the said failure or refusal. Date Contractor 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 L000yeg Cc. ob6%?0 Certification for Federal Aid Contracts, The prospective participant cerifles, by signing and submitting this bid or proposal, 'orb: best, of his or her Ialowledge and belief, that: (1) No Federal approprated fun± have been paid or will b: paid. by or on behalf of the undersigned, to any person for influencing or anernpting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employe: of a Member of Congress in connection with the awarding of any Federal concoct, the making of any Federal __nt, thernaltine of any Fed ,l loan, the entering into of any cooperative agreement, and the extension, cor.timaztiort..renewal, atnendm ^.:, or modification of any Federal contra:le ^'tL loan, or cooperative a_ree:nem: (1) If any funds other than Federal appropriated. funds have been paid or,will .0e, paid to, any:person for influencing or attempting .to. influence an officer or employee of any„Federal ag:ncy,'.a %Icrnber of Congress, an officer or employee of Congress, or an employee of a AMember;of Con_rtes in'connecion with. this Federal conca:1•;Tami le; n, or cooperative agreement, the undersigned shall complete 'and su:mit Standard Forn-LLL, "Disclosure of Lobbying .4civiu:s, in a::ordance Wit/.) is insr^.1 .sons. This :_t3cation is a material 7er-: s:m=•ion of f_:: upon ....rich ream: ws.pla:_d when this nn:actior. was .. r :_.:d into. Submission of :his cera i:ai .on s 2 prerequisite for making or :nmrinc into this r�^sa::ion impdaed y Sec ion 1252, Tide 31, 'U.S. Cod:' :fey ^ rscn who :ails ta f is _.t r::uired aa:ion'sa_!I be subject -c a civil penalty of no: less than 510,003 sr.d no: more than S100 000 for __h such r_._ The prspwdve pattapant also agrees by submitting his o: her bid or pro;icsa! that he or she shall require that the language of this nerd:nation be in:iuded in al! lower tier subcontracts, whi:h,...__..,: SiC3. i.1D and that all such subr^.cipiens shall ccrdry and- disclose a::a ,gly. (1 ) 1 1 r 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 DISCLOSURE OF LOBBYING ACTIVITIES Complete this form to disclose lobbying activities pursuant to 31 U.S.C. 1352 1. Type of Federal Action: 2. Status of Federal Action: 3. Report Type: ❑ a gonna b. a. bidronedappliatlon °•'^10y walenal clangs gcav a noporaure agreemenl d. banCpw b. initial award t post -award -. - . For Material Change Only: year owner_ e. ice anlee yell 01 Inc report insutance I. man insurance 4. Name • and Adress of Prime Reporting in Entity: Subawardee Tier_, if known 5. 11 Reporting Entity in No. 4 is Subawardee. Enter Name and Address of Prime: Congressional District, 1! known: • Congressional District, if known: 6. Federal Department/Agency: 7. Federal Program Name/Description: CFDA Number, if applicable 8. Federal Action Number, d known: 9. ' Award Amount, it known: 10. a. Name and Address of Lobbying Entity (i` individual. last name, firs: name, Ml): (arac rentinuauon b. Individuals Performing Services (including address it different from Na.: Ca) (last name, first name. /41): • Shawls) if necessary, i. . 11. Amount of Payment (check all :hat apply): 5 0 actual IS planned 13. .— Type of Payment (check all that a_pfy)''' '' a. retainer b. one-time lee 12. Form • of Payment (check all :hat apply): a. casn b. in -kind: specify: nature — — _ t. cdmmission d. contingent lee e. deiened 0 I. other. specify: value a_ - EIS iptionof Services of Service, including officer(s), oor to be p Indica and ted In Itempetals) 14. Brief er member(s) contacted, Performed ( DEISM er (attach Continuation Sheens) if necessary)' 15. Continuation Sheet(s) attached: ■ Yes ❑ No • nY. 31 use Signature: 16. hltmbilanrgn•ad erough al. form Is .wwnad fry Seed en 132 This aWald..Ilobbying orb wen i. • iawnd w.m Or to ow elms wire. Prim Name: np...nadon el fin ltpen wadi nrl.na padd Ti. Ono action wee mode to eared bait This d4sdm,m ra tw.•d lox n.S.C. tut 1111• Inlenadon win be nperwd to w Cent•••e Title: pr.,..rli oa.tw.ww fly and %nil b. ••.ii.p4 let WOW IFISPIPSOIN. enn p an PM Sill la al. Pm .w111n.d Wetle.on slue bo sobe.d n • onl parry el Pei ltY elan $10.1:01 lad Won not moo. 11C4.030 1are.ch loon bare. • Telephone No.: Date: ^•crttuopn I r_.r...-.i It,. fled., _ mono. -4.0 rot Loco. I S:ancac -elm• LLL 1 (2) Sancta: ewer. LL. -e•- •e`^ 1 1 1 1 1 1 1 1 1 1 1 1 1 F 1 1 1 1 LMS,;':. UCTIONS FOR COMPLETION OF " LLL,. •- DISCLOSURE OF LOBBYING. ACTIVII...S This disclosure form shall be completed by the reporting entity. whether subawardee or prime Federal recipient, at the initiation or receipt of covered Federal action or a material change to previous filing pursuant to title 31 . ;• U.S.C. section 1352. The riling of a form is required for such payment or agreement to make payment to lobbying entity for influencing or attempting to influence an officer or employee of any agency. a Member of Congress an officer or employee of Congress or as employee of a Member of Congress in connection with a ccoovCom ered Federal lete all. action. Auach a continuation sheet for additional information if the space on the form, is inadequate. p that apply for both the initial filing and material change report. Refer to the implementing guidance published by the Office of Management and Budget for additional information. 1. Identify the type of covered Federal action for which lobbying activity is. and/or has been secured to influence, the outcome of a covered Federal action 2. Identify the status of the covered Federal action. 3. Identify the appropriate classification of this report If this is a followup report caused by a material change to the information previously tenoned, enter the year and quarter in which the change occurred. Enter the date of the last, previously submiued report by this reporting entity for this ,covered Federal action. ! ' ' 4. Enter the full name, address, city. state and zip code of the reporting entity. Include Congressional District if known. Check the appropriate classification of the reporting entity that designates if it is or expects to be a prime or subaward gecipient. Identify the tier of the subawardee, e.g.,the first subawardee of the prime is the fast tier. Subawards include but am not limited to subcontracts, subgnnts and contract awards under grants. 5. lithe organization filing the report in bum 4 checks'Subawardee then enter the full name, address, city, state and zip code of the prime Federal recipient- Include Congressional District, if known. 6. Enter the name of the Federal agency making the award or loan commitment- Include at least one organization level below agency name, if known. For example, Department of Transportation, United States Coast Guard. - -• If known, enter the 7. Enter the Federal program name or description for the covered Federal action (item c ). menu. loans the full Catalog of Federal DomenicAssistance (CFDA) number for grants, coopers gre, loan commitments. 8. Enter the most appropriate Federal identifying number available for the Federal action identification t twntem 1 (e.g„ Request for Proposal (REP) number, invitation for Bid (WB) number, grant the contract grant. w loan award number. the application/proposal control number assigned by the Federal agency). Include prefixes, e.gr,'RFP; DE -90-001. 9. For a covered Federal action where there has been an award or loan commitment by the Federal agency, enter the Federal amount of the award/loan commitments for the prime entiry identified in item 4 or 5. 10. (a) Enter the full name, address. city. state and zip code of the lobbying entity engaged by the:reponing entity identified in item 4 to influenced the covered F��servact c i on. nand include full address it different from 10 (b) Enter the full names of the individual(s) P (a). Enter Last Name. First Nime and Middle Initial (MI). rein entity item 4) to 11. Enter the amount of compensation paid or reasonably expected to be paid by the reporting ty ( the nne ).rag Check (b th. Indapply. if whether sis matperialnchange reppoortt, n entder'the cumulative amount of ctual) or will be made (planned). Check all boxes that aPP Y• payment made or planned to be made. 12. Check the appropriate box(es). Check all boxes that apply. 1f payment is made through an in -kind conuibudon, specify the nature and value of the in -kind payment. 13. Check the appropriate box(es). Chwk all boxes that apply. If other, spwify nature. ed of will,be expected teal 14. Provide a specific and detailed description of the services that the lobbyist has perform ume to perform and the date(s) of any services rendered. Include all preparatory and related activity not just ed the spent in actual contact with Federal officials. Identify the Federal officer(s) or employee(s) officer(s) employee(s) or Membcr(s) of Congress that were contacted. 15. Check whether or not a continuation shcet(s) is attached.his/her name title and telephone number. 16. The certifying official shall sign and date the font, print Public reporting burden for this collection of information is estimated to maintaining330 ut s �� response. including time for reviewing instruction, searching existing data sources, gathering ant. completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to the Office of Management and Budeet. Paperwork Reduction Proiect (0348.00161. Washincton. D.C.'20503. sita.14.flatrucant Rn. n60'o0 (3) 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 GENERAL WAGE DECISION NC CC9i-O Superseces General wage Decision. No CA90-3 State CALIFORNIA County)les1. Statew'ae Construction Type water welt Construction Description: water eel' Dr11'1ng Mcalflcation 4etorc. No Puo''catlon Date Page' Nc 71 MW -43 NOPT 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 DRILLER Alameda Alpine Amaoor Butte Calaveras Co1usa Contra COSta Del Norte El Ooraoc 7 resno Glenn Mumooldt Imperia I nyo Kern Kings Lake Lassen Los Ange`e5 Madera Merin Mariposa MenOOClno Mercto MOOOC Mono Monterey Napa Nevaoa Orange Placer Plumes R iversioe Sacramento San Benito San Bernardino San Diego San Francisco San Joaouin San Lula Oolsoo San Mateo Santa Baroara Santa Clara Santa Cruz Shasta Sierra S 1sk 1ydu 5olano Sonoma Stanislaw! Sutter tenama CA91-3 72 MW -44 NORTH Basic MOurly Rates Fringe Benefits 10 00 26 9.60 9 GO 7.00 7 50 07 2 03 9.50 8.00 ' 31 9 60 13 37 1 45 • • 7.00 8.00 31 8 70 36 7 25 1 13 7 .5 06 7.03. ' 11 07 2 03 5.52 43 2.65 • 7 50 11 07 2.03 7 50 72 •1 07' 2 0:- 7 0^. '0 53 10.00 12 50 8.03 6' 7 CC 11 00 1 48 9.60 10.00 7.00 36 ,10.00 8 39 :.65 10.20 .37 8. 18 10.00 7.00 13 6.85 1.02 10.00 81 7.98 8.39 2.65 8.39 . :-.65 6.95 7.00 . 13 8.00. _3' 9.15 10.07 1.70 7.00 .13 7.00 10.00 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 C491-3 Trinity 6.95 Tulare 7.:29 ' .,'t .13 Tuolumne • 7..50 .73 Ventura 11.00 1.48 Yolo 10 36 1 65 Yupa 7.00' .13 DRILLER'S HELPER Alameda 7.05 Butte - 5.00' Calaveras Colusa Contra Costa Del Norte Fresno Glenn Munoolat Imperial I nyo Kern tare Laaaen LOS Angeles Maaera Marin Mariposa ' MenoOC1no Marcap MOOOC Mon; Monterey-' Napa NevaOa Orange Plumaa R1vere105 Sacramento San Benito Sen Bernaralno San Diego 7:50. San Francisco 6:00 ' 29 San Joaoutn 6.00c•i San Luis Obispo 5.43,- '.66 San Matso - - 6.75': 1 '.55 Santa Barbara 6:30 Santa Clara 6.65..1 2:54 Santa Cruz 6.65 2.54 Shasta 4.50 Sierra - 5.00 -10 SisKtyou 7:25 '• Solana 7.65 Sonoma 7.00 1:79 Stantslaus 7.00- . 11 Sutter 5.00 Tanana 6.00 . Trinity A.50 Tulare - 5.00 Tuolumne 5.00 73 MW -45 NORTH 7.00' 2.03 7.50 7 25' 6 13 '.50 5.00, 7.25' 6:38 23 5.00' 5.a3: ..'�0A 7 00 :.03 A 50 '43 6 25 6.00 7.00 2.03 5 00 7:00 2.04 6:00': '. . 7 1 7 ". 25: 6:00: 8.00. B::50!. - .81 5`:00' . 10 8'.60'' 1.29 8.00'` 6.00 -.32 6.60''" 6.65`..p•:.2 .54 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CA91-3 Ventura 8.60 1 23 Vole 6 00 .39 Tuba • 5 00 .10 PUMP INSTALLER 7.50 Alamsca Alpine 8.00 Amaoor 8.00 Colusa 10.57 - 2.03 Contra Costa 7.50 El poraoo 8.00 Fresno 6.38 1 OA Imperial 8.50 kern 5.50 - 43 lake 10 57 .. 2.03 Los Angeles 9.76 . ,.57 Mailers 7.50 .72 Mario 10.57 2.03 Mar10O3D 7.50 72 MQ n00C 1n0 10.57 . 2_Q3 Monterey 12.50 Napa 13.00 81 Placer - 8.00 P1um45 10.36. 