Loading...
HomeMy WebLinkAboutAgenda Report - October 17, 1984 (87)CITY COUNCIL MEETING f`f OCTOBER 17, 1984 PI AIN:S AND SM ;S CXR W I L APPWNH) 111F PT,ARS APD SPfX: I F ICAT IM FCR "MISS ICN Ilk IMlSSICN 91WEr WAIM MAIN AN) S'lu I FVAIN" AND AUI1ICRIUD TIT CITY \S'IRE>uT %om CI AN TO ADVOU I SF FM RIDS 'I1 Ilii N . MA IN AND S IMI MAI N" APPH(NM CITY OF LODI PUBLIC WORKS DEPARTMENT COUNCIL COMMUNICATION r • .... � F i d. • 1 .. SPECIFICATIONS C ti • i i WATERMAIN r Stockton Street tc) Washin�t • •_ C I T Y O F L 0 D I PUBLIC WORKS DEPARTMENT PLANS AND SPECIFICATIONS FOR MISSION STREET WATERIMAIN AND STORM DRAIN Stockton Street to Washington Street October 1984 SET NO. TABLE OF CONTENTS FOR SPECIFICATIONS SECTION 1 NOTICE INVITING BIDS 1.1 SECTION 2 INFORMATION TO BIDDERS 2.1 SECTION 3 BID PROPOSAL 3.1 SECTION 4 CONTRACT 4.1 SECTION 5 GENERAL PROVISIONS Scope of Work 5.1 Control of Work 5.1 Control of Materials 5.3 Legal Relations and Responsibilities 5.3 Prosecution and Progress 5.6 Measurement, Acceptance and Payment 5.7 Standard Specifications 5.8 SECTION 6 SPECIAL PROVISIONS Description of Work 6.1 Quantities 6.1 Materials 6.2 Scheduling Project Work 6.2 Construction Right -of -Way 6.2 Construction Details 6.3 VICINITY MAP STANDARD PLANS PLANS SEPARATE SECTION 1 NOTICE INVITING BIDS MISSION STREET WATERMAIN AND STORM DRAIN Stockton Street to Washington Street CITY OF LODI, CALIFORNIA Sealed proposals will be received by the Purchasing Agent, Lodi City Hall, 221 W. Pine Street, Call Box 3006, Lodi, CA 95241-1910, until 11:00 A.M. on Wednesday, November 14, 184. At this time, the proposals will be publicly opened and read in the Council Chambers for performing the following described work. The work consists of furnishing and installing approximately 173 LF 12", 472 LF 10", and 25 LF 6" watermains, complete with valves; 6 LF of 18", 38 LF of 15", and 259 LF ofl2"" storm drain, including tieing into existing manhole; catch basin; and construction of manhole, catch basin, and storm drain riser. The work shall also consist of removal of existing storm drain pipe, manhole, catch basin and miscellaneous concrete, and construction of curb, gutter and sidewalk and other incidental and related work, all as shown on the plans and specifications for the above project. The work to be performed shall be completed within 60 calendar days after both parties have signed the contract, and the Contractor shall begin work within ten (10) days after the contract date. In accordance with the provisions of Section 1770 to 1778 of the Labor Code of the State of California, the City of Lodi has ascertained that the general rate of per diem wages and wage rate for holidays and overtime applicable to the locality in which the work is to be done are as set forth in Resolution No. 4222 of the City of Lodi, copies of which are on file in the office of the City Clerk. If a craft or classification used on the project is nct shown on the wage determination, the Contractor may be required L'o pay the wage rate of that craft or classification most closely related to it, as shown in the general determinations. The City of Lodi hereby notifies all bidders that it will affirmatively insure that, in any contract entered into pursuant to this advertisement, minority 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, sex or national origin in consideration for an award. For any moneys earned by the Contractor and withheld by the City of Lodi to ensure the performance of the contract, the Contractor may, at Contractor's request and expense, substitute securities equivalent to the amount withheld in the form and manner and 1.1 PSWT01/mswl subject to the conditions provided in Chapter 13 (commencing with Section 4590), Division 5, Title 1 of the Government Code of the State of California. � The Contract Documents are available at the office of the City Engineer, Public Works Department, City Hall, 221 W. Pine Street, Call Box 3006, Lodi, California 95241-1910, telephone (209) 333-6706. Minimum wage rates for this project as predetermined by the Secretary of Labor are set forth in the Federal Register on file in the office of the City Clerk. If there is a difference between the minimum wage rates predetermined by the Secretary of Labor and the prevailing wage rates set forth in Resolution No. 4222 for similar classifications of labor, the Contractor and his/her subcontractors ,- shall pay not less than the higher wage rate. The project is funded by Federal Community Development Block Grant Funds. The Contractor shall submit copies of weekly payroll. No bid will be considered unless it is submitted on a proposal foam furnished by the City of Lodi. The City Council reserves the right to reject any or all bids and to waive any irregularity in the completion of such forms. By Order of the City Council ALICE M. REIMCH'E City Clerk 1.2 PSWTOI/mswl SECTION 2 INFORMATION TO BIDDERS 2.100 BID OPENING The Purchasing Agent will receive sealed bids at Lodi City Hall, 221 West Pine Street, Lodi, California, 95240, until the time for opening bids as noted in the "Notice Inviting Bids." Bidders or their authorized agents are invited to be present. The Proposal shall be submitted as directed in the "Notice Inviting Bids" under sealed cover plainly marked as a proposal, and identifying the project to which the proposal relates and the date of the bid opening therefor. Proposals which are not properly marked may be disregarded. Only Proposals actually received by the Purchasing Agent by the time set for the bid opening will be accepted. 2.200 EXAMINATION OF CONTRACT DOCUMENTS.AND SITE OF WORK The Bidder is required to examine carefully the site, Information to Bidders, Bid Proposal, Contract, General Provisions, Special Provisions and the plans for the work contemplated, and it will be assumed that the Bidder has investigated and is satisfied as to the conditions to be encountered, as to the character, quality and quantities of work to be performed and materials to be furnished and as to the requirements of the General Provisions, the Special Provisions and the Contract. It is mutually agreed that submission of a bid proposal shall be considered prima facie evidence that the bidder has made such examination. 2.300 REGISTRATION OF CONTRACTORS Before submitting bids, contractors shall be licensed in California in accordance with the provisions of Chapter 9 of Division III of the Business and Professions Code. 2.400 PROPOSAL FORM All proposals must be made on the forms provided with this set of specifications. All proposals must be signed by the Bidder, and other appropriate information provided. 2.500 REJECTION OF PROPOSALS CONTAINING ALTERATIONS, ERASURESR GUL R TIES Proposals may be rejected if they show any alterations of form, additions not called for, conditional or alternati�,e bids, incomplete bids, erasures or irregularities of any kind. The right is reserved to reject any and all proposals. PJFMOI/pbs2 2.1 Rev. 2/84 2.600 BIDDER'S GUARANTEE All bids shall be presented under sealed cover and shall be is accompanied by cash, cashier's check, certified check, or bidder's bond, made payable to the City of Lodi, for an amount equal to at least ten percent (10b) of the amount of said bid, and no bid shall be considered unless such cash, cashier's check, certified check or bidder's bond is enclosed therewith. A All bidder's guarantees will be returned to the respective bidders after the contract has been awarded, except for those bid guarantees of bidders who may be given further consideration if the low bidder does not elect to execute the contract. After the award, if the Contractor awarded the bid does not execute the contract, the bidder's guarantee will be forfeited. All bidder gui rantees of unsuccessful bidders will be returned upon receiving the executed contract. 2.700 DESIGNATION OF THE SUBCONTRACTOR r Any subcontractor doing work in excess of one-half of one percent (;O�) of the total contract price shall be be designated on the form provided in accordance with Section 4100, et. seq., of the Govern- ment Code. C 2.800 AWARD OF CONTRACT The award of the contract, if it be awarded, will be to the lowest responsible Bidder whose bid proposalcomplies with all the requirements described. c Where alternate bids are received, the City Council reserves the right to select the bid most advantageous to the City. The award, if made, will be made within thirty (30) days after the opening of the bids. All bids will be compared on the basis of the Engineer's Estimate of quantities of work to be done. C: 2.900 EXECUTION Of CONTRACT The contract shall be signed by the successful Bidder and returned, together with the contract bonds, within ten (10) days, not - including Sundays, after the Bidder has received notice that the contract has been awarded. No proposal shall be considered binding upon the City until the execution of the contract. Fa *lure to execute a contract and file acceptable bonds as provided here .n within ten (10) days, not inr_luding Sundays, after. the Bidder has received notice that the contract has been awarded shall be just cause for the annulment of the award and the forfeiture of the proposal deposit. PJFM01/pbs2 2.2 Rev. 2/84 2.1000 CONTRACT BONDS The Contractor shall furnish two good and sufficient bonds: 1. A faithful performance bond in the amount of one hundred percent (100%) of the contract price; and 2. A labor and materials bond in the amount of fifty percent (50%) of the contract price. These bonds will be required at the time the signed contract is returned to the City. 2.1100 NOTIFICATION OF SURETY COMPANIES The surety companies shall familiarize themselves with all the provisions and conditions of the contract. It is understood and agreed that they waive the right of special notification of any modifications or alterations, omissions or reductions, extra or additional work, extensions of time or any other act or acts by the City of Lodi or its authorized agents under the terms of the contract; and failure to so notify the surety companies of such chanoes shall in no way relieve the surety or sureties of their obligations under this contract. 2.1200 INSURANCE CERTIFICATE The Contractor shall furnish a certificate of insurance to the City of Lodi in accordance with Section '5.413, "Public Liability and Property Damage Insurance", and Section 5.414, "Compensation Insurance", of the General Provisions at the time the signed contract is returned to the City. 2.1300 WORKER'S COMPENSATION INSURANCE The Contractor shall carry full Worker's Compensation Insurance coverage for all persons employed in carrying; out the work, including subcontractor's employees, under this contract in accordance with the "Worker's Compensation and Insurance Act", Division IV of the Labor Code of the State of California and any acts amendatory thereof. PJFMOI/p&s2 2.3 Rev. 2/84 SECTION 3 BID PROPOSAL MISSION STREET WATERMAIN AND STORM DRAIN Stockton Street to Washington Street CITY OF LODI, CALIFORNIA Date: To the Ai City Council Lodi Hall 221 ►. Pine Street Call t.,x 3006 Lodi, CA 95241-1910 The undersigned declares that the site has been carefully examined, Information to Bidders, Contract, General Provisions, Special Provisions and the Plans for the construction of various items required for the above-named project and submits this schedule of prices for the items of his bid. If awarded the Contract, the undersigned agrees to furnish all labor, material and equipment necessary to complete said work for this project, excepting those items supplied by the City of Lodi, in strict accordance with the Plans, Information to Bidders, General Provisions, Special Provisions and Contract form adopted for the same and the requirements under them of the Engineer, and will take in full payment therefor the following. unit and total prices, to -wit: 3.1 PSWT0I/msw3 V a Perform the work necessary to install watermains and storm drains, and other incidental and related work, all as shown on the plans and specifications for "MISSION STREET WATERMAIN AND STORM DRAIN, Stockton Street to Washington ! Street." BID ITEMS TOTAL BASE BID $ 3.2 PSWTO1/msw3 ITEM EST'D. UNIT TOTAL NO. DESCRIPTION UNIT QTY. PRICE PRICE 1. 