1 65 Riversice 6.50 .34 Sacramento 9.43 .83 San Benito 8.39 ' - .2.65 San Bernardino 10.30:, . .7.7 San Diego 7 85., San Joaauln ii.39' 3.82 San Luis Obispo 6.58. San Mateo i0.36 . . . 1 ..65 'Santa Baroara 7.57 Santa Cara 9.39. 2.65 Santa Cruz.' 8.29. -2.65 Shasta 9.63 i.36 Sonoma 10.57. 2,03 Tanana 10.36 . 1.65 Trinity 9.63 1.36 Tuolumne 7.50, Ventura 11,00 1.48 Un115tea classliiicat10n5'he00eo for work not inclu000 within the 6COOe 01 the CI3551l%CatIons llsteo may D• 60000 after arar0 only as provibeo in the 1apOr 5tanoaros contract clauses (29 CFR. 5.5 (a) (i) ( iii). 74 MW -46 NORTH 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 FEDERAL MINIMUM WAGES April 1991 Attention is directed to Section 14, "Federal Requirements for Federal -Aid Construction Projects", in the Notice to Contractors and Special Provisions for this project: and Decision No. CA91-4, of the Secretary of Labor, included herein. General Wage Determinations Issued Under The Davis -Bacon And Related Acts GENERAL NAGE ]ELISION N0 CA91-a Suoarsecas General rage Decision NO. CA9D-A. State CALIFORNIA County)its r ALAMEDA. ALPINE.. ♦MADOR. BUTTE. CALAVERAS. COLUSA, CONTRA COSTA. DEL NORTE. EL OORA00. FRESNO. GLENN. NUMBOLOT, KINGS. LAKE. LASSEN, MADERA, MARtN. MARIPOSA, MENDOCINO. MERCED. MODOC, MONTEREY, NAPA. NEVADA. PLACER. PLUMAS. SACRAMENTO. SAN BEN/TO. SAN FRANC:SCO. SAN ,joADUIN. SAN MATED. SANTA CLARA, SANTA rauz. SHASTA, SIERRA. SISK:YOU, SOLANO, SCNOMA. STANIS:AUS. SLITTER, TEMAMA,-TRINITY. TULARE. TUOLUMNE. YDLO, AND YUBs Construction TyR.' BUILDING. NE AVY. NIGNNAY. RESIDENTIAL 6 DREDGING C nst^uct,on Deter osier,. Swiping Conitructi;n Ictes not Inelu0e Aneaor, 9a: Norte. numoolet. Lax*. monpcoin° ono Tulare CCenTietl; waavi, conit%uctlon 100es not Inc u0s tv/Grout so•. or Mater Nell DrIllingl' signvay conetructlon; ano Ru ,oentiel construction ( lncluOea single ♦en, I novas !MC apartment• UP to Inc Inc I uo1ng'sour liter io 1 (000 not lncluee Alpine. Ana00e. Butte. Deluge, Gel Norta. Fresno. Glenn, nuncios. Kings. Lake. Mencoclno. Mopoc. Plums.., • Snasta. 5larra. SISKIyou, 5tan lslOwl rename.' Trinity ono Tulare COuntl ell. Tnls gee111On 0085 not inc`uce n Ig oppar ere0ge or• Or the installation o/ spier energySyluns. MOOlt'Catlon RSCoro: PIIOIICatlon Date Page No.lel mar. 29. 1991 1',10.05-9a 99-1129 75 MW -01 NORTH 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 "BOILERMAKERS BRICKLAYERS: ♦rea 1 Area 2 Area 3 Area 4 Area 5 Area 6 Area 7 Area 8 BRICK TENDERS-. Area 1 - Area 2 Area 3 Area 4 Area 5 Area 6 area 7 Area 8 CARPENTERS:' Area 1: STONEMASONS: CAS1-4 Carpenters;?Piledrivers - Or 09m builder Harowooa Floorlayar3: Shinglers:' Power Saw Operators: Steel Scaffold Erector and Steel Snoring Erector; Saw Fliers Mlllwrignts Piledriver Area 2: Now ex.CIuOes Monterey -Santa Cruz Counties: Carpenters; Piledrivers - brioge Dull,oer Hardwood Floorlayars: Sninglers; Power Saw Operators: Steel Scaffold Erector and Steel '. -- Shoring Erector; Saw Filers Millwrights Piledriver Area 3: Monterey and Santa Cruz Cos. Carpenters: Piledrivers -'brioge bulkier Hardwood•Floorlayers:-5hingier,: Power Saw Operators: Steel Scaffold Erector and Steel Snoring Erector; Saw Fliers M111wrlgnts PlleorIver Area 4 ( Res iOentlal 1: Carpenters Hardw00d Floorlayars: Power Saw Operator: Saw Filers: Sninglers; Steel Scaffold Erector and Steel Shoring Mlllwrlgnts - Area 5:(Resloentlal I: 76 MW -02 NORTH BASIC 'FRINGE HOURLY-- BENEFITS RATES;. 25. 13' - 5.32 23.97 948 24.21 ' 8" 16 19.86.. 5.74 21 15 -5.60 21.22 6.90 23 44 ' .' 91 05 21 76'.5.55 22.09,`" 5.21 . .1;1.29 .,, A:21,` 20-.28 ' 6:60;4'.' i9 54 ' 4.3*' 19. 29'." 4 21. 20.54 4.21' 19.69 8.01 18 50: A:.75 • 19.50;.; ' A,75 :. 23.53 6.605 23 68 23.72 21 36 6 605- T. 855 9.935 20 05 , . ! 6.605 20.20 20.89 21.38 6.605: 7.855 9.935 20.90 "6.605. 21.05 6.605 21 74 7.855 21 38 -9,935 19.93 7.665. 20.08 - 5.665 22.56 7 105" 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CA91-4 Carpenters 21 96 5.665 Harcwood Floorlayers: Power Saw Operator: Saw Filers; Shingler5: Steel Scaffolo Erector and Steel 22 ii 5 665 Snoring *CEMENT MASONS: 19 63 7.36 Cement Masons Swing or slip form scaffolds: MastiC. Magnellte. gypsum, epoxy. polyester, rosin Ana all Composition 19.88 .7.,36 DIVERS: • Olvers 33.13 5.615 Diver Tenoar 21.88 8,815 •DRYWALL FINISHER/TAPER. 24 33 5 79 • Area 1 Area 2-A - 25.88 .4.74 . Area 2-8 • 2a 18 5.54 DRYWALL INSTALLER/LATHER Area 1: Drywall installer/Lacher 23.06 7.055 06 7.055 Drywall Stocker-ScraPPer Area 2: Drywall Installer/Lather 20.04 7.055.7.255 Drywall Stocker -Scrapper Area 3: • Drywall Installer/Lather 20.43 4.205 Drywall Stocker -Scrapper 'ELECTRIC/ANS: • Communications 8 Systems Technician (including any data system whose only function is to transmit or receive lnformati0n:.E*OINO'ng a' ' diner oata systems or multiple systems wnien inc'uae control' funCiion Or power supply): (Inclusion or exclusion of terminations aria testlnss of conouctOrs oeterminea Dy tneir functionl; Excluding fire alarm work wnen instance in raceways (incluoing wire aria caole pullingl aria when perforne0 On new or major remodel, Dullaing Ilse projects or loos); Excluoing installation of raceway systems, • voltage work, inou.trial work. life -safety systems'(all Dulloings.. naving floors located more than 75' aoove the lowest floor level having Dulloing access): Eacluoing energy, management systems: Alameda. Colusa. Contra Costa, El Doraa0. Lake, Marin,:Men0OCtn0. Monterey. Naoa. Nevada. Placer. Sacramento. San Benito. San Francisco. San Mateo. Santa Clara. Santa Cru2. Sierra:' Saleno. Sonoma. Sutter. Vol° an0 YUD& Counties: Communicaolans and Systems. Installer 15.63 2.56 •3% Communications and Systems Tecnniclans„ 17.99 2.56'•7% Alpine, amador, Butte. Calaveras. Del Norte Fresno. Glenn,' HumDol at, Kings. Madera. Mariposa, Morava. MOGOC, Placer. Plulses. San Joaquin. Shasta. SisklyOu. Stanlslaus, Tenants, Trinity, Tulare Ana ' Tuolumne Counties: Communications ano Systems Installer ' 13.79 2.56.43% Communications and Systems tecnnlclan • 14.85 2.56. Electricians: 25.27 3%•'9.436 - Area 1 Area 2 15.15 1.50 Sound 8 Signal Tecnnlclan 77 (Mar. 29, 1991) MW -03 NORTH 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CA91-4 Work on single family memos and apartments up to and Including ' 12.24 3'/.• 3;51 3 stories - All other work: Electricallsuodontraets over 15.000.000: Electricians Cable Splicers .26.38 Tunnel work 24.23 Electrical subcontracts under 15.000.000' "' Electricians 19.60 Cable Spl.icera.. «.21.56 Tunnel work 19.85 Area 3 - - Electricians _ 18.59 Cable $DIICerp ' 20.45 Tunnel workers ^19.52 Residential electricians 12.27 Area 4: work on single family homes and apartments up to'and Including 3 stories :._16.50 411 Other work: Electricians .`21.09 ;:...23:62 Area 5: Cable Splicers 3%•''5.76 3%4,5.19'. 3%4'5:76 3%,4, 4.5i :., : 3%•''4.51 4.77 4, 27.. Ji 4.77, •3%H 2.61 • 7 6,34 ' 3% `." Electricians.. 8.50.7%: cable 5p11cers .,24.66 8.50 43%: f, Area 6: Electricians 1, -18.29 5 704'3% Cable SPticers 19.75 5.70+; 3„ R e5Identlal Electrlclans - '12.50 i4%, y.25 Area 7: Work on sing',e'family homes and apart-: �! ments up to.and Including 3 stories 10.00 A11 other construction: Electricians :19.75 Cable Splicers ,. 21.73 Area 8: Work on single family homes and apart - manta up to and Including 3 stories 13.30 A11 other work:. Electrlclans 22.70 Cable $pikers _ . ,7,24.97 Area 9: work on single family homes and apart. ments up to and Including 3 stories -.. 14.00. ' 6.,72 + 3%; 411 other work: Zone 1: 20.97 Electricians 22.96 Cable Splicers Zone 2: Electricians Cable Splicers Zone 3: Electricians Cable Splicers Area 10: Work on single family homes and 78' IIW-J+ NORTH 6.36•. 3% 6.364:,3, 3.24 '• 3% 7.34 -4 3;% 7.34 + 3% 5.87 + 3% 5.87 ,4 3% .. . 22.72 5.87 +'3%' 24.88 5.87 '4 3%:* 23.97 5:87 '• 3%;' '26.26 5.87 • '3%:! 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 c4s1-4 apartments up to ano lncluoing 3 stories 471 other work' Zone 1: Electricians Cagle 5p11Cers Zone 2: Electrician Cable Splicers Zone 3' Electricians Caole Splicers Area 1 1 : work on single family homes ano apartments uo to aria lncluaing 4 stories work on electrical contracts unoer $250.000 exCCOt for Change Oraer5. E'ec t r lc lams Caole Splicers otner electrical construction: Electricians Cable Splicers area 12: E'ectriclan Cate Splicers Area 13. Res lcent !a' wpoa frame remooel ano repair In all w000 constructeo Dul'oings ano not to exceep 24 ivir.g units: ano mew wpoa frame single structure one or two faml'y mouses.. or on al -000 oonstructea oul!oing5 not to exceeo 20 living unit5 vnaer One roof excluoing projects or tracts containing more tnan 2 mouses. or more than 1 pul'oing 41 1 other work: Electricians Cagle So/!cer5 Area 14 Area 15 Electricians Caole Splicers Tunnel work ELEVATOR CONSTRUCTORS: Mechanics Helpers Probationary me1pers GL42IERS Area 1 .Area 2 Area 3 (Resioentlall Area 4 (Reslaentlall Area 5 Area 6: 'warty on places useo for permanent or primary resloence 79 ni-o 5 NCR TH 10 17 '5.54 4 4% 20.33 3%4 8.28 22.87 3%• 8 28 21.96 3%•.8.28 24.50 3%! 8.28 23.58 3%• 8.28 26.12 3X• 8-.28. 12.00 2.00 • 3;: 18.87 5.50•.3;: 21.23 5.50. 3% 24.87 5.504 3% 27 98 5.50. 3% 27 65 8.61 • 3% 31 . 1 1 8 61 • 37: 16.96 .5.315 43% 28.26 31.79 26.80 24.17 26.59 25.38 10.605 • 3% 10.605 • 37: 8.17. 3% 4.77• 3% 4.774 .3% 4.774..37: 33.03 5.67 • a 23.12 •5.67-• a 16.515 22.82 6.84 17,83 8.68' ! 10.00 9.82 1.70 20.70 4,74 t6.27 4.90 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 All Other work Area 7 INSULATORS/ASBESTOS WORKERS: (See SCope of Work) IRONWORKERS: Fence Erectors Ornamental, Reinforcing, CA91-4 & Structural LABORERS: ASBESTOS REMOVAL: (See Scope of work) AsoestO3 removal worker LABORERS: TUNNEL B;SHAFT LABORERS: Group 1 Group 2 Group 3 Group 4 Group 5 LABORERS. Construction Spec,ellet Group Group 1' Group 1-11 Group 1-o: See note oeIow Group 1-c Group 1-0: see note below Group 1-e Group 1-4 Group 1-g (Contra Cesta County Only) Group 1-h: see note Delos Group 2 Group 3 Group 4 GUNITE LABORERS: Group 1 Group 2 Group 3 Group 4 WRECKING WORK: Group 1 Group 2 Group 3 GARDENERS, HORTICULTURAL AND LANDSCAPE LABORERS: New Construction 80 (Mer.,29. 1991) MW -06 NORTH 22.59 23.17 28.50 19.16 30.05 BASIC,: HOURLY RATES 10.00 7.07r . 6.38 FRINGE BENEFITS 21.93 :-6.24 21.45 '' 6.24 21.18 ,6.24_. 21.00 '.6.241 20.46 . s. 6.24.: BASIC BASIC HOURLY' .HOURLY - RATES ,:RATES AREA 1 , AREA.12 19.21 18.61 18.83 18.66 ",17:66,, 19.16 18.16 19.19 ':18.19" 18.81 18.81 ' 18.46 17.46 '' ' 18.36 "17.36' 12.05 '11.05'', 19.57 19.07 18.48 18.36 18.61 18.46 18.36 :18.57 18'.07' 17.36, _. H7i61.,. 17.46; • 18.36 17.36 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 C. 91 -4 Estac'isnment warranty Perioc 12 05 11 05 Note See Group Group 1-a ano Group 1-n unaer grouc cesCr+ptions Fringe Benefits 56.24 Ifor above c1asS+ficat+onsi - BAS:C HOURLY RATES LATHERS. Area 1. A other construction Lathers 20.01 7 36 Stocker/5craooers 10 51 3 81 work on single family homes ano acart- ments up to ano nclluoing 3 stories Latners 16 785 7 36 ' Stocker/5craooers 8 81 3 81 LINE CONSTRUCTION. Area 1 Ground • 18 CC Line Equipment Operator 20.29 -'ne worker 22.66 Cate Sty +cers 24.66 Area 2. :Are 1 Grout 1 22 75 c 5 3 Grout 2 18 65 3:25 3. Grout 3 15 35 3.25 3.5 Grout 4 16 06 2.55 Grout 5 Gr:UC 6 14 37 5-5 . 14 07 2 55 Group 7 . 13.23 2.55 Zone Dlfferental: act to Zone 1 rate: Zone 2 - 52.40 Zone 3 - 53.+5 Zone' 4 - 53.90 Zone 5 - 55.15 Area 3: Line worker . _1C 75 Grounp: Truck Driver 14,81 -ine Clearance worker 11.85 Area 4: Grounc: Grounp-truck orlver Line Equipment operators L'ne worker cable 5olloers area 5: Grounp 14 -46 L,ne worker 2:.75 Cao"e Splicers - 22.75 Area 6: Line worker: Cacic Sol.,cer FRINGE BENEFITS 81 nor- C7 NOR 3%• 8'50 3::- 8 50 it- 8 .50 3%- 8 50 6.36- 3% ' 6 36- 3`„ 6.36- 3% 15.82 6..19 • 3. 1 18.98 6', 19' • 3 "1% .09 6' 19 - 3.1% 23..73 6 19 + 3'1% 4.79, 5.25 5.25 2A A7 5.05 • 3:; 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CA91-4 Grouno Area 7: Grouno Line Worker: Equipment Operators Capie Splicers Area 8 Line Technicians Area 9: Ground Equipment Operators Line Worker Cable Splicers Area 10: Cable Splicer Grouno Equipment Operator Line Worker Area 1 1 : Grouno Line Worker Heavy Equipment Operator Cagle Splicer Area 12: Grounc Line Worker: Technicians: Grounq/or ever Cagle Splicers Area 13: Grounq Line Worker Cagle Splicers Area 14: . Grounq Heavy Equipment Operators Line Worker ' Capie Splicers Area 15: Zone 1: Line Tecnniclan aria Equipment Operator Capie Splicer Grouno - Truck Driver Zone 2:' Line Technician and Equipment Operator Cagle Splicer Grouno • Truck Driver Zone 3: Line Technician and Equipment' operator • Cagle Splicer• Grouno - Truck Driver Area 16: Line-tecnniclan Cagle splicer Grounq • MARELE SETTERS 8 TERRAZZO WORKERS: 82 v -0E NOf! TH 18 15 18 :23 35 5 05 - 3% 16 59 45 3X• 4 77 3;;. 4 77 3',:. 4 77 '25.27 9:436 • 3: .18.10 3%.+ .6 31 20.37 3%-. -.6 31 -22.63 3%. -6 '3i .24.89 1%t,6_11 22.25 4;79'•.'3',: 14.46 4}79--'.3% f . ; 24 57 6. 17. !)3% 22.25 4:79 t,•3% , 14 63 4%. :41 j707 18.29 4;,. 5.50'. 16.46 .S% 5 i0, 19.75 41%. 5 50_ .24.02 10.465. 4% 28.26 10.465- 4': 31 79 10.465. 4% 24 08 3%.7 47: 27 40 37:• 8.26. 30.06 1%w 8.26. 14 46 4.79 • 3:: 2C.57 4-.74 • 3:: 22.25 4.79 •.];: 22.25. 4.79 •..3% 20.33 4%w 8.08 22,87 4;. 8.08 15.25 4%. 6.81! 21.96 .4::+ 8.08 24.50 4%- 8.08. 16.88 . 4%7 6 . 8.1. 23.58 4•/,+.8 -.08 26. 12 . 4%.,. 8.08 18.50 4h-. 6.81. 24.17 26.59 15.16 3%+.4 77 3 • 4.77 3%.. :4..77 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CA9i-4 Area 1 Area 2 Area 3 MARBLE. TERRA220. AND T:LE SETTERS: Area MARBLE FINISHERS Area 1 PAINTERS: Area 1 Brusn Spray Sandblaster, 5caffolc. Sneetrock. Structural Steel. Swing Stage. Taper Area 2. Painters. Tapers ana Texturer5 Area 3 Brusn - Papernan9er, Taper. Spray. 6 Sanatlast . Nazarcous Coating (application anal removal/ Area 4 L ignt commercial. Housing A' '' other work B rusr Spray. 5anat'aSt, waterola5t Steam c'ean'ng Pacer nanging Area 5 New nau5ing (new CCnstruetion Sing 'e or multiple units constructed for the purpose 01. a living unit: 'im•tea to 3 stories ana mote -' s 1 Al other work BrUsn Spray, Sara, ast, watera:ast Steam cleaning Paper nang'ng Area 6- Brusr 8 Roller Paoernanger, Sanaolaster, 5cray, Taper Brusn-$tee', Brusn Swing Stage up to 40 feet Spray -Steel. Spray Swing Stage ue to 40 feet Area 7. Commercial work over 65 mill ion /HO al l inc4Strial work Commercial work under S5 million Repaint work on new mousing, apartments. condominiums, motels. aria new resiaence5 Area O. Brusn, Pct Tenaer5, Rollers Sanac l as ter, spray. Structure' 83 •`"N - 5 ? CR TH 26 O5 ':10.05 20 76 5.55 21 15 5 60 20 89 6 27 13.92 .3 67 13.39 - 4.60 14 14 4.60 13 79 4.60 17 29 3.86 '6 20 . 5 82 16 70 5.82 17 20 5.82 20.92 4 31 24 83..: 4 37 25 33 . 4.37 25 08 4 37 :5.83 4 3'. 20.92 4 37 24 83 4.37 25.33 4.37 25.08 4.37 25.63 4.37 17.22 2. 18 17.72 2.18 17•.47 2.18 17.97 2.18 23.03 5.70 19.67 5.70 17.42 - 5.70 9.80' 1.35 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CA91-4 Steel. Swing Stage. Tapers 10 30 i 35 Arta 9-A 8rusn 23 14 4 74 Spray 23.64 4.74 Spray (Coatings) 23.89 4 74 Area 9-8 8rusn 18.31 5.54_ Spray 19.31 5.54 Area 10: Brush 8 Roller 13.35 2..94 Papernangers. Sandblasters. Spray. Structural Steel. Swing Stage. ano Taper 13.60 2,94 Area 11 Brusn Paperhangers Spray. Sanoolas:. wateralast, power -clean or steam clean 24.53 ..,6.27 PARKING LOT STRIPING WORK AND/OR HIGHWAY MARKERS: Group 1 Group 2 Group 3 GRCUP 4 Surry stee work. Sealer/mixer Soueegee: 400 i cator operator ano snu t:'e PIPE TRADES: (BulICing construction only) .15ee Scope of work) Alameda County Fresno aria MerceO Counties PLASTERERS. Areas 1 ano 2. Work on single family names ano apartments up to ano inc!u0'ng 4 stories 23.37 ':8.05 • All other work 23.91 ;8:05 Area 3 18.00 10:10 Area 4 18.93 10.52 Area 5 22.03 8.24 Area 6 16.55 :6 .94 Area 7 22.i8 5.11 Area 8 19.45 8.76 PLASTERERS TENDERS: Area 1: Work on single family names, conoominiums. townnouses. cluster homes ano apartments wntcn nave a maximum of four stories or trines, stories over parking ano aes'gneo for owner'or tenant Occupancy: Plasterer Tenaers 19.90, Gun Person 20.65. 8..96 A11 Otner work: Plasterer Tencers 20.55. .8.96 Gun Person 21.30 8.96, ' 84 - jfj NORTH 24.03 25.03 18.03 17 13 15.33 18.03 3.67 3 67 3 67 3.67 15.58: 3.67 13 80 6.27 6.27 3 67 .' •a . s0' :, i 73 . . 10.50 . 2.05 : 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CA91-4 Area 2 Area 3 Area 4 Area 5 Area 6 PLUMBERS: Area 1 Area 2: Commercial succontrac:ors Of 5350.000 or leas and resiaentlal construction Ail otner CGnStruCtlon PLUMBERS/STEAMFITTERS: area 1 work on commercial structures for writer, the total plumping 010 aces not exceed $150.000: ano work on res,oent,a: structures not over 5 °couoie° stones in nelgnt from the graunc floor All otner work Area 2 Area 3: York on single family names anc apartments uo to ano inciuo,ng 2 stories 4,1 otner work Area 4 Area 5; Llgnt commercial work (work involving the allowance 04 485. PVC. or any otner plastic pipe - exc ''u0ing nosolta's ano °trier instltutlona '. were. note's, air Conoltl onirg ano ref figerat 1 on systems: ano work or. single family names aria apartments up to and including 3 stories 1n nelgnt All otner construction Area 6 ' Area 7 . Area 8: Plumbers: 5teamflttera Air Condltion+ng & Refrigeration Landscape & Irrigation work •POWER EOUIPMENT OPERATORS: Clamsnell anc Dipper Dreoging: Hyoraw n° Suction 0recging: Croup 1 Group 2 Group 3 Group 4 Group 5 85 (Mar. 29. 1991) NORTH 18 40 5.46 21 36, 6.20 17.50 4 05 24.00 2.05 21.34 6.06 30.77 6.73 24.66 5.89 28.21 8.89 17 70 24 07 '9.30 30.00 29.84 23.53 5.40 7 90 6 55 9.715 13 67 7 05 21 56 7.34 27 05 7.34 17.89 +1.47. 30.71 8.36. 28.18 6.16 . 28.88 ' 8.16 ' 21.61 7.24. ' BASIC BASIC' HOURLY HOURLY' RATES -RATES ' ARE: 1 AREA 2 18.23 18.78 20.37' 21.47 23.21 10.16 10.16 • 10.16 10.16 10.16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CA91-4 Group 6 28.10 10.16 •POWER EQUIPMENT OPERATORS: Group 1 26.20 Group 24.95 Group 23.75 Group 22.60 Group 21.55 Group 20.45 Group '19.52 Group ` 18.59 •FRINGE BENEFITS: 510.96 28 20 26.95 25.75' 24.60 22.45 21.52 20.59 Reslcentlal Construction 3 stories ano unper to De polo the Area 1 rate. .. •POWER EQUIPMENT OPERATORS: ALL CRANES AND ATTACHMENTS: Group 1-4 Truck Crane Oiler 011er Group 2-4 Truc• Crane Oiler Oiler Group 3-4 Truck Crane Oiler Hyoraulic 011er •PILE DRIVERS: Group 1 Truck Crane Oiler 011er Group 2 Truck Crane Oiler 011er Group 3 Truck Crane Oiler 011er Group 4 Group 5 Group 6 •STEEL ERECTORS: Group 1 Truck Crane Oiler •FRINGE BENEFITS BASIC : BASK: HOURLY HOURLY RATES RATES AREA 1 AREA 2 26.94 21.20 19.33 25.47 '20.99- 19 13 24.07 20.77 ' 20.45 18.91 110.96 86 (Mer. 29. 1991). ;nN _12 NCRTH BASIC HOURLY RATE 27.21 21.46 19.60 25.74 21.26 19.40 24.34 21.04 19.18 22.87 20.72 18.86 28.94 23.20 21.33 27 47 22:99 21 13 26.07 22.77 22.45 20.91 FRINGE• BENEFITS. 10.96 10.96 10.96 10.96 10.96 10.96 10.96. 10.96 10.96 10.96 10.96 10.96 27.75 10.98,- 21.73 10.96 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 C491-4 Oiler Group 2 19'87 Truck Crane 01';er 26.28 Oiler 21.53 Group 3 19.67 Truck Crane 0lier 25.08 Hypraullc 21.31 Oiler 20.99 Group a 19.45 Group 5 23 41 22.34 ,TUNNEL -AND UNDERGROUND WORK: Unoergrouno Work: Group 1 Group 2 Group 3 Group 4 Group 5 Shaft. Stones-. 6 Raises: Group 1 Group 2 Group 3 Group 4 Group 5 *FRINGE BENEFITS 510.96 ROOFERS: Area 1 area 2 Area 3: Roofers (s:ate. tale. 8 composition) 16.30 3.84 Enameler 8 Piton 18.30 3.84 Area 4 17.55 5.30 Area 5 20.23 6.89 Area 6 Area 7: 18.17 8.92 Roofers (slate. the & composition) 14.90 8.64 Enameler 6 Piton 17.65 8.64 SHEET METAL WORKERS: Area 1 Area 2 29.84 9.6a Area 3: - 19.25 7.80. Sheet metal workers 19.69 9.80 The erection, Installation, repairing anal replacing 01.811 resl0ential heating anal air conolt,oning system] aria the. architectural sheet metal work on any single family Cwelling or multiple family housing unit where each lnaivloual family unit 87 (Mar. 29. 19911 BASIC HOURLY RATES 10.96 10.96 10.96 10.96 10.96 10.96 10.96 10.96 10.96 10.96 BASIC HOURLY RATES Area 1 Area 2 ' 22.92 24.92 21.87 23.87. 20.77 22.77 19.84 21.84 18.91 20.91. 23.02 21.97 20.87 19.94 19.01 25.02 23.97 22.87 21.94 BASIC FRINGE HOURLY BENEF:75 RATES 18.80 8.51 17.32 5.49 ?N._ n NORTH 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CA91-4 15 lnotvloually conOltlone0 oy a Se0erate are] If0epen0ant unit (no Faorycatlon 5n00 work); Counties O1 (1 0oraoo. Nevaoa. Placer, Sacramento, Yolo ano Yuca. only) 12.53 :2.19 - Area 4 22.92 8.49 Area 5 19.48 6.72 Area 6 30.18 9.36 Area 7 17.72 9.48' Area 8 29.75 9.96 Area 9 29.88 8.51 . Area 10 24.87 6.47 ♦rea 11 30.87 8.75 Area 12 17.99 10-.65 *SOFT FLOOR LAYERS: Area 1 15.36 490 Area 2 16.74 /1 '58. • 4rea 3 23.15 6.55 Area 4 20.47 ' 8.48' SPRINKLER FITTERS: Area 1 30.995 6.45 Area 2 24.18 4.25 STEAMFITTERS: Area 1 30.07 6.26 *TERRAZZO WORKERS: ♦rea 1 22.97 9.35 *Area 2 23.44 9.05 TERRAllO WORKERS 6 TILE -SETTERS: Area 1 19.70 3.46 TERRAZZO AND TILE FINISHERS: Area 1 11.60 .2.00 TERRAllO FINISHERS: Area 1: B43e M8cntne Operator 17.42 .3.95 Terra220 Fintanare 16.72 3.95 TILE SETTERS: , • Area i 24.73 S.03 Area 2 22.63 '4.70 Area 3 25.83 4.01 TILE FINISHERS: Area 1 19.22 2.91 Area 2 9.60 1.90 Area 3 • 14.25 : 1.65 Area 4 11.80. 3.12 TRUCK DRIVERS: Group 1 18.35 9.14 Group 2 18.43 .9,14 Group 3 18.45 9.14 Group 4 18.4 Group 5 ' 18.476 Group 6 16.48 9.14 • Group 7 18.50 9.14 Group 8 18.52 9.14 Group 9 18.53 9.14 Group 10 18.55 9.14 Group 11 18.56 .9.14 Group 12 18.60 9.14 Group 13 - 19.61 9.14 ., Group 14 18.62 9.14 Group 15 18.65 9.14 68 (Mar. 29, 1991) 4nf( - l + NORTH 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CA9'-4 Group 16 Group 17 Group, l8 Group 19 Group 20 Group 21 Group 22 Group 23 Group 24 Group 25 Group 26 Group 27 Group 28 Group 29 Group 30 Group 31 Group 32 Group 33 Group 34 Group 35 Group 36 Group 37 18.66 18 67 18.69 18.70 18.71 18.76 18.79 18.80 18.89 18.90 18.93 18.95 18.99 19.00 19.02 19.03 19.09 19.24 19.34 19.39 19.54 19.69 WELDERS - Receive rate Drescribea for craft performing 0 wnlcnweicing is InClaental. 14 14 . i4 14 14, 14 .14 14 .14 14 ia. 14 14 14 14 'ration to FOOTNOTES: ELEVATOR CONSTRUCTORS. a. Employer contrioutes 8% of basic nour'y rate for over .5 years service. anp 6% of basic nouriy rate for 6 months to 5 years service as Vacation Pay CreO'T Seven Palo ho'lcayS. New rear's Day. Memorla' Day, Inoepenoence Day, Laoor Day. Thanksgiving Day. Fribay after Thanksgiving Day anc Cnr1s tmaa Day, 'SCOPE OF WORK , •4S8E5T05 REMOVAL LABORERS; Covers site moot )':anon, /nstlal site clean-up, sire preparation, removal of asbestos -containing -materials, encapsulation, enC'oSure. era: 0I *Dose I of asoeSto3-contalhing Materleis by nano or Wltn eoulbment or macninery, scaffolding, fabrication of temporary wOocen barriers anal assemoiy of OecOntaatnation stations. INSULATOR/ASBESTOS WORKER: Inclupes aopl,Catlon of al l Insulating materials, prOtective. coverings. coatings anc fin1snings to all types of mechanical systems. PIPE TRADES , (Sullaing construction only): Alameoa county: - Sewer Service; Water Service: Gas Service assist plumper or- wl0er in installing unoergrouno gas from meter to pudding stub up. ano all trenching, bacxfl;1Ing arm testing); 840kf111 aria testing of outslae utilities; Testing of Sanitary Waste Systems: 'Concrete, cutting; Concrete caring; Fire Sating; Receiving. all material;' 89 (Mar. 29. 