12" watetmain LF 173 S $ 2. 10" watermain LF 427 $ $ 3. 6" watermain LF 25 $ $ 4. 10" water valve EA 2 $ $ 5. 6" water valve EA 1 $ $ 6. 18" storm drain LF 259 $ $ 7. 15" storm drain LF 6 $ $ 8. 12" storm drain LF 38 $ 9. 48" manhole EA 1 S $ 10. Side inlet catch basin EA 1 $ 11. Storm drain riser EA 1 $ $ 12. Rolled curb, gutter and sidewalk LF 12 $ $ C 13. Square -type curb, gutter and sidewalk LF 6 $ $ 14. Commercial curb, gutter and driveway LF 22 $ $ C 15. Excavation safety LS LS Lump sum TOTAL BASE BID $ 3.2 PSWTO1/msw3 The undersigned agrees that if this Bid Proposal is accepted, at the time of the signing of the contract, two good and sufficient bonds will be furnished: one in the amount of 100 percent of the contract price for faithful performance of all the terms and covenants and conditions of the contract; the other in the amount of 50 percent of the contract price to guarantee the payment for labor and materials used in performing the work embraced under this contract. All bidder's guarantees will be returned to the respective bidders after the contract has been awarded, except for those bid guarantees of bidders who may be given further consideration if the low bidder does not elect to execute the contract. After the award, if the Contractor awarded the bid does not execute the contract, the bidder's guarantee will be forfeited. All bidder guarantees of unsuccessful bidders will be returned upon receiving the executed contract. Accompanying this Bid Proposal is (insert the words "Cash," art a eck," "Cashier's Check," or "Bidder's Bond," as the case may be) payable to the City of Lodi in the amount equal to at least ten percent (10%) of the total bid, which is to be deposited with the City of Lodi as required. The undersigned further agrees that in case of default in executing the required contract, together with the necessary bonds, within ten (10) days, not including Sundays, after receiving the contract for signature, the proceeds of the deposit accompanying the bid shall become the property of the City of Lodi, California, and this Bid Proposal and the acceptance thereof may be considered null and void, however, if the undersigned shall execute the contract and furnish the bonds required within the time aforesaid, the deposit shall be returned forthwith. It is understood that no verbal agreement or conversation with any officer, agent or employee of the City, either before or after the execution of the Contract, shall affect or modify any of the terms or obligations of this Bid Proposal. It is understood that the City will not be responsible for any errors or omissions on the part of the undersigned in making up the bid, nor will bidders be released on account of errors. The undersigned declares that the only person or persons interested in this proposal as principal or principals is or are the undersigned, and that no person other than the undersigned has any interest in this Bid Proposal or in the contract proposed to be taken; that this proposal is made without any connection with any other person or persons making a bid or proposal for the same purpose; that the proposal is in all respects fair and in good faith and without collusion or fraud; that no City Officer, either elected or appointed, and no City Employee is, shall be or become directly or indirectly interested as principal or principals in this Bid Proposal or in the contract proposed to be made, or in the supplies, work or business to which it relates or in any portions of the profits thereof. 3.3 The following information f furnished relative to each subcontractor who will perform work or labor or render services to the undersigned in and about the construction of the project in an amount in excess of one-half of one percent (i%) of the total amount of this bid. The undersigned agrees that any portions of the work in excess of one-half of one percent (}%) of the total amount of this bid and for which no subcontractor is designated herein, will be performed by the undersigned. Name of Subcontractor Address Description of Work The Undersigned is licensed in accordance with the laws of. the State of California, License No. Dated: 19 Bidder Authorized gnature Title TYPE OF ORGANIZATION Individual, Partnership or Corpora- (Affix corporate seal if tir.n Corporation) AW ress (eT�Tep >1' one7N_u9Qr 3.4 SECTION 4 CONTRACT MISSION STREET WATERMAIM AND STORM DRAIN Stockton Street to Washington Street CITY OF LODI, CALIFORNIA THIS CONTRACT made on by and between the City of Lodi, State oT California, herein referred to as the "City," and herein referred to as the ontractar. WITNESSETH: That the parties hereto have mutually covenanted and agreed, and by these presents do covenant and agree with each other, as follows: The complete Contract consists of the following documents which are incorporated herein by this reference, to -wit: Notice Inviting Bids Information to Bidders General Provisi-ons Special Provisions Bid Proposal Contract Contract Bonds Plans The July 1984 Edition Standard Specifications, State of California .Business and Transportation Agency Department of Transportation All of the above documents, sometimes hereinafter referred to as the "Contract Documents, are intended to cooperate so that any work called for in one and not mentioned in the other is to be executed the same as if mentioned in all said documents. ARTICLE I - That for and in consideration of the payments and agreements hereinafter ment4oned, to be made and performed by the City and under the condition expressed in the two bonds bearing even date with these presents and hereunto annexed, and Contractor agrees with the City, at Contractor's 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 the City, necessary to construct and complete in a good workmanlike and substantial manner and to the satisfaction of the City the proposed improvements as shown and described in the Contract Documents which are hereby made a part of the Contract. 4.1 PSWT0I/msw4 ARTICLE II - The City hereby promises and agrees with the �ntractor to employ, and does hereby employ, the Contractor to provide all materials and services not supplied by the City and ,to do the work according to the terms and conditions for the price herein, and hereby contracts to pay the same as set forth in Section 5.600, "Measurement, Acceptance and Payment," of the General Provisions, in the manner and upon the conditions above 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 - And the Contractor agrees to receive and accept the TT wing prices as full compensation for furnishing all materials and for doing all the work cootemplated 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 City, 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: j^ the manner and according to the Plans and Contract Documents and the requirements of the Engineer under them, to -wit: 4.2 PSWT01/msw4 Perform the work necessary to install watermains and storm drains, and other incidental and related work, all as shown on the plans and specifications for "MISSION STREET WATERMAIN AND STORM DRAIN, Stockton Street to Washington Street." BID ITEMS ITEM EST'D. UNIT TOTAL NO. DESCRIPTION UNIT QTY. PRICE PRICE 1. 12" watermain LF 173 $ S 2. 10" watermain LF 427 $ $ 3. 6" watermain LF 25 $ $ 4. 10" water valve EA 2 $ $ 5. 6" water valve EA 1 $ $ 6. 18" storm drain LF 259 $ 7. 15" storm drain LF 6 $ $ 3. 12" storm drain LF 38 $ $ 9. 48" manhole EA 1 $ $ 10. Side inlet catch basin EA 1 $ $ 11. Storm drain riser EA 1 $ $ 12. Rolled curb, gutter and sidewalk LF 12 $ $ 13. Square -type curb, gutter and sidewalk LF 6 $ $ 14. Commercial curb, gutter and driveway LF 22 $ $ 15. Excavation safety LS LS Lump sum TOTAL BASE BID PSWTOI/msw4 4.3 $ 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 requires every employer to be insured against liability for workmen'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 - 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 Proposal of the 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 VI - The City is to furnish the necessary rights-of-way and easements and to establish lines and grades for the work as specified under the Special Provisions. All labor or materials not mentioned specifically as being done by the City will be supplied by the Contractor to accomplish the work as outlined in the specifications. ARTICLE VII - The Contractor agrees to commence work pursuant, to this coniract within ten (10) calendar days from the date of execution hereof, and to diligently prosecute the same to completion within 60 calendar days from the date of execution of this contract. IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands the year and date first above written. CONTRACTOR: By: Title _ (CORPORATE SEAL) 4.4 PSWT01/msw4 CITY Of LODI By: Mayor Attest: ty er 01 11 SECTION 5 GENERAL PROVISIONS 5.100 SCOPE Of WORK 5.101 Work to be Done The work to be done consists of furnishing all labor, materials, methods and pro- cesses. implements. tools. and machinery. except as otherwise specified. which are necessary and required to construct and complete the work designated in these specifications and improvement plans. and to leave the g►ounds in a neat condition. 5.102 Alterations By mutual consent in writing of the parties signatory to the contract. alterations or deviations, increases or decreases. additions or omissions, in the plans and specifications. may be made and the same shall in no way affect or make void the contract. The City of Lodi reserves the right to increase or decrease the quantity of any item or portion of the work, or to omit portions of the work as may be deemed necessary or expedient by the City Engineer. 5.10; Extra Work New and unforeseen work will be classed as extra work when such work cannot be cover- ed by any of the various items for which there is a contract bid price. The Contractor shall do no extra work except upon a written change order from the City Engineer, for such extra work the Contractor shall receive payment as previously agreed upon in the chinge order or as provided in Section 5.603. "Extra Cork" of these General Provisions. 5.104 Cleaning UP The Contractor shall not allow the —site of the work to become littered with trash and waste material. but shall maintain the same in a neat and orderly condition throughout the construc- tion period. The Engineer shall have the right to determine what is or is not waste material or rub- bish and the place and manner of disposal. The Contractor shall remove and dispose of ail trees designated by the City Engineer as obstructions to the proper completion of the work. Upon completion and before making application for final acceptance of the work. the Contractor shall clean the street or road;. borrow pits, and all ground occupied by him in connection with the work of all rubbish, excess materials. temporary structures. and equipment; and all parts of the work shall be left in a neat and presentable condition, accept- able to the Engineer. 5.200 CONTROL OF HORK 5.201 Authority of the City Engineer The City En- gineer shall decide any and all questions which may arise as to the quality or acceptability of materials furnished and work performed, and as to the manner of performance and rate of progress of the work, all questions which arise as to the interpretation of the pians and specifications; all questions as to the acceptable fulfillment of the contract on the part of the Contractor; and all questions as to claims and compensation. The City Engineer's decision shall be final and he shall have executive authority to enforce and make effective such decisions and orders as the Contrac- tor fails to carry out promptly. 