1991) re; —1 5 NOETH 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CA91-4 Delivering material from the snop to J0Ds; Distribute material on the project site; Install 3 wall surround of fiberglass tuns and/or snawars Ihaneling of material. and distributionto the 9 I work area to lncluoe the installation of tuD and snorer wall enclosures).: Fixture cleaning and protection; Tool repair. cleaning the project Inc pick-up tools on the project; Job clean-up activity: Kelp t0 lift and position heavy equipment; Wrapping of pipe: Piping Icentifying; Grouting; Kalp t0 dlstritute prefacrtcatec assambllea: Block-outs/Cut Steel Deck and reinforcec steel deck but not to incluoe the installation of cans. sleeves or inserts; Test all piping. *11 repair; to be made by plumber or welder: Backing and Riser Clamps. . Fresno ant Marcel Counttas: Installation of corrugated natal piping for Cratnaga, as wall as. installation of Corrugated metal piping for culverts in connection witn storm sewers ano Cralns: Grouting. Cry packing, ano Wagering of joints, holes or Cnases including paving over joints. In piping; Temporary piping for dirt work for Oullctng sits preparation: ' Operating jaCk nammars. , chipping guns. Concrete saws. ano spaces to Cut holes. Chasse, and Channels for piping systems; Digging. grading, DaCkfilling, ano grouno preparation for ell types Of pipe to all points of The joosite: Ground preparation tncluoing ground leveling. layout end planting of shrubbery. trees Inc ground cover. lnclucing watering, mowing, *aging. pruning and fertilizing. Ina breaking of concrete. Digging, backfilling ant tamping for the preparation ant Completion of all work in connection wltn lawn sprinkler Inc 1anoscaping; Loac+ng, unloading, and distributing materials at jobsite; Putting away materials in storage bins In JCoslts ssCure storage area: Demolition of piping ant fixtures for rsmodeling ano scallions: Setting up and tearing Down work pantries. laodera. ano job snacks; Cleanup Inc sweeping of j oOsite: Pipe wrapping and wear proofing where tar or similar material is applieo for protection of Ouriso piping: Flagpersona- AREA DESCRIPTIONS BRICKLAYERS: STONEMASONS: Area 1: Dal Norte, Kumooldt, Lake, Marin. Menootlno, Napa," San Francisco. San Mateo. Slsktyou. Solano.' Sonoma. and Trinity Cos. - -. - Area 2: Alamaoa and Contra Costa Counties Area 3: Fresno, Kings, Madera, Mariposa, and Merced Counttas' !.. Area 4: Butte, COlusa. El Dorado. Glenn,- , Modoc, Nevada. Placer, Plumas, Sacramento, Shasta. Sierra. Sutter. Tanana. Volo. and Yuba Counties Area 5: MontereyandSanta Cruz Counties area 6: San Benito and Santa Clara Counties area 7: Alpine, Calaveres, San Joaquin, Stanlalaus, and. Tuolumne Counties area s: Tulare County - BRICK TENDERS; Area 1: Alpine, Butte, Cplusa. El Dorado. Glenn, Lassen. M00oc. Monterey, Nevaoa. Placer, -Plumes. Sacramento,- San Bonito. Shasta. Sierra. Slsktyou, Sutter. Tanana. Trinity, Yolo and Yuoa Counties Area 2: San Francisco ano San Mateo Counties ' 90 (Mar. 29, 1991) MW -16 NORTH 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CAS i-4 Area D, Fresno, Kings, Maoera, Napa. Solano ano Sonoma Counties Area 4: Calaveras, Mariposa. Maraca, San Joaquin, Staniilaus ano Tuolumne Counties Area 5: Marin County - Area 6: Alameda ano Contra Costa Counties Area 7: Santa Cru2 County area B: Santa Clara County CARPENTERS: Area 1: Alameoa, Contra Costa, Marin, Napa. San Benito.,San Francisco. San Mateo. Santa Clara. Solano ano Sonoma Counties Area 2: Alpine. Amaoor. Butte. Calaveras. Coiusa. Del Norte. El Dorado, Fresno. Glenn. Mumoolat. K1ngs, Lake. Lassen. Maoera, Mariposa, Mendocino. MerCeo• M000c. Nevada, Placer, Plumas.• Sacramento. San Joaquin. Shasta, Sierra. Sisklyou. Stanlslaus, Sutter. Tenama, Trinity. ,Tulare, Tuolumne,. y010 ano Tuba .Counties Area 3: Monterey IMO Santa Cruz Counties area 4: (Residential) MOO., ano Sonoma Counties Area 5: (Resfdentiall Alameda,• Contra Costa. Marin. San Benito. San Francisco. San Mateo. Santa Clara ano Solano Counties, DRYWALL FINISHERS/TAPER: Area 1. Lake. Marin, Mendocino, San Francisco ano Sonoma Counties Area 2-4: Alameoa. Contra Costa. Napa ano Solano Counties: Area 2-8: El Dorado. Nevaoa, Placer. Sacramento. Sierra end Tolo Counties . DRYWALL INSTALLERS/LATHERS: area 1: Alameoa,: Contra Costa, Marin. Nada...San Benito. . Sane Francisco. San Mateo. Santa Clara.. Solano ano Sonoma Counties Area 2: Remarnoer of Counties Area 3: Montery and Santa Cruz Counties ELECTRICIANS: Area 1: Alameoa County • Area 2: Alpine, Amaoor• Colusa. El Dorado. Nevaoa, Placer,. Sacramento. Sierra. Sutter, Yolo ano Yuma Counties " Area 3: Butte ano Glenn Counties: Lassen County (e:ciucing the • Sierra Army Deootlker 1ong): MOooC. Plumes, Snasta, SlSit lyOu. Tenama ano Trinity Counties Area 4: Calaveras-ano San Joaquin Counties - Area 5: Contra Costa County - Area 6: Del Norte ano HumbolOt COURT l es Area 7: Fresno.. Kings. -Madera and Tulare'Counties Area 8: Lake. Marin, Menoocino ano Sonoma Counties.; Area 9: Mariposa. Merced. Stanrslaus and Tuolumne Counties Definition of Zones: Zone 1: Elgnt (8) road miles from tne City Ha11D of Merced. Modesto ano Turlock: 0-2 air miles from tne intersection of Wasntngton St. ano Stockton Rd,.. Sonora; all of.Merceo and Stanislaw* Counties to that point 200 yds., west of and parallel to Mignway I-5. - Zone'2: 2-4 air miles from tne intersection of, Wasnington St. and Stockton Po., Sonora. Zone 3:: A11 of Merlpoaa. Morose], 5tan1alaus and Tuolumne Counties not to tones 1 or 2. Area 10: Monterey. San Benito and Santa Cruz Counties• Zone 1: Area wltnin a radius of 25 air miles from trim • 91 (Mar. 29, 1991) ;. MW -17 NORTH 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 C491-4 intersection of Dolan Rosa ano Highway •1 to MOSS Lanotng. Zone 2: Area outsioe of Zone 1 ano within a radius of SO air miles from the intersection of Dolan Road ano Highway 11 1n Moss Lanotng. • Zone 3: Area outsloa of Zones 1 ano 2 ►rse 1 1 : Napa ano Solano Counties Area 12: Santa Clara County Area 13: San Francisco County Area 14: San Mateo County Area 15: Siarra Army Depot (Merlong) In Lasssft County GLAZIERS: Area 1: 1: Alameda, Contra Costa, Napa anal Solano Counties Area 2: Alpine, Butte, Glenn,. Lassen. ModoC. Nevaaa: Placer;,Olumas. Sacramento. San Joaquin, Shasta, Sisklyou, Stanlslaus. Sutter... Tanana, Trinity, voto ana Yuoa Counties Area 3: (Residential) Sutter ana Fuca Counties' ♦rea 4: (Resioentiall. Calaveras, E1 Doraao. Newsom. Plater.'... Sacramento,- San Joaquin, Solana. Tuolumne and YOlo Counties.` Area 5: Fresno. Kings. Madera. inc Marceq Counties ♦rea 6: Lake, Marin, MenaoClno, San.Francisco;'- San. Matso.'and Sonoma Counties Area 7: Monterey, San Benito, Santa Clara ana Santa Cruz Counties • LABORERS: . . .. Area 1: Alameda. Contra Costa. Marin, San Francisco. San Mateo and Santa Clara Counties Area 2: Alpine. Anador, Butte. Cal . Colusa. Dal Norte.. E1 Dorado. Fresno, Glenn, Humboldt. Kings, Lake. Lassen. Madera.. Mariposa. Mendocino, Merced. Macao. Monterey. Napa, Nevaaa. Placer, Plumes, Sacramento. San Benito. San.Joaauln. Santa'Cruz, Shasta. Sierra, 5lskiyou, Solano, Samaria. Stanlslaus. Sutter. ,. Tanana. Trinity. Tulare. Tuolumne, FOlo Inc Yuba Counties LATHERS: Area 1: Alamed0• Contra Costa, Marin, Napa. Solano ana Sonoma Counties LINE CONSTRUCTION: . Area 1: Contra Costa County Area 2: Del Norte. MOdOC and Staklyou Counties: Zone Definitions: Zone 1: 0-3 miles radius.from the geogrspnlcal center of Alturos and Yreka. California Zone 2: 3 to 20 miles radius . Zone 3: 20 to 35 m11sa radius Zone 4: 35 to 50 m11ea radius Zone 5: Over 50 miles raalua BASE RATE'(Zone 1) 15 paid when working out of employers permanent snop. Area 3: Fresno, kings. Madera and Tulare Counties Area 4: Calaveras inc San Joaquin Counties Area 5: Mariposa; Merced. 5tanlalsua ana Tuolumne Counties Area 6: Napa and Solano Counties ♦rea 7: Butta and Glenn Counties; Lassen County (excluding the Sierra Army Depot/Merlong); Plumes. Shasta. Tanana and Trinity Counties - - 92 (Mar. 29. 1991) rf_.r NORT: 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CAS1-A Area 8: Alameoa County Area 9: Amador, Colusa, Sacramento: Sutter, solo ana vuoa Counties;, Alpine, E1 Dorado,: Nevada. Placer, ano Sierra Counties (those portions west of the Main Sierra Mountain watersneal' Area 10: San Mateo County Area 1 1 : Humoolat County Area 12: San Francisco County Area 13: Santa Clare County ,. Area 1A: Lake, Marin, Menaocin0 and Sonoma Counties - Area 15:- Monterey, San Benito ana Santa Cruz Counties •. Zone 1: witnin the raoius-of 25 air miles from the intersection of Dolan Roao ano Hwy, Al to Moss Lansing' • Zone 2: Area outsioe of Zone 1 witnin a radius of 50 Air miles • from tne intersection of Dolan Roao ano Hwy. Ai 1n -.Moss Lancing Zone 3: Area outside of Zones 1 ana 2 - Area 16: Sierra Army Depot (Nerlong) in Lassen County MARBLE SETTERS AND TERRAllO YORKERS: Area 1. Alameoa. Contra Costa. Marin, Napa, San Francisco, San Mateo, Slskiyou, Solano, Sonoma ano Trinity Counties Area 2: Alpine, Calaveras. San Joaquin, Stanlalaus and Tuolumne Counties Area 3: Butte, Colusa. El Dorado. Glenn. Lassen. Mopo0. Nevaaa. Placer. Plumas. Sacramento. Shasta, Sierra. Sutter. Tenama, volo ano vuoa Counties MARBLE. TERRAZZO AND TILE SETTERS: Area 1: Monterey ano Santa Cruz Counties MARBLE FINISHERS: Area 1: Alameda. Alpine, Butte. Calaveras.' Colusa, Contra Costa. Del . Norte, El Dorado, Glenn. Lassen. Marin, Modoc. Monterey, Napa. Nevada. Placer. Plumes. Sacramento. Sam Benito. Sam :Francisco. San Joaquin. San Mateo. Santa Clara. Santa Cruz. -Shasta, Sierra. 5isk1you . Solana. Sonoma. Sutter, Tenama, Trinity, yolo ano vuoa, Countles PAINTERS: . Area 1: Alpine, Calaveras and San Joaquin Counties ♦rea 2: Fresno. Kings. ano Namara Counties Area 3: Mariposa. Marco°. Stanislaua. ano Tuolumne Counties Area A: Monterey. San Benito, ana Santa Cruz Counties Area 5: San Mateo ano Santa Clara Counties •rea 6: Lassen County (tnat portion tnat lies eastward of Hlgnway 0395, northward to ana Incluatng Honey Lake): Lake Tanoe Area ♦rea 7: Lake, Marin, Mendocino and Sonoma Counties Area 8: Suite. Colusa ano Gann Countles:' Lassen County (excluaing tne extreme SE corner); Moaoc.- Plumas, Shasta., Slsklyou.. Sutter. Tenama. Trinity ano tuDa Counties .-. Area 9-A: Alameda.. Contra Costa. Napa and Solano Counties area 9-8: E1 Dorado, Nevada, Placer. Sacramento, Sierra ano 'volo' Counties - - Area 10: Del Norte and Humoolat-Counties Area 1 1 : San Francisco County PLASTERERS: Areas 1 ana 2: Alameoa. Contra Costa. San Francisco and San Mateo Counties 93 (Mar. 29. 1991) NCETH 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CA91-4 Area 3: Alpine. Butte, Calaveras. Colusa, El Dorado. Glenn, Lassen. MOOoc. Nevada. Placer, Plumas, Sacramento. San Joaquin: Shasta. Sierra. Slskiyou.' Sutter. Tenama, Trinity. Vold and YUDd Cos. Area 4: Del .Norte. Humboldt, Lake, Marin. Mendocino. Napa. Solana and Sonoma Counties Area 5: San Benito. Santa Clara, and Santa Cruz Countlea Area 6: Fresno. Kings. inc Madera Counties Area 7: Monterey County ' Aroe 8: Mariposa. Merced, Stanislaus, and Tuolumne Counties PLASTERERS' TENDERS: Area 1: Alameda an0 Contra Costa Counties Area 2: Fresno. Kings. and MCOeri Counties. Area 3: San Francisco and San Mateo Counties Area a: Monterey County ♦rea 5: Napa County ♦rea 6: Marin County PLUMBERS Area 1: Area 2: Alameda County Contra Costa County PLUMBERS: STEAMFITTERS: Area 1: Anador County (ncrtnern portion): El Dorado. Nevada: Sacramento. Sierra and Yolo Counties (excluding Lake Tahoe Area) Area 2: Like Tahoe Area - Area 3: Lake. Marin, Mendocino. San Francisco, and Sonoma Counties Area 4: Alpine. Amacor County (southern portion). Butte. - Calaveras. Colusa, Fresno. Glenn. Kings. Lateen."' Maoere. Mariposa. Merced, MOcDc. Monterey. Plumes. San Joaquin, Santa Cruz. Shasta. Sierra. Slskiyou, Stanislaw,. Sutter. Tanana, Trinity, Tulare; Tuolumne and Yuma Counties Aria 5: Napa. an0 So land Count tea Area 6: Del Norte inc Humoolet Counties Area 7: San Benito and Santa Clara Counties Aria B. San Mateo County ROOFERS: ♦rea 1: Alameda, Contra Costa, Lake, Marin, Napa,- Solano, and Sonoma Cos. Area 2: Alpine.- Calaveras. Mariposa. Merced; San Joaquin. Stanislaus,' an0 Tuolumne Counties Area 3: Butte. Colusa. El Dorado, Glenn, Lassen, McCoc, Placer, Plunge. Shasta, Sierra. Slskiyou.. Sutter.' Tehama. Trinity. and Yu5a Counties " Area 4: Fresno. Kings, and.Macera Counties Area 5: Monterey, San Benito. Santa Clara and Santa Cruz Counties Area 6: San Francisco and San Mateo Counties Area 7: Anador, Sacramento and Y010 Counties' SHEET METAL WORKERS: Area 1: Alameda and Contra Costa Counties' Area 2: Alpine, Calaveras, and San Joaquin Counties Area 3: Amacor. Butte, Colusa, El Dorado. 