5.202 Plans All authorized alterations affecting the requirements and information given on the ap- proved plans shall be in writing. No changes shall be made of any plan or drawing after the same has been approved by the City Engineer, except by direc- tion of the City Engineer. The contract plans shall be supplemented by such working drawings prepared by the Contractor as are necessary to adequately control the work. These plans shall be approved by the City Engineer be- fore any work involving these pians shall be per- formed. No change shall be made by the Contractor in any working drawing after it has been approved by the Engineer. Full compensation for furnishing all working draw- ings shall be considered as included in the prices paid for the contract items of work to which such drawings relate and no additional compensation will be allowed ther-for. it is mutually agreed, however. that approval by the City Engineer of the Contractor's working plans does not relieve the Contractor of any responsibility for accuracy of dimensions and details. and that the Contractor shall be responsible for agreement and conformity of his working plans with* the approved plans and specifications. S.203 Conformity with Contract Documents and Allow- able Deviations Work and mater a s s-a-11sh-a-11 con orm to the lines. grades. cross sections, dimensions and material requirements. including tolerances, shown on the plans or indicated'in the specifications. Deviations from the approved plans. as may be re- quired by the urgencies of construction, will be determined in all cases by the City Engineer and authorized In writing. 5.204 Coordination of Plans and Specifications The plans and specifications including all supple- mentary documents are essential parts of the con- tract and a requi—ment occurring in one Is as binding as though urring in all. They are intend- ed to be cooperative, to describe, and to provide for a complete work. Plans shall govern over Special Provisions. Spe- cial Provisions shall govern over General Provi- sions. General Provisions shall govern over Standard Sn-xifications and Standard Plans. 5.205 Interpretation of Plans and Specifications Should it appear that the work to be done, or any matter relative thereto. is not sufficiently de- tailed or explained in the plans or specifications. the Contractor shall apply to the City Engineer for such further explanations as may be necessary, and shall conform to such explanation or interpretation as part of the contract so far as may be consistent 5.1 with the intent of the original specifications. In the event of doubt or question relative to the true meaning of the contract documents. reference shall be made to the City Engineer, whose decision there- on shall be fins'. In the event of any discrepancy between any draw- ing and the figures written thereon. the fiqures Shall be taken as correct. 5.106 Order of Work When required by the special provisions or plans. the Contractor shall f-31)ow the sequence of operations as set forth therein. Full compensation for conforming with such re- quirements will be considered as included in the prices paid for the various contract items of work. and no additional compensation will be allowed therefor. 5.207 Plans and Specifications on Job Site A complete. approved set of plans, sped ications and change orders shali be kept on the job site and available at all times. Non-availability shall be deemed a cause for temporary suspension of work. 5.208 Superintendence The Contractor shall desig- nate berore starting work an authorized represeintative who shall have the authsrity to re- present and act for the Contractor. Said authorized representative shall be present at the site of the work at all times while work is actually in progress on the contract. When work is not in progress anJ during periods t+hen work is suspended, arrangements acceptable to the Engineer shall ba made for any emergency work which may be required. Whenever the Contractor or his authorized repre- sentative is not present on any particular part of the work where it may be desired to give direction. orders will be given by the Engineer, which shall be received and obeyed by the superintendent or foreman who may have charge of the particular work in reference to which the orders are given. Any order given by the Engineer, not otherwise re- quired by the specifications to be in writing, will, on request of the Contractor. be given or confirmed by the Engineer in writing. 5.209 lines and Grades All distances and measure- ments are given and wiT1 be made in a horizontal plane. Grades are given from the top of stakes or nails. unless otherwise noted. Such stakes or points will be set by the Engineer as he determines to be necessary to establish the tines and grades required for the completion of the work specified in the plans and specifications. Three consecutive points shown on the same rate of slope must be used in common In order to detect any variation from ., straight grade; and in case any such discrepancy exists it must be reported to the City Engineer. 1f such a discrepancy Is not re- ported to the City Engineer. the Contractor shall be responsible for any error in the finished work. 5.2 The Contractor shall give at least 24 hours notice when he will require the services of the City En- gineer for laying out any portion of the work. Stakes and points set by the Engineer shall be care- fully preserved by the Contractor until authorized to remove them by the City Engineer. in case such stakes and points are destroyed or damaged they will be replaced at the Engineer's earliest con- venience. The Contractor will be charged for the cost of necessary replacement or restoration of stakes and points which. In the judgment of the Engineer. were carelessly or willfully destroyed or damaged by the Contractor's operations. This charge will be deducted from any moneys due or to become due the Contractor. 5.210 Inspection The Engineer shall at all times have access to the work during its construction, and shall be furnished with every reasonable facility for ascertaining that the materials and the work- manship are in accordance with the requirements and Intentions of the specifications, the general pro- visions. and the plans. Al: work done and all materials furnished shall be subject to his In- spection. The Contractor shall provide pot holes for the En- gi,-eer for the purpose of taking compaction tests ;n areas below existing grade where embankments or trench and structure backfill has not been tested. Whenever the Contractor varies the period during which work is carried on each day, he shall give due notice to the City Engineer so that proper in- spect;on may be provided. The inspection of the work or materials shall not relieve the Contractor of any of h -is obligations to fulfill his contract as prescribed. Work an4 ma- terials not meeting such requirements shall be made goad and unsuitable work or materials may be rejected, notwithstanding that such work or•materials have been previously inspected by the Engineer or that payment therefor has been included in a pro- gress estimate. The projects financed in whole or in part with State funds shall be subject to inspection at all times by the Director of Pubiic Works of the State of California, or his agents. Portions of the work done under a San Joaquin County encrot.chment permit shall be subject to County inspec*Ion. 5.2-1i Removal of Defective and Unauthorized Work Al I work which is detective in its coastructron or deficient in any of the requirements of these spe- cifications shall be remedied, or removed and re- placed by the Contractor in an acceptable manner, and no compensation will be allowed for such cor- rection. Ail work done beyond the lines and grades shown on the plans or established by the City Engineer. or any extra work done without written authority, will be considered as unauthorized and will not be paid for. Upon failure on the part of the Contractor to com- plY forthwith with any order of the City Engineer made under the provisions of this section, the City Engineer shall have authority to cause defective work to be remedied, or removed and replaced, and unauthorized wo-k to be removed and to deduct the costs thereof from any moneys due or to become due to the Contractor. 5.212 Final Inspection Whenever the work provided and contemplated by the contract shall have been satisfactorily completed and the final cleaning up performed, and the City Engineer notified In writing. the City Engineer will make the final inspection. 5,100 CONTROL OF MATERIALS 5.301 Source of Supply and Duality of Materials The Contractor shall furnish all materials re- quired to complete the work. except materials that are designated in the specifications to be fur- nished by the City. Only materials conforming to the requirements of the specifications shall be incorporated in the wo!k. The materials furnished and used shall be new. excel as may be provided elsewhere In these specifications or the plans. The materials shall be manufactured, handled, and used in a workman- like manner to insure completed work in accord- ance with the plans and specifications. Manufacturers' warranties, guarantees. Instruc- tion sheets and parts lists, which are furnished with certain articles or materials incorporated In the work. shall be delivered to the Engineer before commencement of the work. 5.302 Samples and Tests At the option of the City Engineer, the source of supply of each of the materials shall be approved by the City En- gineer before delivery is started and before such material is used in the work. Representative preliminary samples of the character and quality prescribed shall be submitted by the Contractor or producer of ail materials to be used in the work for testing or examination as desired by the City Engineer. All tests of materials furnished by the Contrac- tor shall be made in accordance with commonly recognized standards of national organizations, and such special methods and tests as are pre- scribed in these specifications. The :ontracter shall furnish such samples of materials as are requested by the City Engineer, without charge. No material shall be used until It has been approved by the City Engineer. Sam - pies will be secured and tested whenever neces- sary to determine the quality of material. 5.303 Defective Materials All materials nct conforming to the requirements of these speci- fications shall be considered as defective, and all such materials. whether in place or not, 5.3 shall be rejected and shall be removed immedi- ately from the site of the work unless otherwise permitted by the City Engineer. No rejected materials. the defects of which have been subsequently corrected. shall be u^ed until approved in writing by the City Engineer. Upon failure on the part of the Contractor to comply with an order of the City Engineer made under the provisions of this section, the City Engineer shall have authority to remove and re- place defective material and to deduct the cost of removal and replacement from any moneys due or to become due the Contractor. 5.304 Cit furnished Materials Materials fur- nished ur- n s�iie City will available at locations designated in the Special Provisions. or if not designated therein they will be delivered to the project. They shall be hauled to the site of the work by the Contractor at his expense, including any necessary loading and unloading that may be Involved. The cost of handling and placing Clty- furnished materials shall be considered as Included In the price paid for the contract Item Involving such City -furnished materials. City -furnished ma.terials lost or damaged from any cause whatso- ever shall be replaced by the Contractor. The ' Contractor will be liable to the City for the cost of replacing City -furnished materials and such costs may be deducted from any moneys due or to become due the Contractor. 5.305 Trade Nas.es and Alternatives For convent ence in designation on the plans or in the speci- fications. certain articles or materials to !e in- corporated in the work may be designated under a trade name or the name of the manufacturer and his catalogue information. The use of an alternative article or materials which are of equal quality and of the required characteristics for the pur- pose intended will be permitted, subject to the following requirements. The burden of proof as to the quality and suit- ability of alternatives shall be upon the Con- tractor and he shall furnish all information neces- sary as required by the Engineer. The Engineer s1alI be the sole judge as to the quality and suitability of alternative articles or materials and his decision shall be final. Whenever the specifications permit the substitution of a similar or equivalent material or article. no tests or action relating to the approval of such substitute material will be made until the request for substitution is made in writing by the Con- tractor accompanied by complete data as to t -he equality of the material or article proposed. Such request shall be made in ample time to permit approval without delaying the work. 5.400 LEGAL RELATIONS AND RESPONSIBILITIES 5.401 Laws to be Observed The Contractor shall cep himself fully in ormed of all existing and future State and National laws and all municipai ordinances and regulations of the City of Lodi which in any manner affect those engaged or em- ployed in the work, or the materials used in the work. or which in any way affect the conduct of the work, and of all such orders and decrees of bodies or tribbmals having any jurisdiction or authority over the same. 5.402 Labor D'.scrimination Attention is directed to Section 1735 of the Labor Code which reads as follows: 1735. No discrimination shall be made in the employment of persons upon public works because of the race. religious creed, color. national origin, ancestry, physical handicap. medical condition. marital status. or sex of such per -ons. except as provided in Sec- tion 1420. and every contractor for public works violating this section is subject to all the penalties imposed for a violation of this chapter. 5.403Permits and Licenses Except as other- wise provided.t epi Contractor shall procure all permits and licenses, may all charges and fees. and give all notices necessary and inci- dental to the due and lawful prosecution of the work. 5.404 Contractor's Licensing Laws Attention is directed to the provisions of Chapter 9 of Division 3 of the Business and Professions Code concerning the licensing of contractors. Ail bidders and contractors shall be licensed in accordance with the laws of the State of Calif- ornia and any bidder or contractor not so licensed Is subject to the penalties imposed by such laws. .405 Patents The Contractor shall assume all responsibilities arisino from the use of patented materials, equipment, devices. or processes used on or incorporated in the work. 5.406 Safety Provisions The Contractor shall corm to the rules and regulations pertaining to safety established by the California Division of industrial Safety. 5.437 Public Convenience and Safety The Contractor shall so conduct his operation as to cause the least possible obstruction and inconvenience to public traf- fic. Unless other existing streets are stipulated in the special provisions to be used as detours. all traffic shall be permitted to pass through the work. Residents along the road or street shall be provided passage as far as practicable. Convenient access to driveways, houses. and buildings along the road or street shall be maintained and temporary crossing shall be provided and maintained to good condition. Not more than one cross or intersecting street or road shall be closed at any one time without the ap- proval of the City Engineer. The Contractor shall furnish. erect and maintain such fences. barriers. lights. signs and flagmen as are necessary to give adequate warning to the public at all times that the road or street is under con- struction and of any dangerous condit!ons to be en- countered as a result thereof. and he shall also erect and maintain such warning and directional signs as may be furnished Ly the City. Signs, lights. flags, and other warning and safety devices shall conform to the requirements set forth in the current "Manual of Narning Signs. Lights. and Devices for Use in Performance of Work upon Highways." issued by the State of California Department of Fran r portation. Copies of this manual are on file with the Public Works Department. No material or equipment shall be stored where it will interfere with the free and safe pazsage of pub- lic traffic. and at the end of each day's work and at other times when construction operations -re sus- pended for any reason, the Contractor shall remove all equipment and other obstructions from that portion of the roadway open for use by public traffic. Full compensation for doing the above-mentioned work shall be included in the price paid for the various contract items of work. and no additional cotnpensa- t-ion will be allowed therefor. 5.408 Preservation of Property Due care shall be exercised to avoid injury to existing improvements or facilities. utility facilities. adjacent property, and trees. shrubs. and other plants that are not to be removed. Trees. shrubs. and other plants that are not to be removed. and pole lines. fences. signs, markers and monuments, buildings and structures. and any other above ground improvements or facilities and all un- derground facilities shown on the plans or brought to the Contractor's attention during the cont-ract. within or adjacent to the highway shall be protected from injury or damage. and if ordered by the Engineer. the Contractor shall provide and install suitable safeguards. approved by the Engineer. to protect such objects from injury or damage. If such objects are Injured or damaged by reason*of the Contractor's op- erations. they shall be replaced or restored to a condition a, good as when the Contractor entered up- on the work. or as good as required by the specifi- cations accompanying the contract, if any such ob- jects are a part of the work being performed under the contract. The Engineer may make or cause to be made such temporary repairs as are necessary to re- store to service any damaged facility. The cost of such repairs shall be borne by the Contractor and may be deducted from any moneys due or to be- come due to the Contractor under the contract. Full compensation for furnishing all labor, materi- &Is, toots, equipment. and incidentals. and for doing all the work involved in protecting or repair - Ing property as specified in this section. shalt be considered as Included in the prices paid for the various contract items of work, and no additional compensation will be allowed therefor, 5.409 Responsibility for DamaSe The City of Lodi, the City Council. all officers and employees or agent shalt not be answerable or accountable in any manner for any loss or damage that may happen to the work or any part thereof; or for any material 'or 5.4 equipment used in performing the work; or for injury 2. tonr*EMERSIVf AVTOMILE L1A11i1.11y or damage to any person or persons. either workmen or the public; for damage to adjoining property S1.0W.O00 bodily Injury - Ea. Person 1;1.000.000 bodily Injury - Ea. Occurrence from any cause whatsoever during the progress of S1.000.000 Property Dwge - Ea. Occurrence the work or ary time before final acceptance. The Contractor shall indemnify and save harmless the A copy of the certificate of Insurance with the City of Lodi. the City Council. all officers and following endorsements shall be furnished to time employees or agent from any suits. claims, or actions City: brought by any person or persons for or on account of any Injurlef. or damages sustained or arising In the (a) Additional Named Insured Endorsement construction of the work or in consequence thereof. such insurance as is afforded by this policy The City Wnxncil way retain as much of the money due shall also apply to the City of Lodi. Its the Contractor as shall be considered necessary un- elected and appointed bards. Commissions. Of - til disposition has been made of such suits or ficers. Agents and Employees as additionai in- clelms for damages as aforesaid. sureds Insofar as work performed by the insured under written contract with the City of Lodi. 5.ala Contractor's Res sTbilit for Work Except it is necesso that the Cit of Lodi re - as provided above. untT the formalacceptance of COve an actw copy of t"Additional the work by the City Council, the Contractor shall d Insured Endorsement, to t Erac- have the charge and care thereof and shall bear the Tow s W=—Mes. risk of Injury or damage to any part thereof by the action of the elements or from any other cause. (b) Cross Liability Clause whether arising from the execution or from the non- it is agreed that the Insurance afforded by execution of the work. this policy applies severally as to each In- sured except that the inclusion of more than The Contractor shall rebuild, repair. restore and one insured shall not operate to increase the - make good all injuries or damages to any portion of limit of the company's liability; and the In - the work occasioned by any of the above causes before clusion here,vnder of any person or organization final acceptance and shalt bear the expenses thereof, as an insured shall not affect any right which except such Injuries or damages occasioned by acts of such person or organization would Mve as a the federai Governnent or the public enemy. claimant If not to Included. 5.411 No Personal Liability Neither the City.Coun- Severebiilty of Interest Clause cil.the City Engineer. nor any other officer or The Lena "insured" is used severally and not authorized assistant or agent Jr employee shall be coliectiveiy. but the inclusion herein of more personally responsible for any iiability arising un- than one insured shall not operate to Increase der the contract. the limit of the company's liability. 5.412 Responsibility of City. The City of Lodi stiall (NOTE: 1'se the cross liability or the sever - not be hold responsible fort a care or protection ability of interest clause, but not both.) of any material or parts of the work prior to final (c) Notice of Cancellation or Chane in Covera e acceptance, except as expressly provided In these specifications. d;rsement ...------- , � This policy rimy not be cancelled nor the eover- S.411 insurance !M42 t!- for Contractor The ife age reduced by the caspany without 30 days trac.or s e out an wainta n durlhq t of this Contract, insurance coverage as listed below. These prior neritten notice of such cancellation or %surance policies shalt protect the CoPtroctor aha any reduction in coverage to the City Attorney, subcontractor performing nark covered by. this Contract City of Lod{. P.C. box 320, Lodi. CA. 95241. from claims for damages for personal injury. tmciuding Occidental death. as well as from Claims for property (d) Contractual Endorsement damages. which aey arise from Contractor's operations .rider this contract. whether such operations be by Such Insurance as is afforded by this policy Contractor or by any subcontractor or by anyone directly shall also apply to liability assumed by the or indirectly tapioyeG by either of Lha*. insured under written contract with the City 1. CMP0[K"5: rE GENERAL UAO11.1'y of Lodi. 51.000.000 bodily Injury - NOTE: If the policies meet the requirements se: Ea. Occurrence/Aygret�te forth under endorsements (b). (c) and (d) s1.000.000 Property Owge - above. a statement to this effect on the Ea. occurrence/Aggregate Certificate of Insurance will be accepted In lieu of endorsements. air $1.000.00@ Combined Single Lia•its 1.414 ansatlon Insurance The Contractor shell take out an.. maintain during the life of this con- tract. Workmen's Compensatlon Insurance for all of hii employees employed at the site of the project . and, in case any work is sublet, the Contractor 5.5 shalt require the subcontractor similarly to provide Workmen's Compensation Insurance for all of the let- ter's employees unless such employees are covered by the protection afforded by the Contractor. In case any class of employees engaged in hazardous work un- der this contract at the Sita of the project Is not protected under the Workmen's Compensatlon Statute. the Contractor shall provide and shall cause each subcontractor to provide Insurance for the protection of his emloyees not otherwise protected. This policy may not be cancelled nor the coverage reduced by the company without 50 days prior writ- ten notice of such cancellation or reduction in coverage to the City Attornty. City of Lodi, P.O. box 520. Lodi. CA. 15241. 