'Glenn. Lassen, Mogac. Nevada, Placer, Plumes. Sacramento. Shasta, Sierra. ; Slskiyou, Sutter. Tanana, Yolo, and Yuma Countlea 84 (Mar. 29: 1861) MW -2 0 NORTH 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CA91-A Area 6: San Francisco anc San Mateo Counties Area 7 Amaoor,, Sacramento ano YO1O Counties SHEET METAL WORKERS. Area 1, Alameoa ano Contra Costa C:untie_ Area 2: Alpine. Calaveras. ano San J caouin. Counties Area 3: amaloor, Butte. Colusa, El Doraco, Glenn. Lassen. MOCcc. Nevada. Placer. Plumas. Sacramento. Shasta. Sierra. Slsk-ly0u. Sutter. Tanana. Yolo, ant Yuba Counties Area A: Monterey and San Benito Counties Area 5: Del Norte. Humtolot ano Trinity Counties - Area 6: San Mateo County ' Area 7. Fresno, Kings. Matera ano Tulare Counties Area 8: San Francisco County Area 9: Lake. Marin. Men00Cino. Napa. Solana ano Sonoma,Countits Area 10: Santa Cru2 County Area 1 1 . Santa Clara County Area 12: mariposa. Maroeo. Stani5laus ano' Tuolumne Counties SOFT FLOOR LAYERS Area 1 -. Alpine. Butte. Calaveras. Colusa.' E' Ooraoo. G:enn. ano Lassen Counties lexcluting Honey Lake Areal: MOrCeaCOUnty least of San Joaouin River): Pumas. Sacramento, San Joaquin,,Shasta. - Stanis•aus. Sutter. TOnama. Trinity. Tuolumne, tol°. ant Yuba Counties: E' Doraoo. Nevada. Pacer, ano Sierra Counties Itnose Portions exc:uCing Lake Tahoe Area. Area : Honey Lake Area ano Lake Tanoe Area ' Area 3 A: ameoa. Contra Costa. Napa. ano Solana counties Area 4 Lake. Marin, Men0OCino.'San Francisco. San Mateo aria Sonoma Counties SPRINKLER FITTERS. Area 1 Alameoa. Contra Costa. Marin. Napa: San •rancts:o, Sar Mateo, Santa Clara. Sc'ano. ano Sonoma Counties Area 2: Remaining Counties STEAMFITTERS- Area 1: A1ameca anc Contra Costa Count, ies TERRAZZO Area 1. Area 2: W0RXERS: Del Norte. Hum0010t. Lake. Marin, MencocinoJ'..Napa, San Francisco, San Mateo, Sisxiyou. 5c!ano. Sonoma. anc Trinity Cos. San Benito anc Santa Clara Counties TERRAllO WORKERS AND. TILE SETTERS Area 1 :- Fresno. Kings, Matera, Mariposa, ano Merceo Counties TERRAZZO AND TILE FINISHERS: . Area 1: Fresno. Kings, Madera. Mariposa. and Merceo Counties, TERRAZZO FINISHERS: Area 1: Alameoa. Alpine. Butte. Calaveras, Contra Costa, Del Norte., El Dorac0. Glenn, Lassen. Marin, Mo0oC, Monterey. Napa. Navass. P'acer. Plumas, Sacramento, San Benito, San Francisco. San Joacuin.' 95 MW -21 YORTH 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CA91-A San Mateo. Santa Clara. Santa Cruz. Shasta. Sierra, Siskiyou. Salano, Sonoma. Sutter, Tenama. Trinity. Volts ants Yuba Counties TILE SETTERS. Area 1; Butte. Colusa. El Dorado. Glenn. Lassen. Macao, Nevaba, Y010. Placer. Plumas, Sacramento, Shasta, Sierra, Sutter, Tenama, ano Yuoa Count les Area 2: Alpine. Amador, Calaveras. San Joaquin. 5tanlslaus.' and Tuolumne Counties Area 3: Alameda, Contra Costa, Marin, Napa. San Benito. $an Francisco. San Mateo-. Santa Clara. 5iskiyou. Solana.' Sonoma anb Trinity Counties _ TILE FINISHERS Area 1: Alameda. Contra Costa. Marin. Monterey. Napa, San Benito. -'San Francisco. San Mateo, Santa Clara. Santa Cruz, Si5kiyou, Solana, Sonoma d Trinity Counties Area 2; Fresno, Kings. Madera. Mariposa. Merced and Tulare Counties Area 3 Butte. Colusa. El Dorado. Glenn. Lassen. M00oc.- Nevada, Placer, Piumas. Sacramento. Shasta. Sierra, Sutter, Tenama. YoloPand Yuma Counties Area A. Alpine. Amador, Calaveras. San Joaouln, Tuolumne Counties Stanisiaus ants DESCRIPTION OF CLASSIFICATIONS LABORERS - TUNNEL AND SHAFT wCRk- Group 1 Diamond Dr•" er: Graunc: Gunite and Snotorete No22'e operator: Shaft work and raise loe'oviaC :ua' Or excavated grOuno '. eve 'l I Group C. Bit Grinoer: Blaster: Dri ''ers. Powder - neading: Cherry Picker - wnere car is lifted: Concrete Frntsner in Tunnel: Concrete Screed: Grout Pump ants Pot: Gunite and 5notcrete Gun anb Pot: Header; Hign Pressure Nozzle operator; Miners - Tunnel. including Top and Bottom on Shaft ants raise work: Nipper Nozzle operator on slick line: Sandplaster -,Pot (work assignment lntercnangeaoie): Steel form raisers and setters: Timoer. Retlmoer - wood Or steel or suostitute materials tnerefore:Tugger Group 3: caDle tenoer: Chucktender: Powder - Primer House: Vibrator, Pavement Breakers Group 4: Bull gang - muckers, track: Concrete crew - inc1ubes robaing ano spreading: Dump (any metnop): Grout Crew recount: Group 5: Swamper LABORERS AREAS I are CONSTRUCTION SPECIALIST GROUP: Asphalt Ironers ants Rakers • 96 —22 2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Ca91-a Chainsaw Laser Beam in Connection uitn Laoorers work Masonry anti Plasterer Tenoer Cast in place mannole form setters Pressure plpelayers Davis Trencner - 300 or similar type (and all small trenchers) Blaster Diamond Drillers Multiple Unit Drills Hydraulic Drills GROUP 1: asonalt Spreacer. Boxes (ail types) - - Barko. sacker and similar type Tampers 8uggymobile Caulkers. Bangers, Pipewrappers. Conduit Layer's. P1asvIC PiPeLayers' (for ContraCostaCounty, see Group 1-91 Certified] 1S0e5tOs worker Certified] HazarcouS waste worker Compactors of a11..types Concrete and Magnesite Mixer. 1/3 yd anal unoer .. . Concrete Pan work _ Concrete Sanoer: Concrete Saw - Crlooer and]/or Shoring Cut Granite Curo Setter Dri pak-it machine Fa' ler. loci pacer Inc Ducker Form Raisers. Slip Forms Green Cutters Headerboarc, Hucsetters., aligners. by any,methcc Hign presSure plow pipe (1-i/2 or over. 1100 Ins pressure/over) Hydro seeder and similar type Jackhammer Operators Jacking of Pipe over 12 incnes .. Jackson and similar type Compactors Kettle Semler. Pot ano workers applying asonalt. lay-ko•0r'' creosote. lime. caustic Inc similar type materials (applying means 10piying, dipping or nandling of sucn materials) Lagging, Sheeting, Whaling. Bracing, TrenCn,acking, Lagging Hammer' Magnesite, Epoxyresln, Fiberglass. Mast1C workers (wet or ory) No )o1nt pipe and stripping of sane, Including repair of voles (for Contra Costa County, see Group 1-g) Pavement breakers and spacers, including tool grinoer Perma Curds Plpelayers (including grace checking in connecting with pipelayingl. (for Contra Costa County, see Group i-g) Precast-mannole setters (for Contra Costa County. see Group 1-g) Pressure Pipe Tester (for Contra Costa County. see Group 1-g) Post Hole Diggers. air. gas. Inc electric Power BroomSweepers Power Tampers of all types (except as shown In Group 2) Ran Set Gun Inc Stud Gun Riprao stonepaver Inc Rock-sltnger, lncluoing placing of sacked concrete ano/or sang (wet or dry) ano Gabions-and similar type Rotary Scarifier or Multiple Head Concrete Chipping scarifier Roto ano Dlten alter, 97 MW -23 Y. Or P. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CA91-a ROtot iller Santa )asters. Pot. Gun. No221e operators Signalling aria Rigging Tank Cleaners Tree Cl imoers Turco Closter Vibrascree0. Bull Float in connection with Laborers' work VlbratOrs Group 1(a): Joy Drill Mooe1 TWM-2A; Gardner -Denver Model OM143 ano Similar type 0r,115: Track Drillers: Jack Leg Drillers: wagon Drillers; MecnaniCal Orillere. all types regardless Of type or metn00 of power: Mechanical Pipe layers. all types work regarrOlitsS Of ing. type or method of power; Blasters and Powder; All placing ano blasting of all powOer and explosives of whatever type regardless of metnoO used for swan 1oaoing ano placing:, high Scalers (inciuoing Drilling of same): Tree Topper; Bit Grinder Group 1(b): Sewer Cleaners receive 54.00 per pay above Group 1 . wage rates. 'Sewer Cleaner' means any workman wno nanoles or comesin contact with raw sewage in small altimeter sewers.- Those wno work inside recently active, large plameter sewers. aria old recently active sewer mannp)es shall receive WOO per clay above Grouo 1 wage rates, Grouo 1(C1: Burning ano welding in connection with Laborers' -work: Synthetic tnermoplastics ano similar type welding. Group 1(01: Maintenance ano Repair Track and Road Beds ano a'i employees performing work Covere0 Oy tints Agreement anal"'receive 5.2S per hour above tnelr regular rate for all work performept on unaergrounO structures not specifically Covered herein. This paragraon snail not Oe construe° to apply to work oel0w'ground level inopencut. It snail ap01y to 'cut and cover work Of subway construction after tne temporary cover nay been P1a000. Group 1(e): Work on and/or in Bell Mole Footings and Shafts thereof. aria work on ano in Deep Footings (0800 Footing is a hole • fifteen (151 feet or more in oeptn). In the event tne oeptn Of the footing 15 unknown at tne COmmencemenl of excavation. and the final depth exCee05 fifteen (151 feet. the contractor agrees :t0 pay the deep footing wage rate to a11 employees:for-each ano every -Day works° on or in the excavation of the tooting from the pats of inception. - Grouo l(f): Shot Crete Wire win0ing-machine in connection witn Guniting or Grouo 1(g): Plpelayer5 (including grape Cnecking in COnneCtion .with pipelaying) Caulkers Bangers Plpewrappers C0noutt-Layers Plastic Pipe Layer 98 MW - 214 NORTH 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Area 4 Area S. Area 6 Area 7 Area B. Area 9. Area 10: Area 1 1 : Area 12 CA91-4 Monterey ano San Benito Counties Del Norte. humoolct and Trinity Counties San Mateo County Fresno. 'Kings. Maoera ant Turare Counties San Francisco County Lake, Marin, Mendocino. Napa. Solana ano Sonoma.Counties Santa Cruz County Santa Clara County Mariposa. Merced, 5tanislaus aria Tuolumne Counties SOFT FLOOR LAYERS. Area 1: Alpine. Butte, Calaveras. Colusa. El Dorado. Glenn, and Lassen Counties 1ekc'uoing Honey Lake Areal: Merc,o County (east of San Joaouin River): Plumes, Sacramento, San Joaouin, Snasta. Stanislaus. Sutter. Tanana, Trinity, Tuolumne. Yoio. ano Yuoa Counties: E' Dorado, Nevada. Placer.. ana Sierra Counties ,(those portions ekcluoing Lake Tahoe Areal Area 2. Honey Lake Area anal Lake Tanoe Area Area G. alameoa, Contra Costa. Napa, ano Solana Counties Area 4. Lake, Marin, Counties Mendocino. San Francisco. San Mateo ano Sonoma SPRINKLER FITTERS. Area 1: AiameCa. Contra Costa. Marin, Napa.San Francisco. San Mateo. Santa Cara, Solana. ano Sonoma Counties Area 2. Remaining Counties .. S7EAMF:rTERS. Area 1 A:ameoa ant Contra Costa Counties TERRAZZO WORKERS. Area 1' De' Nor -e, Humoolot, Lake. Marin. Mendocino. Napa. San. Fralclsco. San Mateo. S1ski.you•, Solano, Sonoma. ano Trinity Cos. Area 2: San Benito aria Santa Cara Counties TERRAZZO WORKERS ANO TILE SETTERS. Area 1: Fresno. Kings. Maoera. Mariposa, anal Merced Counties TERRAZZO AND TILE FINISHERS: Area 1: Fresno. kings. Madera. Mariposa,. ano Merceo Counties TERRAZZO FINISHERS: - Area 1: A ameoa, Alpine, Butte. Calaveras..Contra Costa, 001 Norte. E) Doraoo, Glenn, Lassen. Marin, Macao. Monterey, Napa, Nevaoa. Plater. Piumas. Sacramento, San Benito. San Francisco. 'San Joaouin', San Mateo, Santa C'ara. Santa Cruz. Shasta. Sierra. 51sk1you, Soano. Sonoma. Sutter, Tanana. Trinity, kola ano.Yuca cOuntles TILE SETTERS: Area 1: Butte. Colusa, E: Doraoo. Glenn. Lassen, Modoc, . Nevada. Yolo,. Placer, Plumes. Sacramento. Shasta. Sierra. Sutter, Tenama. ano Yuea Counties Area 2: Alpine. Amaoor, Calaveras. San Joaouin. Stanislaue. ana Tuolumne Counties Area 3: Alameda. Contra Costa. Marin. Napa. San Benito. San Francisco, San Mateo, Santa Clara. Slsklyou. Solano. Sonoma ano Trinity Counties Counties - - 99 (Mar.. 29. 1991) ,N_25 �,��mu 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CAST -4 TILE FINISHERS: Area 1: Alameda, Contra Costa. Martn, Monterey. Napa, San Benito. San Francisco, San Mateo. Santa Clara. Santa Cruz. Slsklyou, Solana. Sonoma 6 Trinity Counties Area 2: Fresno. Kings. Macere. Mariposa, Mercmc and Tulare Counties Area 3: Butte. Coiusa. E1 Doraco, Glenn. Lassen`, Moaoc. Neveaa, Placer, Plumes. Sacramento, Shasta. Sierra. Sutter. Tanana. Volo and Yuba Counties Area 4: Alpine. Amaaor, Calaveras, San Joaauln. Stanislaus ana Tuolumne Counties DESCRIPTIONOFCLASSIFICATIONS LABORERS - TUNNEL AND SHAFT WORK: Group 1: Diamond Driller; Grouno; Gunite ana- Snotcrete No22le operator:. Shat work and raise (below actual or excavated ground level) Group 2: Bit Grinder: Blaster; drillers 'Powder - heading; Cherry Picker - snare car is lifte0: Concrete F1n,sner in Tunnel: Concrete Screed: Grout Pump and Pot: Gunite and 5notcrete Gun and Pot: Header: Hign Pressure Noz2le operator; Miners -'Tunnel, including Top and Bottom on Shaft and raise work: Nipper Noomle operator on Glick line: Sandblaster - Pot (work assignment interchangeable): Stool form raisers e1t0 setters: Tlmoer, Rettmoer - w0o0 or steel or suostitute materials tnereforo:Tuggar Group 3: Caole tender; Chucktenoer; Powder - Primer Mouse; Vibrator, Pavement Breakers -' Group 4: Bull gang - muckers, track: Concrete Crew - includes roDdin9 inc spreedtng; Dump (any method): Grout Crew redound Group 5: Swempor LABORERS AREAS 1 ana 2 CONSTRUCTION SPECIALIST GROUP, Aspnalt Ironers and Rakers Chainsaw - Bean in Connection with Lalsorer5' work Masonry and Plasterer Tender Cast in place manhole form setters Pressure plpelayers - - Davis Trencner - 300 or similar type (ano all small trenchers) Blaster Diamond Driller, Multiple Unit Drills Hydraulic Drills GROUP 1: Asphalt Spreader Boxes (all types) 100 (war. 29. 