5.4159wrantes and Warranty In addition to guar- antees requir*4 In oferrovisions of the contract. Contractor shall, and hereby does, guarantee and warrant all work for a period of one year after dote of acceptance of work by the City and shall re- pair or replace any or all such work. together with any other work which may be displaced In so doing. that may prove defective in workmanship and/or materials within one-year period from date of ac- ceptance without expense whatsoever to the Clty. ordinary war and tear. unusual abut• or neglect excepted. The Engineer will give notice of ob- served defects with reasonable promptness. The Con- tractor shall notify the Engineer upon completion of repairs. In the event of failure of the Contractor to comply with the above-mentioned conditlo-s within one week after being notified In writing. the City is hereby authorized to proceed to have defects repaired and made 000d at expense of the Contractor who hereby agree ,- pay costs. penaltles and charges therefor imrmediately on demand. If, in the opinion of the Engineer. defective work creates a dangerous condition or requires immediate correction or attention to prevent further toss to the City o: to prevent interruption of operations of the City. the City w112 attempt to give the notice required. If the Contractor cannot be contacted or does not ufmply with the Engineers' request for cor- rection within a reasonable time as determined by the Engineer. the City may. notwithstanding the provisions of this section, proceed to make such correction or provide such attention and the costs of such correc- tion or attention shall be charged against the Con- tractoe. Such ectlon by the City will not reliove the Contractor of the guarantees providad in this section or elsewhere in this contract. This section does not in any way limit the guarantee on any Iters for which a longer guarantee Is spocl- fled nor on any Items for which a manufacturer gives a guarantee for a longer period. nor does It limit other remedies of the City in respect to latent de- fect, fraud or Implied warranties. 2.416 Cooperation Should construction be underway other agencies or by other contractors within or adjacent to the limits of the work spc:?fled, er should work of any other nature be underway by other forces within Or adjacent to said limits. the Con- tractor shall schedule and coordinate his work with 5.6 the other contractors and agencies so ther-i Is the least amount of conflict during all phases of con- struction. The Contractor is also responsible for making all necessary agreements with other contrac- tors as required during construction. 5.500 PROSECUTION AND PROGRESS 5.501 Subcontracting The Contractor shall give his personal attention to the fulfillment of the contract and shall keep the work under his control. Subcontractor will not be recognized as such and all persons engaged in the work of construction will be considered as employees of the Contractor, orad their work shall be subject to the provisions of the con- tract and specifications. there a portion of the work subcontracted by the Contractor is not being prosecuted in a manner satis- factory to the City Engineer. the subcontractor shall be removed Immediately on the requlsitlon of the Clay Engineer and shall not again be employed on the work. 5.502 Assignment The performance of the contract may not be 'a-is'iggnned. except upon written consent of the City. Consent will not be given to any proposed assignment which would relieve the original Contrac- tor or his surety of their responsibliitles under the contract, nor will the City consent to any as- signment of a part of the work under the contract. 2.503 6ecLnning of the Work The Contractor shall gin work within 10 days ai'ter receiving notice that the contract has been approved by the City. and shall 61119ently prosecute the saw to completion within the time limit provided in the contract. 5.504 Progrois Schedule If required by the spe- cial provisions, or requested by the Engineer, the Contractor shalt. within 10 days after receiving notice to do so. submsit to the Engineer a proctic- able schedule showing the order in which the Con- tractor proposes to carry out the work. the dates on which he will start and finish the major items of work. . . 5.505 Character Cf Workman If any subcontractor or person employed y tg—*'Contractor shat; fall or refuse to carry out the directions of the City En- gineer or shalI appear to the City Engineer to be incompetent or to act in a disorderly or improper mennt,r. he shall be discharged immediately on the requisition of the City :ngineer. and such person shall not again be employed on the work. 5.506 Temporary Suspensior. of Work The City Engin- eer s have the out r ty to suspend the work wholly or In part. for such period as he may deem necessary. due to unsuitable weather or to such other conditions A.$ are considered unfavorable for the suitable prosecution of the work. or for such time as he may deem necessary, due to the failure on the part of the Contractor to carry out orders given, or to perform any provisions of the contract. The Contractor shall immedlately obey such order of the City Enginoor and shaii not resume the work until ordered in writing by the City Englneer. In the event that suspension of work is ordered as provided above. and should such suspension be order- ed by reason of the failure of the Contractor to carry out orders or to perform any provision of the contract; or by reason of weather conditions 'being unsuitable for performing any item or items of work which. in the sole opinion of the Engineer. could have been performed prior to the occurrence of such unsuitable weather conditions had the Contractor dili- gently prosecuted the work when weather conditions were suitable; the Contractor. at his expense. shall do all the work necessary to provide a safe. smooth. and unobstructed passageway through construction for use by public traffic duringthe period of such sus- pension as provided in Sections 7-1.08. "Public Con- venience." and 7-1.09. 'Public Safety." of the Stan- dard Specifications and as provided in the contract specifications. in the event that the Contractor fails to perform the work above specified. the City may perform such work and the cost thereof will be deducted from moneys due or to become due the Con- tractor. on- tractor. 5.507 Time of Completion and liquidated Damages It is agreed by the Contractor that In caste—the work called for under the contract is not completed before or upon the expiration of the tine limit as set forth in the contract, damage will be sustained by the City of Lodi. and that it Is and will be Im- practicable to determine the actual damage which the City will sustain in the event of and by reason, of such delay; and it is therefore agreed that the Contractor will pay to the Citv of Lodi the sun of $50 per day for each and every day's delpy beyond. the time prescribed to complete the wr/_:k; and the Contractor agrees to pay such liquidated damages as herein provided. and in case the same are not paid, agrees that the City of Lodi may deduct the amount thereof from any moneys due or that may become due the Contractor under the contract. It is further agreed that In use the work called for under the contract is not finished and completed in all parts and requirements within the time specified. the City Council shall have the right to extend the time for completion or not. as may seem best to serve the interest of the City; and if It decides to extend the time limit for the completion of the contract. it shall further have the right to charge to the Contrac- tor. his heirs. assigns or sureties. and to deduct from the final payment for the work, all or any part as it may deem proper. of the actual cost of engineer- ing. inspection. superintendence. and other overhead expenses which are directly chargeable to the con- tract. and which accrue during the period of such ex- tensions. except that the cost of final surveys and preparation of final estimate shah not be included in such charges. The Contractor shall not be assessed with liquidated damages nor the cost of engineering and inspection during any delay in the completion of the work caused by acts of God or of the public enemy, acts of the City. fire, floods. epidemics, quarantine re- strictions. strikes, freight embargoes, and unusually severe weather or delays of subcontractors due to such causes; provided that the Contractor shall with - In 10 days from the beginning of any such delay noti- fy the City Engineer in writing of the causes of de- lay. wlw shall ascertain the facts and the extent of 5.7 the delay. and his findings of the facts thereon shall be final and conclusive. 5.508 Termination of Contract Failure to prosecute the work diligently s groan s for termination of the Contractor's control over the work by the City of Lodi as provided in Section 14394 of the Government Code of the State of California. S.509 Right ofd The necessary rights of way and easements for thw work will be provided by the City of Lodi. The Contractor shall make his own arrangements and pay all expenses for additional area required by him outside of the limits of right of way. unless otherwise provided in the special provisions. , 5.600 MEASUREMENT. ACCEPTANCE AND PAYMENT 5.601 Progress Payments The City Engineer, once each monthafter actual construction work Is start- ed. shall make an estimate as to the total amount of the work done and materials furnished by the Con- tractor to the last day of the proceeding month. The City of Lodi shall retain i0 per cent of the es- timated value of said work and the balance less any previous payments shall be paid to the Contractor. The retained percentage as specified above wil'i be held by the City and will be due and payable to the Contractor 30 days after filing of notice of cow pletion provided no liens have been filed. 5.601A Substitution of Securities for 1Jlthheld Amounts Pursuant to C apter 13 commencing with Section 4590), Division 5, Title i of the Government Cot:a of the State of California, secu- rities may be substituted for any moneys withheld by a public agency to ensure performance under a contract. At the request and expense of the contractor, securities equivalent to the amount withheld shall be deposited with the public agency, or with a state or fed- erally chartered bank as the escrow agent, who shall pay such moneys to the contractor upon satisfactory completion of the contract. 5.602 Final Acceptance of the Work The Contractor will notify the Engineer, in writing. of the comple- tion And the Engineer will promptly satisfy himself as to the actual completion. and when he is so satis- fied he will recomr-usnd acceptance to the City Council at its next regular meeting. The date of completion will be the date of acceptance of the work by the City Council. 60 Extra Work Ertra work shall conform to Section - .0Y$; of the Standard Specifications. Payment for extra work will be established by agree- ment between the Contractor and the City. If no agreement can be reached, as to the exact cost of the extra work. payment will be made by force ac- count as provided in Scction 9-1.03 of the Stan- dard Specifications. 