1991) MW -26 NORTH 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CA91-a Barka. Wacker and similar type Tampers ^ Buggymooile �- Caulkers. (lancers. Pipewrappers Conoutt Layer,. Plastic Pipelayers (for Contra Costa County. see Group I -g) Certified ASbeetds worker Cart If leo Hazardous Waste Worker Compactor, of all types Concrete aria Magnesite Mixer, 1/2 ya and under Concrete PanWork Concrete Sander: Concrete Saw Crlpber anc/or Snoring Cut Granite Curb Setter Dri pak-it machine Faller, logloaoer ano bucker Form Raisers, Slip Forms Green Cutters .. Meaoerboara, NuDsetters. Aligner,, by any method .. .' - ' Olson pressure blow pipe (1-1/2 • or over,. 100 1Os pressure/over Nyaro seeder ano siml!er type Jaoknammer Operators Jacking of Pipe over 12 inches Jackson ano similar type Compactors kettle tender. Pot ano workers applying espnait, lay-kola. creosote,' lime. caustic ano similar type materials (applying means applying. pipping or handling of suCn materials) Lagging. Sheering. Whaling. Bracing, Trenchjacking, Lagging hammer Magnesite. Epoxyresin, Flberglass, Mastic Workers (wet or wry) No )otnt pipe ano stripping of await. including repairof voles (for. Contra Costa County, sae Group 1-gl Pavement breakers ano spaoers. Including tool grinoar Perna Curbs Pipelayers (Including grade Cnet-king in connecting wit+ pipelaying) (for Contra Costa County. see Group 1-g) Precast-mannole setter, (for Contra Costa "County, see Group 1-gl Pressure Pipe Tester (for Contra Costa County, see Group•1-g) Post Hole Diggers. air. gas, and electric Power Broom Sweepers -' Power Tampers of all types (exempt as snore in Group •2)' Ram Set Gun ana Stud Gun Riprao stonapaver and Rack-slinger, including placing Of sacked concrete and/or send (wet or dry) and GODions and similar,type' Rotary Scarifier or Multiple mime Concrete Chipping scarifier Roto and DI%CT W1ten Rotottller Sandblasters, Pot, Gun. NozZIs Operators Signalling ano Rigging Tank Cleaners. Tree Climbers Turoo Plaster Vibra5Creea,. Bull Float in connection with Laborers'. work Vibrators Group 1(a): Joy Drill Model TWM-2A: Gardner -Denver Macel DM143 similar type aril's: Track Drillers: Jack Lag Drillers:. Wagon Drillers: Mechanical Drillers, all types regardless Of typeor method of power: Mechanical Pipe layers. all types regaralass. of 101 (Mar. 29, 1991) MW -27 NORTH and 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CA91-4 type or metnoa 0f power: Blasters and Powder; All work of loading. placing an0 blasting of all powder and explosives of wnatevsr type regardless of metnoa uses for such loaaing Inc placing: Nigh Scalers (Including ariliing of same): Tree Topper: Bit Grinoer Group 1(b): Sewer Cleaners receive $4.00 per day above Group 1 wage rates. 'Sower Cleaner' means any workman wno handles or camesln contact with raw sewage in small pt Those wno work Inside recently active, large diameter seweos. and all recently active sewer mannolas shall receive $5.00 perday above Group 1 wage rates. Group 1(c): Burning and welding in connection wltn Laborers' work; Syntnetic tnermopiastics aria similar.type welding. Group 1(0): Maintenance Inc Repair Track ano Rose Boas and al l employees performing work coverea oy tnis Agreement snail receive 5.25 per nour above their regular rate for al i work performed on underground structures not specifically covered Herein. This paragraph snail not ba construed to apply to were De10w ground level in omen cut. It snail apply to cut and cover work of' subway construction after the temporary cover has been plaea0. Group 1(e); work On ano/or in Ball Mole Footings and lShafts tnereof. Inc work on ana in Deep footings, (Deep FOOting Is a'n01e fifteen (15) feet or more in Oeotn). In the event the depth of the footing is unknown at the commencement of excavation,: and the final oeptn exceeds fifteen (15) feat.. the Contractor agrees to pay.the seep footing wage rate to all employees for each and every pay worked on Or in the a:covet ion of tna footing from tna, ante 01 inception. , Group 1(1): wire winding macnine. In connection with GunitIng or Snot Crete. Group 1(g); P Ipe 1ayere( including grape checking in connection with papal ay1ng) Caulkers Ban°erl Pipewrappers Consult Layers Plastic Pipe Layer Pressure Pipe Tester No joint pipe Inc stripping of sane, including repair of voids Precast Manhole setters. cast in place mannole form setters Group 1(h): Men working oft or with or from Bos'n Chairs. Swinging Scaffoics, Belts shall receive 5.25 par hour above the appllcaole wage rate. This premium shall oe reckoned by the day and half day. This .snail not apply to men entitle° t0 receive-tne wage rate set forth in Group 1(a). Group 2: Aspnalt.Shovelers Cement Dumpers and handling dry Cement or gypsum Choke -setter and Rigger (clearing work) 102 (Mar. 29, 1991) ?Il,(_26 NORTH 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CA91-4 Concrete Bucket Dumper ano Chute Concrete Chipping ano Grinning Concrete Laborers (wet or Ory) Drt11lr3 Melper, Cnuck Tencer. Nipper Guinea Cnaser IStake 1. Grout Crew - - Mlgn Pressure No22Ie. Aocuctors MyOraullc Monitor (Oyer .100 lbs. pressure) LOIIaing ano unloaaing. Carrying ano hauling of all rods and materials for use to reinforcing concrete construction PlttsDurgn Cntpper, and similar type Brusn Snredaers Sloper .. Single foot. nano ne10, pneumatic tamper All pneumatic. air. gas ano Electric Tools not listed in Groups 1 througn 1(1 ) - Jacking of Pipe - unoer 12 +Hones Group 3: Construct iOn Laborers, lncluolmg Br age ano General Laborers Dump. Loop Spotter Flagpersons Fire watcner Fence Erectors - Guararall Erectors - Garceners. Horticultural ano Lan05CLpe Laborers ()fitting - L+moers. Brusn Loaderi and Peters Pavement Markers (Button Setters) Maintenance. Repair Track ano Roam Sees Streetcar ano Railroad Construction Track Laborers Temporary Air an Water Lines. V1CtauIIC or similar' TOOL Room Attenoant (.100 Site only) _ Group 4: All cleanup work of deorls, grounds not limited 10' s treet cleaners Cleaning it weaning windows Brick Cleaners (Job site only) ano building including but wattnperson Material Cleaners (job site only) Use0 unoer the following tondttione: A. At OemotitlOn site for Ina salvage of, the material.' B. At the COnCluslon of a IOD"where trig, material is tote - 'salvaged inc Stocked t0 be reused On anctner C. The cleaning of salvage material at the Employer_'.S ]o0, site or temporary job -site yard. Thematerial cleaner classification shOula not be use0 in the, performance of 'form stripping cleaning ano oiling ano moving t0 the next point of erecton. GUNNITE Group 1: Structural no221e operator Group 2: No221e operator (including Gun, Pot): Ground Group 3: Rebound Group 4: Gunnite Laborers 103 (Mar. 29. 1991) NW -25 NORTH 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CA91-4 WRECKING WORK Group 1, Skilled Wrecker•(remdving and salvaging of sash, windows. Coors. plumotng and electric fixtures) Group 2: Semi -skilled Wrecker (salvaging of otner building materials) Group 3: General Laborer (includes alt Cleanup work, loaotng. Weimer. loaotng ono burning of aeoris) - LINE CONSTRUCTION: AREA 2: Group 1: Caole Splicer, Lead Pole 50rayyer Line Equipment Group 2: Line worker, Pole Sprayer, _ Y Certified Line welder Group 3, Tree Trimmer Group 4: Line Equipment Operator Group 5: Mead Grouno, Powder, Jackhammer Operator Group 6: Mead Grouno (Chipper) Group 1: Ground Groups 3 and 6 receive BASE RATE (ZONE 1) ONLY (no Zone Differential) Group Group 2: Group 3 Group • PARKING LOT STRIPING WORK AND/OR HIGHWAY MARKERS: $trlper' Layout and application of painted traffic'stripes - and marking: not tnermo plastic; taPr traffic stripes 'ono markings Layout and i0 Traffic delineating device applicator: application of pavement markers. delineating signs, 'rumble and traffic bars. adneslves, gulag markers: other traffic delineating devices: includes all. related surface preparation (sandblasting, waterolest ing, grinding) as part Of trio application process Surface abrasive blaster: removal of traffic lines and markings, preparation of surface for coatings Traffic protective delineating systems installer; removes: ralocatss: installs parnanently affixes roaosise and parking delineation barricades: fencing, guard rail: caole anchor, retaining watts, rsfrerice signs. monument markers Operator. POWER EOUIPMENT,OPERATDRS AREAS 1 AND 2 Group 1: 1. Operator of Helicopter (when used to erection work) 2. Power Shovels. Backnoel, Gradalis over 7 cu. yds. 104 (Mar. 29, 1991) !TA _73 0 NORTH 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 C491-4 Group 2: 1, Hipline Cableway 2. Power race Operator (finianl 3 Power Snovels, Backnoes, Graoa s (over 1 CU. yc. and up to anti including 7 cu yo5. m.r.c. Group 3: 1. asphalt Milling Macnine 2. Myaraul lc Excavator 3. Cools Backnoe 4. Combination Backnoe ano Loader over 3/4 cu. yds. 5. Continuous F1-ignt Tie Back Machine _ 6. Crane Mounted Continuous Fl1gnt T10 B'Ck Macnine7. Crane Mounte0 Drill 4tt8Cnments - 8. Dozer. Slope 8ro 9 Gredall 10. Loaoer 4 Cu. yds. ana over 11 Multiple Engine Scrapers (when used as pusn pull) 12. Power Sntivels, BaCxnoes. Graf4111$ uP.to ano incluaing,1 cu. yd. 13. Pre-Strss Wire Wrapping maCnine 14. 51ee Boom Cat. 771 or larger 15. Track Loafer 4 cu. yds. and over 16. wheel Excavator (up to and including 750 Cu. yes. per Maur) Group 4: 1. asphalt Plant Engineer 2. automatic Concrete Slip Fore Paver 3. Chicago Boom 4. Combination Backnoe ano Loaoer uo to ano including 3/4 cu. yca. 5. Concrete Baton Pants (wet or cry) 6. Dozer ano/or Push Cat 7. Pull -Type 5levating Loafer 8, Graoesetttr, Grape Checker (mecnanlCal or otnerwlsel 9. Grooving ano Grinoing Machine 10. Mea0ing 5nie'.c Ooerator 1 1. Heavy Duty Drilling Equipment. Mug's, LOH, Matson 3000 or similar - 12. Heavy Duty Oeoalrperson and/or welper 13. Lime SPreeoer 14. Loaoer under 4 Cu. y0a. • 15. Lubrication ano Service -Engineer (mobile and -grease rack) 16. Mechanical Flnlsners or Spreaoer Macnine (aspnalt. Baroer- Greene and similar) 17. Miller Formless M-9000 Slope Paver or similar 18. Mucking Macnine (ruboer-tlrec. rail or track type) 19. Portable Crusning.ano Screening plants 20. Power Blade Support' 21. paiseo Bore Operator (tunnels) 22. Fouler Operatnr, Escnalt 23. gubber-T1reo artnmoving Equipment (Scrapers) 24, Slip Form Paver (concrete or asphalt) • 25. Small Tractor with Drag 26. 5011 Stabilizer (P&H or equal) 27. Timber-Skicder 28. Track Loader up to 4 yeras 29. Tractor Drawn Scraper 30. Tractor. Compressor Drill Combination 105 (Mar. 29, 1991) MW -31 NORTH 1 1 1 1 1 1 1 1 1 1 1 1 1 J1 1 1 1 1 1 CA91-4 31, Tunnel Mole Bore Operator 32. weloerr 33. wooas-Mixer (ano otner similar Pugm1111 Group 5. 1. Cast -in -Place Pipe Laying MaCnine 2. ComOinatlon Slusner anti Motor Operator 3. Concrete Conveyor or Concrete Pump. TruCk or Equipment Mounted 4. Concrete Conveyor. Bullaing site 5. Concrete Pump or Pumperete Guns - 6. Drilling Equipment. Watson 2000. Taxoma 700 Or similar. 7. Drilling anti Boring Macnlnery, Horizontal (not to apply to waterliners. wagon drills or Jackhammers) B. Concrete Mixer/all 9. Man ana/or Material Hoist 10. MOCnaniCal Finishers (concrete) (Clary. Johnson. Bigweli Brioge Deck or similar types). 1 1 . MecnaniCal Burm. Curia ano/or Cure and Gutter MaCnine. ' Concrete or Aspnalt 12. Mine or Shaft H015t 13. Portable Crushers 14 Power Jumbo Operator (setting slip -forms. etc.. in tunnels) 15. Screaa (automatic or manual) 16. Self Propelled Compactor wttn Dozer 17. Tractor with boom D6 or smaller 1B. Trenching MaCnine, maximum digging capacity over 5 ft. OePtn 19-. Vermeer T-6008 Rock Cutter Group 6: 1. Armor -Coster (or similar) 2. 6a'last Jack Tamper 3. 