5.604 Claims for Damages If the Contractor shall claim compensation -for any damage sustained by rea- son of the acts of the City or its agents. he shall within five days after sustaining of such damage make to the Engineer a written stat -~t of the damage sustained. On or before the fifteenth day of the month succeeding that in which any such damage shall have been sustained. the Contractor shalt file with the Engineer an itemized state- ment of the details and amount of such damage. and unless such statement shall be made as thus re- quired, his claims for compensation shall be for- feited and invalidated and he shall not be entitled to consideration of payment on account of any such damage. .605 Final Payment The City Engineer shall. after the satisfactory completion of the contract. make a final estimate of the amount of work done there- under, and the value of such work, and the City of Lodi shall pay the entire sun so found to be due after deducting therefrom all previous payments and all amounts to be kept and all arounts to be re- tained under the provisions of the r.ontract. All prior partial estimates and payments shall ° be sub- ject to correction in the final estimate and pay- ment. The final payment shall not be due and pay- able until the expiration of 30 days after filing of notice of completion provided no liens have been filed. It is mutually agreed between the parties to the contract that any payments made under the contract, except the final payment, shall not be conclusive evidence of the performance of the contract, either wholly or in part, against any claim of the City of Lodi. and no payment shall be construed to be an acceptance of any defective work or improper materials. And the Contractor further agrees that the payment of the final amount due under the contract. and the adjustment and payment for any wor9 done in ac- cordance with any alterations of the same. shall release the City of Lodi. the City Council, and all officers and employees from any and ail claims or liability on account of work performed under the contract or any alteration thereof. .700 STANDARD SPECIFICATIONS The work embraced herein shall be done .n accordance with the appropriate provisions of COnst-action details of the sprcificatinns entitled,"State of California, business and Transportation Agency, De- partmant of Transportation, Standard Specifications. July. 1984." insofar as the same may &poly, which apeclfications are hereinafter referred to as the Standard Specifications and in accordance with the following special provisions. 5.8 Whenever in the cont=ract documents or the Standard Specifications the following terms are used. they shall be understood to wean and refer to the follow - Ing: Department of Transportation. or Division of Highways - Department of Public works of the City of Lodi City Engineer - Public Works Director of the City of Lodi Director of Public Works - Public Works Director and City Enginear of the City of Lodi Engineer - The Public works Director and City Engineer or his designated agent Laoorstory - The designated laboratory author- ized by the City of Lodi to test rsaterials and work involved in the contract r State - The City of Lodl. California Other items appearing to the Standard Specifications. the General Provisions, and the Special Provisions. shall have the intent and meaning specified in Sac - tion 1, Definition of Terms of the Standard Spa- ciftcations. SECTION 5A FEDERAL REQUIREMENTS AND CONDITIONS 5A-1.01 GENERAL The bidder's attention is directed to the provisions in Section Proposal Requirements and Conditions," of the Standard Specifications and these Special Provisions for the requirements and conditions which bidder must observe in the preparation of the proposal form and the submission of the bid. 5A-1.02 COMPETENCY OF BIDDERS "Competency of Bidders," of the standard peci ications is deleted. Prequalification will not be required for this project. Public Contract Code Section 10232 (Chapter 466, Stats. 1982) Provides as follows: Every contract shall contain a statement by which the Contractor swears 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. F,r purposes of this section, a finding of contempt does not include any finding which has been vacated dismissed, or otherwise removed by the court because the Contractor has complied with the order which was the basis for the finding. The state may rescind any contract in which the Contractor falsely swears to the truth of the statement required by this section. A form for the statement required by Section 10232 is on the page preceding the signature page of the proposal. 5A-1.03 DISADVANTAGED BUSINESS This project is subject to 24 CFR Part 135, and the egulations 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 (DB) and Woman owned Business Enterprise (WBE) programs developed pursuant to the Regulations; particular attention is directed to the following matters: (a) A DB or WBE must be a small business concern as defined pursuant to Section 3 of U.S. Small Business Act and relevant regulations promulgated pursuant thereto; (b) A DB or WBE may participate as a prime Contractor, subcontractor, joint venture partner with a prime or subcontractor, or vendor of material or supplies; (c) A UB or WBE 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 5A-1 PSWTOI/w6R5A control. The MBE joint venturer must submit Schedule B of the Regulations; (d) A DB or WBE 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; (e) Credit for a DB or WBE vendor or materials or supplies is , limited to 20 percent of the amount to be paid to the vendor for the material unless the vendor manufactures or substantially alters the goods; (f) A DB or WBE must be certified before credit may be allowed toward the DB and WBE goal. The City's DB and WBF Directory identifies DBs and WBEs which have been certified _and others which may Qualify for certification. The DB and WBE directory may be obtained from: City of Lodi DB and WBE Liaison Officer 221 W. Pine Street Lodi, CA 95240 (g) 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; (h) Bidders are encouraged to utilize services offered by banks owned and controlled by minorities or women. 5A-1.04 DB and WBE GOALS FOR THIS PROJECT The City has esta is a —goals of ten percent for 6sadvMaged businesses (DB) participation, and one percent for woman owned business enterprises (WBE) participation. 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 DB and WBE subcontractors and suppliers, so as to assure meeting the goal for DB and WBE participation. 5A-1.05 DB and WBE INFORMATION The apparent successful bidder owbidder) shall submit D d WBE information to the Public Works office at 221 West Pine Street, Lodi, CA 95240 no later than 5 calendar days after the bid opening, unless a later time is authorized by the City. Other bidders need not submit DB and WBE information unless requested to do so by the City. When such request is made, the SUB and WBE information of such bidder shall be submitted within 5 days, unless a later time is authorized by the City. The information shall include: (1) Names of DBs and WBEs to be used, with a complete description of work or supplies to be provided by each and E1:"'4 PSWTO1/w6R5A the dollar value of each such DB and WBE transaction; Note: DB and WBE subcontractors for signal and lighting tems, if there are such items of work, must have been named in the bid; (2) A "Disadvantaged and Women -Owned Business Enterprise Questionnaire" (Schedule A) for each Dg and WBE not already certified; (3) Schedule B for each DB and WBE joint venturer. Bidders whose submittal in (1) above indicates they will meet the stated DB and WBE goal need not submit any further OB and WBE information, unless the City in its review finds that the goal has not been met, in which case additional info►mation will be requested by the City. The additional information may be requested to clarify claimed DB and WBE participation, add DB and WBE participation, or demonstrate that a good faith effort was made to meet the DB and WBE goal. Such information shall be submitted promptly upon, request by the City. It is the bidder's responsibility to meet the goal of DB and. WBE participation or to provide information to establish good faith efforts to do so. Such information should include the following: (4) The names and dates of advertisement of each newspaper, trade paper, and minority -focus paper in which a request for DB and WBE participation for this project was placed by the bidder; (5) The names and dates of notices of all certified DBs and WBEs solicited by direct mail for this project; (6) The items of work for which the bidder requested subbids or materials to be supplied by DBs and WBEs; (7) The names of DBs and WBEs who submitted bids for any of the work indicated in (6) above which were not accepted, the name of the subcontractor or supplier that was seiected for that portion of work, and the reasons for the bidder's choice. (If the reason was price, give the price bidby the rejected DB or WBE and the price bid by the selected subcontractor or supplier.); (8) Assistance that the bidder has extended to DBs and WBEs identified in (7) above to remedy the deficiency in the DBs and WBEs subbids; (9) Any additional data to support a demonstration of good faith effort, such as contacts with DB and WBE assistance agencies. 5A-3 PSWTOI/w6R5A P 5A-1.06 LABOR NONDISCRIMINATION Section 7-1.01D, "Labor on iscrimination, of the Standa—rU Specifications is amended to read: Attention is directed to Section 1735 of the Labor Code, which reads as follows: "No discrimination shall be made in the employment of persons upon public works because of the race, religious creed, color, national origin, ancestry, physical handicap, medical condition, marital status, or sex of such persons, except as provided in Section 12940 of the Government code, and every Contractor for public works violating this section is subject to all the penalties imposed for a violation of this chapter." , Attention is also directed to the following Notice that is required by Chapter 5, 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 herein, which is applicable to all nonexempt state contracts and subcontracts, and to the "Standard California Nondiscrimination Construction Contract Specifications" set forth herein. The Specifications are applicable to all nonexempt state construction contracts and subcontracts of $5,000 or more. NONDISCRIMINATION CLAUSE 1. During the performance of this contract, Contractor and its subcontractors shall not unlawfully discriminate against any employee or applicant for employment because of race, religion, color, national origin, ,ancestry, physical handicap, medical condition, marital status, age (over 40) or sex. Contractors and subcontractors shall insure that the evaluation and treatment of their employees and applicants for employment are free of such discrimination. Contractors and subcontractors shall comply with the provisions of the Fair Employment and Housing Act (Gov. Code, Section 12990 et seq.) and the applicable regulations promulgated thereunder (Cal. Admin. Code, Title 2, Section 7285.0 et seq.). The applicable regulations of the Fair Employment and Hou!ing Com^.ission implementing Government Code, Section 12990, set forth in Chapter 5 of Division 4 ' of Title 2 of the California Administrative Code are incorporated into this contract by reference and made a part hereof as if set forth in full. Contractor and its subcontractors shall give written notice of their obligations under this clause to labor organizations with which they have a collective bargaining or other agreement. 5A-4 PSWTOI/w6R5A CITY OF LODI PUBLIC WORKS DEPARTMENT t -. P,9:8EI PT PROJECT: MISSION STREET STORM DRAIN b WAY&4A-I"-'- STOCKTON STREET TO WASHINGTON 3'TRItEt- )DENOUNI.s. Received from the City of Lodi ADDENDUM NO. I to the plans and specifications for Mission Street Storm Drain & Water Main Stockton Street to Washington Street Date: by NOTE: This acknowledgement must be Included with tho Proposal when submitted. CITY OF LODI PUBLIC WORKS DEPARTMENT RPZ IEIPT OF ADDENDUM PROJECT: MISSION STREET STORM DRAIN b WAWr MAi1! STOCKTON STREET TO WASHINGTON VREET Received from the City of Lodi ADDENDUM NO. 1 to the plans and specifications for Mission. Street Storm Drain b Water Main Stockton Street to Washington Street Date: by b NOTE: This acknowledgement must be included with tho Proposal when submitted. CITY OF LODI PUBLIC WORKS DEPARTMENT ADDENDUM NO 1 November 7, 1984 PROJECT: Mission Street Storm Drain & Water Main Stockton Street to Washington Street Notice is hereby given that the plans & specifications for the above— mentioned project have been revised as follows: Replace the existing SCHEDULE OF WAGS with the enclosed SCHEDULE OF WAGES. Ordered by: Or SUPERSEDEAS DECISION NUMBER: CA64-5022 SUPERSEDES DECISION NUMBER: SCHEDULE OF WAGES CA84-5001 NOTE: ANY RESIDENTIAL PROJECT THAT IS TO BE CONSTRUCTED IN ANY OF THE FOLLOWING COUNTIES WILL REgjIRE A PROJECT WAGE DETERMINATION: ALPINE, BUTTE, COLUSA, FRESNO, GLENN, KINGS, LAKE, L.ASSEN, MADERA, MI:NDOCINO, MODOC, PLUMAS, SHASTA, SIERRA, SISKIYOU, S ANISLAUS, TEHAMA, TRINITY, AND TULARE EFFECTIVE DATE: OCTOBER 3, 1984 MARCH 30, 1984 FEDERAL REGISTER PUBLICATION: VOL. 49, NO. 195 PAGES: 39416 THROUGH 39430 OCTOBER S, 1984 CONTACT THE LABOR RELATIONS SECTION AT: (916) 440-2999 FOR INFORMATION CONCERNING PROJECT WAGE DETERMINATIONS. xxxxxxxxxxxxxxxxxxxxxxxx.xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx�.:xxxxxxxxxxxxxxxxxxxxxxx ADDITIONAL NOTES: I. REFER TO PAGE 1 FOR THE LIST OF COUNTIES COVERED BY THE DECISION. 2. THIS DECISION INCLUDES BOTH RESIDENTIAL AND COMMERCIAL HOURLY WAGE RATES. REFER TO PAGES 109 11, 12, 13, 14, AND 15 FOR CLASSIFICATION AREA DESCRIPTIONS. 3. THE FOLLOWING MODIFICATIONS ARE INCLUDED: MODIFICATION NUMBER 1 EFFECTIVE DATE NOVEMBER 2, 1984 � a ►T' I r i OV 1 7 �y DEV£t.:.::113 z a t 9 U - DECISION NO. CA84-5022-Mod.01 (49 FR 39416 - October 5, 1984) Alameda, Alpine, Anador Coun ties, etc., California Add: `� j Tulare County to list of I Counties for Heavy and High- way construction only. Carpenters: Area 5 (Residential): Carpenters Hardwood Floorlayers; Shinglers; Power Saw Operators Steel Scaf- fold Erector t Steel Shoring Erectors; Saw Filers Area 6 (Residential): Carpenters Hardwood Floorlayers; Shinglers; Power Saw Operator; Steel Scaf- fold Erector t Steel Shoring Erectors; Saw Filers AREA DESCRIP':'IONc Area 5 (Residential): Alameda, Contra Costa, Marin, San Benito, San Mateo, Santa Clara t Solano Counties Area 6 (Residential): Napa and Sonoma Countier, MODIFICATIO Dasic Frtn" Ritts �►tnaiits i $ i $18.681 $6.455 18.83 16.65 6.455 6.455 STATE: Cal:`_ornla OCTO Eit S 19x4 X-C „COUFTIES: Alameda, Alpine, Amador, Butte, Calaveras, �olu�a, Contra Costa, Del Norte, E1 Dorado, Fresno, Glenn, Humboldt, Kings, Lake, Lassen, Madera, Barin. Mariposa, Mendocino, Merced, Modoc. Monterey, Napa, Nevada, Placer, Plumes, 1-acramento, San Benito, San Francisco, San Joaquin, San Mateo, Santa Clara. Santa Cruz. Shasta, Sierra, Siskiyou, Solano, Sonoma, Stanislaus, Sutter, Tehama. Trinity, Tuolumne, Yolo and Yuba DECISION NUMBER: CA84-5022 DATE: Date of Publication Suoersedes Decision No. CA84-5001 dated March 30, 1984, in 49 FR 12873. DESCRIRTION OF WORK: Building; Heavy (excluding Mater well Drillir.'j); Highway: and Residential projects (excluding Alpine, Butte, Colusa, Fresno, Glenn, Kings. Lake, Lassen, Madera, Mendocino, Modoc, Plum&$, Shasta, Sierra, Siskiyou, Stanislaus, Tehama, Trinity Counties). This decision does not include the installation of solar energy systems. 'Excludes Tulare County suildine construction only. `'t rA /O _ f-_ fy •sic rringe urly flenefit P-7 . Dace ASBESTOS WORKERS BC1LEP_X,V.ERS: Boilermakers Boilermaker -Blacksmith, storage tank erection Bc:lernaker-Blacksmith. storage tank repair BFICKLAYERS: Stonemasons: Area 1 Area 2 Area 3 Area 4 Area 5 Area 6 Area 7 BRICK TENDERS: Area 1 Area 2 Area 3 Area 4 Area 5 Area 6 Area 7 Area 8 Area 9 (Residential con- struction 2 stories o less) CARPENTERS: Area 1: Carpenters Hardwood Floorlayers: Shinglers; Dower Sa Operators; Saw Filers; Shinglers: Steel Scaffold €rec for S Steel Shoring Millwrights Pi ledrivermen $23.85 21. 60 17.25 16.05 19.75 19.90 17.65 16.53 19.27 20.10 17.57 13.55 15.19 16.24 16.24 17.24 14.19 15.55 16.05' $5.61 4.25 4.00 4.00 7.25 4.95 3.30 2.82 3.53 3.87 3.89 3.46 6.18 4.91 4.91 4.91 6.10 4. 4!- 4.45 54.45 13.55 4.96 20.27 6.451. 20.42 20.27 19.38 6.45' 7.45! 8.88! CARPENTERS (Cent'd): Area 2: Car centers Hardwood Floorlayers Power Saw Operctor: .Saw Filers; Shing- lers; Steel Scaf- fold Erectors i Steel Shoring Millwrights Piledrivermen Area 3 (Residential) Area 4 (Residential) CEMENT MASONS: Cement Masons Swing or Slip Form Scaffolds; Mastic, Magnesite, gypsum, epoxy, polyester, resin and all compos- ition DIVERS: Divers Diver Tender Assistant Tender DRYWALL INSTALLEF,'LATHER: Area 1: Drywall Installer/La- ther Drywall Stocker, Scrapper i Clean-uc Area 2: Drywall Installer/La- ther Drywall Stocker, Scrapper L Clean-up ELECTRICIANS: Area 1 Area 2: Electricians cc�rir.S* rM:,C ur/ een:!its ates $17.64] S6.4S5 17,79 6.45: 18.54 7.455 19.38 8.885 11.80 6.205 12.00 6.205 16:02+ 6.18 16.27 6.18 31.63 8.48° 20.38 8.48° 19.38 8.48 20.051 6.485 10.15 17.89 9`.07 22.56 15.80 1 3.33! 5.48! 3.33° 7.29E +3t 3.38 +3t DECISION NO. CA84-502.2 ELECT iCCIANS (Cont'd) : Area 2 (Cont Id): Cable Splicers Residential Electrr clan Area 3 Area 4: Building contracts over 5100,000: Electricians Cable Splicers Building contracts $100.000 or less: Electricians Cable Splicers Residential Electri- cian Area 5: Electrician Cable Splicer Area 6: Electricians Cale Splicers Area 7: Electricians Cable Splicers Residential Electri- cian Area 8: Electricians Cable splicers Area 9: Electricians Cable Splicers Basic Hourly Rates $17.38 12.30 16.01 20.03 22.53' 16.031 18.03 10.25 25.16 27.16. 17.00 18.36' 18.401 20.24 10.00' 22.85 25.14 15.37 16.91 cringe /enefits $3.38 +3 3.35 +31 4.41 +31 $.-IS +31 5.15 +31 3.65 +31 3.65 +31 3%+.25 5.45 +31 5.45 +31 5.44 +31 5.44 +31 4.O6 +31 4.06 +3i 1.01 +31 4.74 +31 4.74 +31 4.45 +3.251 4.45 +3. 251 Page 2 ELECTRICIANS (Cont'd): Area 9 (Cont'd)t Residential Electri. aian Area 10: Electrician Cable Splicer Residential Electri- rian Area 11: Building contracts over $100,000: Electricians Cable Splicers Building contracts $100,000 or less; and Residential con- struction: Electricians Area 12: Electricians Cable Splicers Area 13: Electrician Cable Splicer Area 14: Electrician Area 15 ELEVATOR CONSTRUM'ORS : Mechanics Helpers Probationary Helpers sic (rinse urly sene:its $9.25 $1.15 +3i 18.89 7.68 +31 21.25 7.68 +31 9.45 4.12 +41 23.34 5.05 +31 26.26 5.05 +31 17.57 5.05 +31 24.40 6.35 +31 27.45 6.35 +31 25.965 7.2E +31 29.21 7.26 +31 25.00 5 42 +31 20.81 4.41 +31 29.39 3.29 +a 20.57 3.29 +a 14.6951 DEC:S:ON y0. CA84-5022 :ERS . Are% 1 Area 2 Area 3 (Residential) Area 4 (Residential) Area 5 Area 6 Area :?:NWORYZ'PS Fence Erectors Pein:orcing, Ornamental. and Structural L:':E CC`:S:RL'C,:Oti: Area 1. Gro::n:Lman Lire Equipr..ent Oper- ator Line -,an Cable Splicers Area 2 (Zone 1): Group I_ Group 2 Group 3 Grouo i Gro6p 5 Group 6 Grout) 7 Zone Differential (add to Zone 1 rate): Zone 0 Zone 3 - 3.15 Zone 4 - 3.90 Zone 5 - 5.15 ' Area 3: Groundmen Linemen asic 1'rinpe ourly senelit Putas 1 51 $20.92 $5.66 15.75 6.44 10.00 2.72 9.82 1.70 18.83 3.89 13.58 3.04 20.06 6.11 17.161 8.78 18.05 8.78 18.87 22.64 25.16 27.16 20.03 18.11 16.35 15. 61 13.66 13.66 12.84 17.38 18.20 5.45 +3% 5.45 +3% 5.45 +3♦ 5 45 3.00 +3y1 3.00 +34% 3.00 +3%% 2.30 +3yt 2.30 +3y% 2.30 +3St 2.30 +35% 4.21 +31 4.21 +3% Page 3 LINE CONSTRUCTION (Contd) Area 4: Groundmen Line Equipment Oper- ators Linemen Cable Splicers Area 5: Groundmen Linemen Cable splicers Area 6: Groundman Linemen, Technicians: Equipment OFvrator: Cable Splicers Area 7: Grou:idman i Truck Driver Linemen Cable Splicers Area 8: Groundmen Linemen; Equipment Ooerators Cable Splicers Area 9: Groundmen and Truck Drivers basic Fringe Hourly sene:st Rates $14.86 $4.24 +344 17.83 4.24 +344 19.81 4.24 +3k% 22.29 4.24 +341 11.60 2.75 +34: 15.47 2.7: +3%4 17.02 2.7=_ 14.17 6.3C +3! 18.89 7.4E +3+ 21.35 7.4E +34 14.68 4.05 +3s 23.30 4.09 +3' 22.30 4.0`. +3` 12.57 4.4: +3� 15.71 4.41 +34 17.28 4.41 +34 Linemen Heavy Equipment Oper- ators 18.42 22.56 22.10 7.2!. +3 7.29 +3► 7.29 +3' N DECISION NO. CA84-5022 L:`E CONSTRUCTION (Contd) Area 10: Groundmen Equipment Operators Linenen Cate S-licers Area 11: Ground --.en Line Equipment Oper- ators Linemen Area 12: Groundman Heavy Equipment Orer ators Linemen Cable Splicers Area 13: Grosrdmen Linemen; Technicians Cable Splicers Area 14: Groundmen Linemen; Line Equip- ment Operators Cale Splicers Area 15: Groundmen Heavy Equipment Over ator Linemen Cable Splicers sic !rr&nge ur I benefit $16.14 18.16 20.18 23.20 21.2 22.5 25.0 13.6 15.30 17.00 18.36 22.07 25.965 29.21 18.70 22.00 24.75 18.26 20.5: 22.85 25.14 $4. 7 ! +41 4.7! +41 4.7! +41 4.7, +41 5.41 +3`1 5.4: +31 5. 4; +31 4.6E +31 5.04 +31 5.41 +31 5.4; +31 7.2( +31 7.2( +31 7.2( +31 5.7! +31 5.7' +31 5.7! +31 4.74 +31 4.74 +31 4.74 +31 4.74 031 Page 4 MARBLE SETTERS MARBLE *INISHERS: Area 1 PAINTERSt Area 1: Brush Spray Sandblaster: Scaf- fold: Sheetrock: Structural Steel: Swing Stage: Taper Area 21 Brush: Roller: Taper Ba2ooka Operators: Paperhangers: Sand- blasters: Spray; Structural Steel Ar ea 3: Bnish Hazardous Coating Sandblasting; Spray: Taping Area 4: Brush Ta per s Residential Painter Area 5 - Brush Tapers Residential Painter Area 6: Brush and Roller Paperhanger: Sand- blaster; Spray; Taoer Brush - steel: Brush - Swing Str►ge up to 40 ft. Spray - steel; Spray - Swing Stnge up to 40 ft. Area 7: Brush Drywall Finishotr Paperhangers Sandblasting: Spray; Steam Cleaning Basic Irringe Hourly senefi Rates $20.75 $7.1! 14.81 4.82 13.39 4.6C 14.14 4.6C 13.79 15.22 15.72 16.20 n a • . �2v 16.70 21.23 22.03 17.32 21.23 22.03 17.32 17.45 4.60 1.59 1.59 2.57 2.57 2.57 4.7C 4.70 4.70 4.70 4.7C 4.70 1.95 17.95 1 1.95 17.70 1.95 18.20 20.43 21.43 21.43 20.93 1.9`5 4.68 4.68 4.68 4.68 DEC: SIO:: ti0. CA84-5022 FAI`TERS (Cont'd): Area 8: Brush: Pct Tenders: Rollers Sandblaster: Spray; Structural Steel; Swing Stage; Tapers Arua 9. Brush Fb�erFangers and Spray (coating) Spray Tapers (paint) Area 10: Brush and Roller Paperhangers: Sand- �lasters; Spray; Structural Steel; Swing Stage: Tapers PAPY.ING LOT S T R:PING WORK and/o- HIGHWAY `laRKERS: area 1: Traffic Delineating Devicc Aorlicator Striper; Traffic Surface Sand- blaster: Wheel Stcp Installer Sl.rry Seal Oper- ation: Mixer Operator Applicator Oren ator; Shuttle nan and Squee- gee Man Top Man ..-ea 2: Slurry Seal Operation: Aoolicator Operator mixer Operator Squeegee !Ian Too Man Striper Traffic Delineating Devine Acclicator; Traffic Surfa:e Sandblaster; Wheel Stop Installer P LAS': E RE RS : Area l •sic Fringe or•s Iy leneflt $9.80 $1.35 10.30 1.35 19.79 5.38 20.54 5.38 20.29 5.38 20.18 5.38 12.00 2.41 12.24 I 14.48 b+1. 65 13.95 b+1.65 13.95 b+1.65 12.37 b+1.65 10.39 b+1.65 1 10.60 b+1.55 12.37 b+l. 55 10.60 b+1.55 8.91 b+1.55 13.57 b+1.55 12.37 b+1.55 19.63 5.88 Page 5 tsicFr i=+7e urly senefl. PLASTERERS (Cont'd) : Rates Area 2 $20.18 $7.65 Area 3 16.06 5.91 Area 4 16.63 5.44 Area 5 17.92 8.25 Area 6 16.5 6.94 Area 7 18.81 3.61 Area 8 14.30 7.45 PLASTERERS' TENDERS: Area 1 17.95 5.15 Area 2 16.85 5.01 Area 3 19.09 4.93 Area 4 17.50 4.05 Area 5 14.95 2.7C PLL''.•IBERS : Area 1 26.42 5.e? Area 2 25.86 7.34 PLT:3BERS: STEX.T'.TTERS: urea 1 19.72 6.71 Area 2 1-0. 3 4 2. 