800m-TyPe Backfll'ing Macr'ne 4_ Ant. Plant Engineer 5. Brtage and/or Gantry Crane 6. Chemical Grouting MCChlne. truck mounted 7. Cnip Serena ng Machine Operator 6. Concrete Saws (self-propelleo unit on streets. h gnways. a 1rporta. and canals) 9. Deck Engineer 10. Drilling Equipment Taxoma 600. Hugnea„200 Series or similar up to ana including 30 ft. m.r.c. 11 . Drill Doctor -' 12. Elevator operator 13. helicopter Radio Operator 14. HyOro-Hammel' Or similar 15. Line Master ' 16. Locomotive - 17. Lull Ni-Lift or similar 18. Truck Crane Oiler 19. Pavement Breaker, Truck Mounted. with compressor cometnation 20. Petro Mat Laying MCantne • 21. Pipe Bending Mach nt (pipelines only) 22. Pipe wrapping Machine (tractor propellea ana supported) 23. Scrota. (except aspneltlC concrete paving). 24. Self Propelled Pipeline wrapping Mooning 25. 5oi15 9 Materials Tester ' 26. Tractor 106 (Mar. 29, 1991) rW-32 NORTH 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CA91-4 Group 7; 1. Ballast Regulator 2. Boom Truck Or Dual-purpose A -Frame Truck 3. Gary Lift or similar 4. Comtlnat,on Slurry Mixer ano/or Cleaner 5. Drilling Equipment, 20 ft. ano under n.r.C. 6. Firetender Not Plant 7. Forklift (20' and over) or Lumber Stacker (Construction pagans) 8. Grouting MachineOperator 9. Highline Cableway Slgnalperson 10. Stationery Belt Loader (Kolman or similar) 11 . Lift Slap Machine (Vagtcorg Inc similar types) 12. Maginnes Internal Full slab vibrator 13. Material Hoist (1 Drum) • 14. Meehanfcal Trencn Snielc ._ 15. Motor Operator 16. Parts:arson (heavy Duty repair shop parts room) 1?. Pavement Breaker with or without Compressor Combination 19. Pipe Cleaning Macnlne (tractor propel leo and supported) 19. Post Driver 20. Roller (except Asonait) 21. Self Propel leo Automatically imp lled.Concrete Curing Macnine ion streets. Mignwaya. airports ano canals) 22. Self Propelled Compactor (without gazer) 23. SignalDeraon 24. 511p -Form Pumps (lifting Device for concrete fortis) 25. Tie Spacer 26. Tower MObi is 27. Trenching Macnine - maximum digging C4DeCIty up To and including 5 ft. oeptn 2B. Truck Type-Loacer Group 8; 1. Bit Sharpener' 2. Boiler Tender 3. Box Dperator 4i Brake0erson 5. Comoination Mixer and Compressor (gunite) 6. Compressor Operator 7. Dockhand B. Firetehder ,. 9. Forklift (under 20 feet) 10. Generators 1 1 . Heavy Duty Repair Helper 12. Hydraulic Monitor 13. Ken Seal Macnine (or 51m118r) 14. Mixermoolle 15. Oiler 16. Pump Operator 17. Refrigeration Plant 18. Reservoir -Debris Tug (Salt-Propelleo Floating). 19. Ross Carrier (Construction site) 20. Rotonlet Dperator 21. Self Propeller Taps Macnine 22. Shuttlecar 23. Self Propelleo Power Sweeper Operator 24. Slusner Operator 107 (Mar. 29. 1991) MW -ii NORTH 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 C491 -A 25. Surface neater 26. SwitCnoerson 27. Tar Pot Flretenoer 28. Tugger Moist. Single Drum 29. Vacuum Cooling Plant 30. Melding Macnina (powered other than by electricity) POWER EQUIPMENT OPERATORS: DREDGING Ciamsnell and Dipper Dredging: Hydraulic Suction DreOgin9:' Group 1: Deck assistant Group 2. Bargenano: DQCkhanO: Firefighter; Leveananp: oiler Group 3: Oreoge dozer, Dredge tender (suction) - Group A: Booster pump operator; DeCk engineer: DOCkmate: Helper ano/or meCnanic: eaten engineer: Welder Group 5: Lever: Clamshell operator luo to ano including 7 Cu."yCS • m.r c. 1. Clamshell operator (Over 7 Cu. yds. m.r..C.) Group 6: Cnief Engineer POWER EQUIPMENT OPERATORS: ALL CRANES AND ATTACHMENTS:,. Group 1-A 1. Clamshells and Draglines over 7 cu. y05. 2. Cranes over 100 tons 3. Derrick. over 100 tons A Derrick Barge Pedestal mounted over 100tons 5. Self PrOpelle0 BOOm Type Lifting Device Over 100 tens Group 2-A 1. Ciamaneils ano Draglines up to ano incluCing 7 Cu. yaps. 2. Cranes over 45 tons up to ano Including 100 tons 3. Derrick Barge 100 tons and under A. Self Propelled Boom Type Lifting Device over 45 tons; 5. Tower Cranes Group 3-A 1. Cranes 45tonsano under 2. Self Propelled Boom Type Lifting Device 45 tons ano under POWER EQUIPMENT OPERATORS CONT.: TUNNEL AND UNDERGROUND WORK: or; Heavy outy Group Mucking mac nlne:s Ralson] pore nlelo t operator; tunnelsn0lep pore n operator Group 2: Comoinatton s1Usner ano motor operator; Concrete pump Cr pumperete gune; Power jumbo operators Group 3: Drill 000tor; Mine Cr snaft hoist Group 4: Comolnatlon slurry mixercleaner; Grouting adenine cpeertor:- motoR person 108 (Mar. 23. 1991) ,.4_34 N OETH 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 0491-4 Group 5: Bit snarpener: Brake PerSOn; Compinatlon mixer and Compressor (gunitel: Compressor operator: Oiler (assistant to ergineerl'. Pump operator: Slusner operator STEEL ERECTORS, Group 1- 1. Cranes aver 100 tons 2. Derrick over 100 tans _ 3. Self Propelled Boom Type Llfttng Devices over 100.tons Group 2' 1 Cranes over 45 tons up to and tnc'uaing 100 tons 2. Derrick, 100 tons and under 3 Self Propelled Boom Type Lifting Device,. over 45 tons Group 3 '. 1. Cranes: 45 tons and under . - 2. self Propelled Boom Type Lifting Device. 45 tons 3. Tower Crane Group 4' 1. Cn1Cago Boom 2 Forklift, 10 tons and over 3. Heavy Duty Reoairoerson/weloer Group 5: 1 Boom Cat P nLEDR:VERS ana under Group 1 t. Derrick BargePedestal mounted over 100 tons 2. Clamshells over 7 cu. yds. 3. Self Propelled Boom Type Lifting Device over 100 tons 4. Truck Crane or Crawler, land or [serge mounted over '100 tons Group 2 Derrlok Barge Pedestal mounted 45 "tons up to ono. 1DCluo tng 100 tons 2. Clansnell5 up to and including 7 cu. yds. 3. Self Propelled Boom Type Liftng Device over 45 tons 4. Truck Crane or Crawler. land or oarge, mounters. over 45 tons ;Jo to and including i00 tons Group 3 1. Derrick Barge Pedestal mounted unaer.45 tons. 2. Self Propelled Boom Type Lifting Device 45 tons ano under 3. Skid/Scow PI earlver. any tonnage `- 4. Truck Crane or Crawler, lena or cargo mounted 45" tons ono unaer 109 (Mar. 29, 1991) PTW-35 NORTH 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 C491 -a Group 4 1 L551Stant operator in lieu of assistant to Engineer Forklift. 10 tons and over 3 Heavy Duty Repairperson/we;der Group 6 1 Deck Engineer Group 8 Decknand 2, Firetenoer TRUCK DRIVERS Group 1- Bulk Cement spreader (w/wo Auger, unoer 4 yos. water level): Bus Driver; Concrete Pump Macnine: Concrete Pump Truck (wnen F'at Rack Truck 15 used aooroprlate F'at Rack rate snail app ly1 : Curio (uncer 4 yos. water level); Dumocrete Truck (under 4 yos. water level ); DUmoster (under 4 yos. water 'eve) ) ; . Escort or Pilot Car Driver; .Nipper Truck (wnen Flat Rack Truck is use° appropriate Flat Reek rate sna1 ' apply); Pickups: $kids (Deer 1s Box. under 4 yas. water level l; Team Drivers: Trucks (Dry Pre -oaten Concrete Mix, under 4 yos. water level) Grouo 2: Teamster Oiler ant/or Greaser ano/or Service Group 3: Bulk Cement Spreader Is/wo auger, 4 yd. ano under 6 ycs. water level); Dumo l4 YOS. ano unper 6 y06. water ,eve'); Dumo- crete (4 yds. ano unoer 6 ycs. water leve' 1;' Oumoster (4 yos. ano under 6 yos, water level ): Skits (Oe0ris Box, 4 yds. ano under 6 ycs. water level ); Single Unit Flat Rack 12 axle unit): Inoustrial Lift Truck (mechanical Tailgate): Trucks (Dry Pre- oatcn Concrete Mix, 4 yos. ano under 6 yos. water level) . Group 4: Jetting Truck ano water Truck (unoer, 2.500 gallons) Group 5: Roao 011 Trucks or Boot Group 6: Lift Jitneys. FOrk Lift Group 7: .Transit Mix, Agitator (unoer 6 yos.) Group B: Fuel ano/or Grease.Tlucx Driver or,,, FUe1 worker Group 9: Vacuum Truck, unoer 3.500 gallons.,. 1 Group 10: Scissor Truck; single unit Flat Rack (3 axle unit): Industrial Lift Truck (mechanical tailgate); Small ruooer tlrec tractor (when used witinn Teamsters' Iur1SO1CttOn) Group 1 1 : Jetting Truck and Water Trucks, 2.500 gallons and' unoer 4.000 gallons GrOup 12: ConOinat1On Minch Truck with Hoist; Transit Mix or'Agltator (6 yos. and under 8 yos.) 110 (Mar. 29. 1991) MW -36 NORTH 1 1 1 1 1 1 1 1 1 1 1 1 1 .1 1 1 1 1 1 CA91-4 Group 13: vacuum Truck. 3,500 -gallons and unoer 5.500 gallons Group 14: Ruooer-tired Muck Car (not self-Loadmo) Group 15: Bulk Cement Spreader (w/wo Auger, 6 yds. and under 8 yds. water level ): Dump (6 yes. and under 8 yds. water level); Dumperete (6 yes. and unoer 8 yds. water level); Dumpeter 16 yos. ano under 8 yos. water level); Skids (Door's Box. 6 yds. and under 8 yds. water level): Trucks (Dry Pre -batch Concrete Mix. . 6 yos. and unoer 8 yds. water level) Group 16: A -Frame. Winch Truck; 8uggymoblle: Jetting and Water Truck (4.000 gallons and under 5.000 gallons): RuOber Tire Truck Jumoo Group 17: Heavy Duty Transport (nign bed) Group 18: Ross Hyster and hailer Straddle' Carrier Group 19: Transit Mix or Agitator (8 yea. tnrougn 10 yds.) Group 20: vacuum Truck (5.500 gallons ano unoer 7.500 gallons) Group 21 : Jetting Truck ano Water Truck (5,000 gallons and unoer 7.000 gallons) Group 22: Combination Boot ano Road Otter Group 23: Transit Mix or Agitator (over;10 yes. tnrougn 12 yds.) Group 24: Bulk Cement Spreader Iw/wo Auger. 8 yos. ano-'lncludtfig 12 yes. water level); Dump (8 yes. ano including 12 yos. water level); Dumperete (8 you aria lnclucing 12 yea. Self-propelled Stress Sweeper with self-contatnea refuse -Din:, - SkiOs (0ebrIs Box. 8 yos. ana lncI'Jo i ng 12 yos. water Level.)': Snow Go and/Or Snow Plow: Truck (Dry Pre -baton Concrete Mix. ' 8 yes. arc lncluoing 12 yos. water level)` - Group 25: Heavy Duty Transport (GooaeneckLowbed); Translt.Mtx .or Agitator (over 12 yds. tnrougn 14 yos.) Group 26: Ammonia Nitrate DietributOr Driver and Mixer;- Bulk Cement Spreader (w1,0 Auger. over 12 yos. ano lnciuoing. 18 yds. level): Dump (over -12 yes.. end including 18 yas.. level): Dumperete (over 12 yos. and Including 18 yds. water level); Dumpster. (over 12 yds. and including 18 yes. water:level): Truck (Ory.Pre- batcn Concrete Mix. over 12 yds. ano lnclueing 18 yes.water level)_ Group 27: Douole Gooseneck (7 or more axles); Heavy.Duty Transport Tiller Group 28: P.B. or similar type self -loading Truck Group 29: Transit Mix Agitator (over 14 yds. tnrougn 16 yes.) Group 30: Truck Repair: Hydro -lift or 5wedtsn crane type (lnc1. when Swedish crane. 15 used for )ett.ing): Hydro-11ft extension or , retracting crane (Boom -type) 111 (Mar. 29. 1991) MW -37 NORTH 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Ca91-4 Group 31 Bulk Cement Spreader (w/wo Auger, over 18 vas. one in - clueing 24 yes water level); Comolnatlon Dump ana Dump Trailer; Dumo (over 18 yos. ana including 24 yos. water level); Dumperete (over 18 yes. ana including 24 yes. water level); Dumpster lover 18 yes. ant( including 24 yes. level ); Skip (Deoris Box. over 18 yes. ana- including 24 yes. water level ): Transit Mix Agitator (over 12 yas. tnrougn 16 yes.); Trucks (Dry Pre-batcn Concrete Mix. over 18 yes. ana TnCild ing 24 yos water level) .. .. Grcuo 32: Bulk Cement Spreader (w/wo auger, over 24 yes. end in - Clueing 35 yes. water level); Dump (over 24 yds. ana including 35 yds. water level): Oumperate (over 24 yes., Inc including 35 yes.. water level); Dumpster (over 24 yos. and including 35 yes. water level); Ow 10's. 20's, 21's ano other similar Cat type.. Terra Cobra. LeTournapulls. Tournarocker, Eucl10 ana similar type equipment wnen pulling Fuel and/er Grease Tank Trailers or Other miss. Trallera; Skies (Deoris 8ox. over 24 yas. and including 35 yos. water level); Trucks (Dry Pre-Datcn Concrete Mix, over 24 yds. ano including 35 yas water level) Group 33: Bulk Cement spreader (w/wo Auger. over 35 yos. ana In - clueing 50 yas. water )eve:1: Dump (over 35 yas. and incluoing 50 yds. water level); Dumperete (ever 35 yds. ana including 50. yas. water level): Dumpster (over 35 yes- ano lncluaing 50 yes. water level); 5klos (Deoris Box. over 35 yds. Inc Including 50 yas, water level): Trucks (Dry Pre -patch Concrete Mix. over 35 yds. "ano including 50 .Y05. water level) Group 34: Ow 10's 20'5. 21'a and other slnilar Cat type. Terra- Cobra. LeTournapu11!. Tourna-rocker, Euc'10 line similar type.e0U1p- ment wnen pulling Aqua/Pak or water tank Trai er5 Group 35: Bulk Cement Spreader (w/wo Auger, over 50 yes. !and under 65 yds. water level): Dump (over 50 yas one under 65 yas. water. level); Dumperete (over 50 yas. end -under 65 yds. Water l eve'):. Dumpster (over 50 yds. and under 65 yes. water -level); hel scooter Pilot ()omen transporting workers or materials); Skies (Deoris Box. over 50 yds. ana under 65 yas. water level)(Trucks (Dry Pre-oateh Concrete Mix, over 50 yds. and under 65 yes. water level) Group 36: Bulk Cement 5preaoer (w/wo Auger. over 65 yas. Inc in- cluding BO yes- water level): Dump (65 yas. Inc including BO yes. water level): Dumperete (over 65 yds. ano including 80 y03. water level): Dumpster (aver 65 yds. ano Including 80 yas. water, level); Skies (Debris Box. 65 yds. and Including 80 yos. water level); Trucks (Dry Pre-oatCn Concrete Mix. 65 yas. and including 80 yea. water level) Group 37: Bulk Cement spreader (w/we Auger, over 80 yes. ana 1n - clueing 95. yes. water level): Dump (over 80 yos. and including 95 yos. water level): Dumperete (over 80 yas. end Including 95 yes. water level): Dumpster (over 80 yos. and tncluoing 95 yas. water level); skids ( Door l5 Box, over 80 yos. Inc Ine luding 95 yes. water level): Trucks (Dry Pre-batcn Concrete Mix, Over 80 yas. ano Including 95 yds. water level) '. 112 (Mar. 29. 1991) MW -38 NORTH 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CA91 -4 AREA DESCRTPTIDN5 FOR POWER EQUIPMENT OPERATORS POWER EOUIPMENT OPERATORS: ALL CRANES AND ATTACHMENTS AREAS I ana'II AREA I: All inclueea in the ee5Crlptton ..fined below which la bases upon Townsnlp and Range Lines of AREAS.I ono II Commencing in the Pacific Ocean on the extension af the Southerly line of Townsnlp 195. Thence Easterly along the 5outnerlY line to Townsnip 195. ' crossing the Mt, Dieelo Meridian to the 5.W. corner of Township 195, range 6E, Mt. DIaD'O Base line and Meridian, Thence Southerly to trio 5.W. corner of township 205: range 6E. Thence Easterly to the 5.w corner of townsnlp 205.'range 13E. Manse 5outnerlY to the S.W. corner of townsnlp 215. range 13E. Thence Easterly to the S.W. corner of townsnlp 215,;range 17E. Thence Soutnarly to trio S.W. corner of tewnshlP 225.' r'angs'17E.' Thence Easterly to the 5.E. corner of townsnlp 225.'.range 17E. Thence Southerly to tn. S.W. corner of-townsnlp 235. range iaE. Thence Easterly to the 5.E. corner Of townsnlp 235. range- 18E. . Thence Soutnarly to tns S.V. corner of townsnlp 245.'ronge 19E.. . falling on the Soutnarly Line of Kings County. thence Easterly along the 5cutn.rly Boundary of Kings County anis the Soutnarly Boundary of Tulare County, to the S.E. corner of townsnlp 245, range 29E, Thence Nortnerly to the N.E. corner of tawnsnip 21$• range 29E. Thence Westerly to the N.w. corner Of township 215.'range 20E,' Thence Northerlyto the N.E. corner of township 175. range 28E. . Thence Westerly to tns N.W. corner of township 135,:.range 28E• Thence Nortnarly to the N.E. corner of townsnlp 115. range 27E. Thence westerly to the N.V. corner of townsnlp 115.' range 27E. Thence Nortnarly to the N.E. corner of townsnlp 105. range 26E. Thence westerly to the H.Y. corner of township 105. range 26E, Thence Nortnarly to the N.E. corner of townsnlp 95,°rsnge 25E.' Thence westerly to the N.M. corner Of townsnlp 95. range -25E. Thence Northerly -to the N.E. Corner Of township 85. range 24E. Thence Westerly to the N.W. corner of township 85..refiger 24E. Thence Northerly to the N.E. corner 0f township 65'.' range 23E. Thence Westerly to the S.E. corner of township 55.' rsnge'.19E.' Thence Nortnarly to the 5.E. corner of .townsnlp 55. range 19E. Thence Westerly to the N.W. corner of township 55:: renge'19E. Thence Northerly to the H.E. corner of township 35. range 18E, Thence Westerly to trig N.M. corner 0f ,townsnlp 35.,. range 18E. Thence Northerly to the N.E. corner of ,townsnlp- 25. range -171.'. Thence Westerly to the N.W. corner of townsnlp 25.. range 17E, Thence Northerly crossing the Mt. Diable Baseline-'t0"tns N.E. corner of townsnlp 2N, range /6E, Thence westerly to the N.W.' corner Of township 2N.,ran9e 16E. Thence Northerly to the N.E. corner oftownsnlp 3N; range' 15E:._' Thence Westerly to the N.E. corner 0f'townanlp- 3N. range 15E. • Thence Nortnarly to the N.E. corner of townsnlp 4N; range' 14E, Thence Westerly to the N.V. corner of townsnlp AN, range 14E. Thence Nortnarly to the N.E. corner oftownsnlp 5N;''' rang.' 13E,' Thence westerly to the N.E. Corner Of township 5N, range 13E, , 112a (Mar. 29, 1991) NW -39 NORTH 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 C491-4 Thence Northerly to the N.E. corner of townsnip 10N, range 12E. Thence Easterly to the S.E. corner of township 11N. range 14E, Thence Nortnerly to the N.E'• corner of townsnlp 11N. range 14E. Thence Westerly to the N.E. corner Of townsnip 11N, range 10E. Thence Nortnerly to the N.E. corner of townsnlp 15N, range 10E. Thence Easterly to the S.E. corner of townsnip 16N. rang. 11E, Thence Northerly to tn. N.E. corner of township 16N, range 11E, Thence Easterly tO the 5.E. corner of township 17N. range 14E, Thence Southerly to the S.W. corner Of township 14N,- range 141, Thence Easterly to the $.E. Corner of township 14N, range 15E. Thence Soutnarly to the S.W. corner of township 13N, range 16E. Thence Easterly to the S.E. corner of townsnlp 13N, range 161. Thence Southerly t0 the S.W. corner of township 12N. range 17E. Thence Easterly along trio Soutnern Line to townsnlp 12N to Inc., Eastern Boundary of tn. State Of California. to the State of California to the N.E. Corner of townsnlp 17N, range 18E.. Thence Westerly to Inc N.Y. corner of township 17N, range 11E. Thence Nortnerly to. the N.E. corner of township 20N. range 10E, Thence Westerly to the N.V. corner of townsnlp 20N. range:20E,- Thence Northerly to the N.E. corner of township 21N, range 9E,. Thence westerly to the N.V. corner of townsnip 21N, range 9E Thence Nortnerly to Inc N.E. corner of townsnlp 22N, range 81. Thence Westerly to Inc N. W. corner of township 27N. range BE., Thence Nortnerly t0 tna S.W. corner of townsnlp 27N. range 8E, Tnence Easterly to Inc S.E. Corner of townsnlp 27N. range 8E. Thence Nortnerly t0 the N.E. corner of townsnip 28N. range BE. Thence Westerly to the N.V. corner of townsnlp 28N, range 7E. Thence Northerly to the N.E. corner of township 30N. range 61. Tnence Westerly t0 tn. N.W. corner Of townsnip 30N. range 1E, Tnence Nortnerly along the Mt. D1a01C Meridian to Inc N.F. corner of Township 34N. range 11, Thence Westerly tO Inc N.V. corner of township 34N. range 61, Thence Southerly to the N.E. corner of townsnlp 22N. range 7W, thence westerly to the N.V. corner of townsnip 32N, range 71, Tnanoe Southerly to -the S.W. corner of townsnip 30N,, range 7W, Thence Easterly to the S.E. corner of townsnlp 30N. range 71. Thence Soutnarly to the S.W. corner of townsnlp 16N. range 61. Thence Easterly to the S.E. corner of townsnip 16N. range 611. Thence Soutnarly to tn. S.W. corner of townsnlp 14N, range 51.'. Thence Westerlyto the S.E. corner of townsnip 14N. range 7W. ' Thence Nortnerly to the N.E.' corner of township 14N, range 710.' Thence westerly t0 the N.V. corner of townanlp IAN. range 71, Thence Northerly to tneN.E. -corner of townsnlp 15N, range 81, Thence Westerly to Ina S.E. corner of townsnip 16N. range 1210. Thence Nortnerly to tns N.E. corner of townsnlp - 16N. range 121. Thence Westerly to the N.Y..corner of townsnlp 16N, range 121, Thence Northerly to the N.E. corner of townsnip 1BN. range 121. Thence Westerlyto the N.W. corner of townsnlp IBM, range 141. Thence Southerly to the S.W. corner of township 18N, range 141,, Thence Easterly to the S.E. corner of townsnip 18N. range 141, Thence Southerly to the S.W. corner of township 16N, range 13W, Thence Westerly tOtheN.V. corner of townsnlp 1BN. range 141, Thence Southerly to the S.V. Corner of townsnlp - 14N. range 141,_ Thence Easterly to the 5.E. corner Of townsnlp 17N. range 141: Thence Southerly to the S.W. corner of townsnip 13N. range /31, Thence Easterly to the S.E. corner of townanlp 13N, range 13W;. Thence Southerly to the S.W. corner of township 11N. range 12W, 1120 (Mar. 29. 1991) c7W- 4 0 NORTH 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CA91-4 Thence Easterly to the 5.E. corner 01 township IiN, range 12W. Thence Southerly along tne Eastern Line to range 12W, to the Pacific Ocean excluoing that portion of Northern California wltnin Santa Clara County inclu0e0 within tne following ' line: Commencing at the N.W. corner of townenip 65. range 3E. Mt. Diablo Baseline and Meridian: Thence in a Southerly direction to the S.W. corner of township 75, range 3E. Thence In a Easterly direction to the S.E. cdrn.r of townantp 75, range 4E. Thence In a Northerly airectlon to the N.E. Corner 0f townsnlp 65. range 4E. Thence in a Westerly 0,rettton t0 the N.V. corner of townsnlp 65. range 3E. to the point of beginning which portion is a' part of Area 2. AREA I: also -includes that portion of Nortn.rn California wltnin the following -lines: Commencing in Inc Pacific Ocean on a extension of the $outnerly line to townan7P 2N. Humboldt Baseline and -Meridian: Thence Easterly along the Southerly line to Township 2N. to the S.W. corner of Townanlp 2N. range IM, Thence $outnerly to The S.W. corner of townantp IN, range 1W. Thence Easterly along the Humboldt Baseline to the S.W. corner Of townsnlp IN. rang• 2E. Thence Soutnarly to the S.W. corner of township 25. range 2E, Thence Easterly To the 5.E. corner of townantp 25. rang■ 2E. Thence Soutnarly t0 the 5.w. corner of townenip 45, range 3E. Thence Easterly to Inc 5.1. corner of townsnio 45. range 3E. Thence Nortnerly to Inc N.E. cornerof townsnlp 25. range 3E, Thence Westerly to the N.V. corner O* townantp 25. range 3E. Thence Nortnerly Creasing the Numbolat Baseline to the 5.w. corner of township IN, range 3E. Thence E ly along Inc Humboldt -Baseline to Inc S.E.. corner of townsnlp IN. range 3E. Thence Nortnerly to INC N.E. Corner of townsnlp SN. range 3E,- • ThenCe Westerly to the N.W. corner Of townsnlp 9N. range 2E, . Thence Nortnerly to Inc H.E. corner of townsnlp ION. range IE. Thence Westerly along the Nortnerly line to township 10N. into the PaC1fIC Ocean. AREA I: also includes that portion of wltnin Ina following lines: Commencing at the Nortnerly-boundary at the N.W. corner o1 townsnlp 48N. and Mericlan: Thence Southerly to the S.W. earner of township 44N. Thence Easterly to the S.E. corner of townsnlp 44N. TnenCe $outnerly 10 the S.W. Corner Of townsnlp 43N. Thence Easterly to the 5.1. corner of townsnlp 43N. Thence Nortnerly t0 the N.E. corner of township 48N. On the Nortnerly boundary of the State of Californl Thence Weat.rly along the Nortnerly boundary of LAO California to the point of beginning. • AREA II: All areas not lncluoed wltnin AREA t as defined.', Northern California InC1u0e0 of the State of California range 7W, Nt. Dlaelo Baseline 112c (Mar. 29, 1991) NW -41 NORTH range 7W. range 7V. range 6W,. ring. 5W. range 5W. a. State of 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CA91-a Unllateo classIflcatlons neeaea for work not 1ncIudeo wltnln the scope of the cass + f ICatl0ns 1lstea may re aaoeo attar award only as provloea 1n the laoor stanoaros contract Clauses (29 CFR. 5.5 (a)( l )( 1 1 1 ) . 112d (Mar. 29, 1991) MW -42 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 GENERAL WAGE DECISION NO CA91-6 Superseoes General wage Decision NO. CABO-6 State: CALIFORNIA, OREGON. WASHINGTON County(les): CALIFORNIA. Del Norte. HufOolat, L0s Angeles; Marin. Mendocino, Monterey. Orange. Rlverslas. San Olego.,San Francisco. San Luls.Oolso0. San Mateo. Santa Baroara. Santa Cruz. Sonoma. aria Ventura. OREGON: Clatsop. Coos. Curry. Douglas. Lane. Lincoln. Tillamook. WASHINGTON: Clallam. Grays Haroor.'Islana of Jefferson. King, Klteap. Mason, Pacific. Pierce. San, Juan. Skagit. ! Snonomisn, Thurston. Wankiakum. Wnatcom- Construction Type: DREDGING COnatruCt,On • Description: DREDGING CONSTRUCTION PROJECTS MOO1ficatlon Rec0rc: NO. Puolication Data 131 MW -47 NORTH. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CAS1-6 Basic Hourly Rates Fringe Benefits SELF-PROPELLED HOPPER DREDGES: Drag 7enoers - 8.78 4.23 • a FOOTNOTE: a. Nine paid holidays: New Year's Day. Washington's Birthday., Memorial Day. 3ndeDenoence Day. Labor Day. Paul Hall,'e Birthday. Veterans Day. Thanksgiving Day. Christmas Day. Unlisted classifications needed for roles not included within the scope of the classifications 114[00 may be doped after award only as provided in the labor standards contract clauses (25 CFR. 5.5 (a) (.1 ) 132 MW -48 NORTH