4 Area 3 26.64 8.3C Area 4 22.03 6.35 Area 5 26.40 5.84 Area 6 16.47 9.4° Area 7 24.97 11.00 Area 8 23.36 6.4' ROOFERS: Area 1: Roofers 17.00 8.69 Mastic Workers: Ket- tlemen (2 kettles without num rs) 17.25 8.62 Pitumastic; '':pal Ts: Build-up;. Enameler; ne I Pi wrappers 19.00 8.6: Area 2' 16.94 3.1j, Area 3: Roofers (slate, the and ccmrosition) 14.75 3.6, Enameler and Pitch 16.25 3.64 Area 4 14.95 3.85 Area 5: Roofers 16.10 7.65 Mastiu Workers; Ket- tlemen (2 kettles without Lim os) 16.35 7.65 Eitumastic• Coal Tar -Fitch; Enarlelers: Pi rewr a rpe r s 18.10 7.65 DECISION NO. CA84-5022 ROOFERS (Cont'd): Ar ea 6 ;Lr ea 7 : Roofers Mastic Workers: Kettle nen (2 kettles with- out pumps) Hitu^:astic: Coal Tar: £namelers: Pipe- wra peers Area 9: Roofers (slate, vile i composition) Enameler t Pitch Area 9: Roofer; Kettleman (1 kettle) Kettlemen (2 kettles) Bitumastic: Coal Tar; Enanelers: Mastic t Pi t,,- h SPEET METAL WORKERS: Area 1 Area 2 Area 3 Area 4 Area 'S Area 6 Area 7 Area 8 Area 9 Area 10 Area 11 ;OFT FLOOR LAYERS: Area 1 area 2 Area 3 Area 4 Area 5 4PRINKLER FITTERS: Area 1 Area 2 i EAMFI ITERS : ' Area 1 11Aa1C lour ly Cates $19.10 16.80 17.05 18.80 14.90 17.65 16.23 17.23 18.23 26.36 16.93 18.38 21.46 18.05 26.66 19.39 26.19 26.24 22.92 25.64 16.01 16.74 17.69 'A. 96 17.85 26.72 .21.87 29.16 Pag e 6 fringe gone f:t $4.00 6.40 1+.40 6.40 7.64 7.64 6.22 6.22 6.22 6.36 4.67 4.94 +12% 7.50 4.42 6.09 4.22 6.76 6.30 6.86 9.21 3.00 1.58 5.66 2.27 6.50 7.29 3.23 4.92 TERRAZZO WORKERS: Area 1 TILE SETTERS: Area 1 Area 2 TERRAZZO wORKERS and TI SETTERS: Area 1 Area 2 TERRAZZO riNISHERS: Area 1: Base Machine Operat Terrazzo Finishers TILE FINISFXRS: Area l WE:.DERS : Receive rate prescribed for craft performing operation tol which welding is inci- dental. asic �rringe burly benefit: rtes $19.80 S7.15 22.01 4.32 18.02 3.05 16.45 4.:5 20.51 3.69 16.72 16.02 13.90 3.95 3.95 4.73 1:�EC:S:OV NO. CA84-5022 LABORERS: 7*,71tiEL 4 SHAFT LABORERS: Group 1 Gr oua 2 Groin 3 Gr cu a_ 4 LAA- R4RS. ro: - 1 Grou r I -a os F 1-b Prot- I -c Gro__ 1-d arc.. 1-e �rouc 1 Gro•jg I -g •• Gro:: r 2 Grou- '3 ro ; G_nnite-..aborers: Group 1 2 'Jr o" Nrec'w.n^, Work. Grou r 1 Srour 2 ,rou- 3 *gee Group 1-b under the 5rour descriF•tions. ••(Ccntra Costa County o-=:).......... 515.76 7..1 &sac Rask ourly Hourly Ates Pates X18.59 18.14 17.88 17.71 REA 1 AR` A 2 =56 14. 56 15.7E 14.78 15.61 14. 61 15.81 14.81 16.11 15.11 16. 14 15. 14 15.31 ' 14.41 15.31 14. 31 9.00 9.00 16.02 15.02 15.43 14.43 15. 31 14.31 15.56 14. 56 15.41 14. 41 15.31 14.31 Page 7 *sic ourly REA 3 12.31 12.16 12.16 12.59 12.62 11.98 11.88 8.46 12.52 12.00 11.88 12.11 11.98 11.88 Eo sic rringe urly lene:i•tes DECISION NO. CAd4-.:,_. P(MER EQUIPMENT OPERATORSes Group 1 Group 2 Group 3 Group 4 Group 5 Group 6 Group 7 Group 8 Group 9 Group 10 Group 10-A Group 11 Group 11-A Group 11-B Group 11-C FRINGE BENEFITS: $8.98. 'Residential Construction 3 stories and under tr 5e paid the Area 1 rate. DREDGING - SC%MDULE I Clamshell and Dipper Drudging (New Construction): Group 1 Grou- 2 Group 3 Group 4 Gro --,p 4-A DREOG \G SCHEDULE II Hydraulic Sucticn Dredging and al' - other Dresg:a;: Group A-1 Group A-2 Group A-3 Group A-4 FRINGE BENEFITS: Page • AREA 1 1 AM 2 lesig Nerdy R*►•s t*%is Newly R•Ns basis Newly � Rotes oasis Newly R•t•s 116%•4 l4tv4p notes $ 14.9u $ 16.96 15.49 17.49 15.80 17.80 16.61 18.61 16.92 18.92 17.14 19.14 17,38 19.39 18.03 20.03 18.35 20.35 18.69 20.69 15.87 20.87 19.12 21.12 20.84 22.84 21.25 23.25 21.73 23.73 AREA 1 14.30 15.65 17.01 19.68 20.08 14.09 15.45 16._6 17.60 AREA 2 AREA 3 1 715.6 6 . 16.98 17.37 18.34 18.73 21.01 21.40 21.41 21.80 15.35 15.711 16.76 S 17.16 17.72 18.12 18.98 1 19.35 AREA 4 17.77 19.13 21.80 22.20 i 16.09 17. 541 ?8.60 19.741 6 DECISION NO. CA84-5022 Basic r►iMa Merny I InwM aawatt� POWER EQUIPMENT OPERATORS:-„„ 8.9, Group DREDGING (Cont'd) 16.30 8.9 TOW BOATS: 3 17.86, Mork on self-propelled i 4 vessels (except Skiffs 8.98 Group powered by outboard i 8.98 motors) engaged in towing 5 19.30; vessels and water borne Group 6 craft or in the trans- I Group portation by water of 20.40: 8.98 personnel, materials, 8 20.84 , equipment and ;*pplies: Group 9 Deckhand/Mechanics '$10.86 $3.37 Operator Mechanic/ (.54 Group Watch Engineer 1 12.17 3.86 work on self-propelled I 16.55 vessels): Group 13 Boat Operators 12.17' 3.86 PILEDRIVING: ! 6.54 Group 1 ' 15.03 8.98 Group lA 15.5 5 i 8.98 Group IB 15.85 8.98 Group 2A 15.85 8.98 Group 2B 16.67 8.98 Group 2C i 16.99 8.98 Group 2P 17.22 8.98 Group 3 17.44' 8.98 Group 3A 18.10 8.98 Group 4 18.92 8.98 Group 5 19.19 8.98 Group 6 i 20.90 8.98 i STEEL ERECTION: ! aMK � „«►ny r►iMa Group 1 , 15.74 8.9, Group 2 16.30 8.9 Group 3 17.86, 8.11 Group 4 18.06, 8.98 Group 4A 18. 54 ; 8.98 Group 5 19.30; 8.98 Group 6 19.94. 8.98 Group 7 20.40: 8.98 Group 8 20.84 , 8.98 Group 9 22.42. 8.98 10 i (.54 Group Page 9 aMK � „«►ny r►iMa TRUCX DRIVERS: 1latei � - a« *ftv Group 1 4 16.3011 6.54 Group 2 16.38, 6.5,q Group 3 16.40, 6.54 Gromp 4 16.41' 6.54 Grojp 5 16.42 6.54 Gr-jup 6 16.43, 6.54 .roup 7 16.45 6.54 Group 8 16.47. 6.54 Group 9 16.48, 6.54 Group 10 16.50 (.54 Group 11 16.51 6.54 Group 12 16.55 6.54 Group 13 16.56 E-54 Group 14 16.57 6.54 Group 15 16.60 6.:4 Group 16 16.6-1' 6.L4 Group 17 16.62 6.54 Group 18 16.64 6.54 Group 19 16.65 6.54 Group 20 16.66 6.54 Group 21 16.71 6.54 Group 22 16.74 6.54 Group 23 16.75 6.54 Group 24 16.84 6.54 Group 25 16.85 6.54 Group 26 16.85 6.54 Group 27 16.88. 6.54 Group 28 16.90 6.54 Group 29 16.94 6.54 Group 30 16.95 6.5.5 Croup 31 16.98. 6.:4 Croup 32 17.04` 6.54 Grc,so 33 16.97' 6. Group 34 17.19 6.5� Group 35 17.21? 6.5 Group 36 17.34 6.54 Group 37 17.49 6.4 Group 38 17.64 6.54 DECISION NO. CA64-$022 Paye 10 rOOTNOTLs a. Employer contributes I1 of basic hourly rate for over S years' service, and 61 of basic hourly rate for 6 months' to S years' service as Vacation Pay Credit. Six Paid Holidayst New Year's Day; Memorial Day; Independence Day; Labor Day; Thanksgiving Day; Christmas Day b. Employer contributes S.32 per hour to Holiday Fund plus =.22 per hour to Vacation Fund for the first year of employs►entj 1 year but less than S years =.42 per hour to Vacation Funds S years but less than 10 years i.60 per hour to Vacation Fund; over 10 years i.10 per hour to Vacation Fund . ARLA DESCRIPTIONS BRICKLAYERS; STONEKASONSt Area 1: Del Norte, Humboldt, Lake, Karin, Mendocino, Napa, San Francisco, San Mateo, S!skiyou, Solano, Sonoma, and Trinity Cos. Area 21 Alameda i d Contra Costa Counties Area 3: Fresno, Rings, Madera, Mariposa, and Merced Counties Area 41 Butte, Colusa, El Dorado, Glenn, Lassen, Modoe, Nevada, Placer, Plumas, Sacramento, Shasta, Sierra, Sutter, Tehama, Yolo, and Yuba Counties Area S: Monterey and Santa Cruz Counties Area 6: San Benito and Santa Clara Counties Area 7: Alpine, Amador, Calaveras, San Joaquin, Stanislaus, and Tuolumne Counties BRICK Area Area Area Area Area Area Area Area Area TENDERSt 1: Amador, E1 Dorado, Nevada, Placer, Sacramento, and Yolo Cos. 2: San Francisco and San Kateo Counties 3: Frenso, Rings, Madera, and Tulare Counties 4t Remaining Counties S: Karin County 6t Alameda and Contra Costa Counties 7: Santa Crus County !: San 9enito and Santa Clara Counties 9: (Rasidential construction of 2 stories or less) Monterey and Napa Counties CA;tPENTERS: Area 1: Alameda, Contra Costa, Marin, Napa, San Benito, San Francisco, San Kateo, Santa Clara, Solano and Sonoma Counties Area 2t Alpine, Amador, Butte, Calaveras, Colusa, Del Norte, E1 Dorado, Fresno, Glenn, Humboldt, R+ncs, Lake, Lassen, Kadera, Kariposa, Mendocino, Merced, Modoe, Monterey, Nevada, Placer, Plumas, Sacramento, San Joaquin, Santa Cruz, Shasta, Sierra, Siskikou, Sta nislaus, Sutter, Tehama, Trinity, •Tuoiumnt, Yolo and Yuty Counties Area 3: (Residential) Calaveras, Mari rosa and Merced Counties i.re. 1: (Residential) Del Norte and Humboldt Covnties DECISION NO. CA84-5022 AREA DESCRIPTIONS Page 11 CRYWALL I N -cCALLERS/LAT HERS: Area 1: Alameda. Contra Costa, Marin, Monterey, Nara, San Benito, San Francisco, Sar. Mateo, Santa Clara, Santa Cruz, 331ano, Sonoma Counties Area 2: Remainder of Counties ELECTRICIANS: Area 1: Alameda County Area 2: Al rane. Amador, Colusa, EI Dorado, Nevada, Flacer, Sacramento, Sierra, Sutter, Yblo and Lha Counties Area 3t Butte and Glenn Countiest Lassen County (excluding the Sierra Army Depot (Aerlong)t Modoc, Plumas, Shasta, Siskiyou, Tehama and Trinity Counties Area 4: Calaveras and San Joaquin Counties Area 5: Contra Costa County Area 6: Del Norte and Humboldt Counties Area 7t Fresno, Kings, Madera, and Tulare Counties Area 8: Lake, Marin, Mendocino, and Sonoma Counties Area 9:: Mariposa, Merced, Stanislaus, and Tuolumne Counties Area lot Monterey, San Benit., and Santa Cruz Counties Area 11: Napa and Solano Counties Area 12: Santa Clara County Area 13: San Francisco County Area 14: San Mateo County Area 15: Sierra Army Depot (Herlong) in Lassen Counties GLAZIERSt Area 1: Alameda, Contra Costa, Monterey, Napa, San Benito, Santa Clara, and Santa Cruz Counties Area 2: Alpine, Amador, Butte, Calaveras, Coiusa, E1 Dorado, Glonn, Lassen, Modoc, Nevada, Placer, Plumas, Sacramento, San Joaquin, Shasta, Sierra, Siskiyou, Solano, Stanislaus, Sutter, Tehama, Tuolumne, Yolo, and "••5a Counties Arta 3: (Residential) Sutter and Yuba Counties Area 4: (Residential) Amador, Calaveras, E1 Dorado, Nevada, Placer, Sacramento, San Joaquin, Solano, Tuolumne, and Yolo Counties Area S: Fresno, Madera, Mariposa, Merced, Kings, and Tulare Counties Area 6t Del Norte and Humboldt Counties Area 7: LaKe, Marin, Mendocino, San Francisco, San Mateo, and Sonoma Counties LINE CONSTRUCTION: Area 1: Contra Costa County Area 2: Del Norte, Modoc, and Siskiyou Countiest Group 1: Cable Splicer, Leadman Pole Sprayer Group 2: Lineman,,.Pole Sprayer, Heavy Line Equipment Man, Certified Lineman Welder *Group 3: Tree Trimmer Group 4s Line Equipment Man Group S: Head Groundman, Povderman, Jackhammer Man *Group 6: Head Groundman (Chipper) Group 7t Groundman *Groups 3 and 6 receive BASE RATE (ZONE 1) ONLY (no Zone Differential) DECISION NO. CA84-5022 Page 12 AREA DESCRIPTIONS (Cont'd) LINE CONSTROCTIONs (Cont'd) Area 2: (Cont'd) Zone Definitions: Zone 1: O to 3 wiles radius from the geographical center of Alturos and Yreka, California Zone 2: 3 to 20 miles radius Zone 3s 20 to 35 miles radius Zone 6: 3S to 50 miles radius Zone S: Over SO miles radius BASE RATE (ZONE 1) is paid when working out of employer's Permanent Shop Area 3: Fresno, Ki-:gs, Madera, and Tulare Counties A_ea 4: Calaveras and San Joaquin Counties Area S: Mariposa, Merced, Stanislaus, arti Tuolumne Counties Area 6: Monterey, San Benito, and Santa Crus Counties Area 7: NA-pa and Solano Counties Area 8: Butte, Glenn, Lassen, Pluses, Shasta, Tehama, and Trinity Cos. Area 9: Alameda County Area 10: Amador, Colusa, Sacramento, Sutter, Yolo, and Yuba Counties; Alpine, El Dorado, Nevada, Placer, and Sierra Counties (those portions west of the Main Sierra Mountain Watershed) Area 11: San Kateo County Area 12: Humboldt County Area 13: San Francisco County Area 14: Santa Clara County Area 15: Lake, Marin, Mendocino, and Sonoma Counties MARBLE FINISHERS: Area It Alameda, Alpine, Amador, Butte, Calaveras, Colusa, Contra Costa, Del Norte, El Dorado, Glenn, Humboldt, Lake, Lassen, Marin, Mendocino, Modoc, Monterey, Napa, Nevada, Placer, Plumas, Sacramento, San Benito, San rrancisco, San Joaquin, San Mateo., Santa Clara, Santa Cruz, Shasta, Sierra, Siskiyou, Solano, Sonoma, Sutter. Tehama, Trinity, Yblo and YUba Counties PAINTERS: Area 1: Alpine, kmador, Calaveras, and San Joaquin .Counties Area 2: Fresno, Icings, Madera, and Tulare Counties Area 3: Mariposa, Merced, Stanislaus, and Tuolumne Counties Area 6: San Benito, San Mateo, and Santa Clara Counties Area S: Monterey and Santa Crus Counties Area 6: Lassen Count! (that portion that lies eastward of Highway 1395, northward to and including Honey Lake); Lake Tahoe Area Area 7s Lake, Marin, Mendocino, San Francisco, and Sonoma Counties Area 8: Butte, Colusa, and Glenn Counties; Lassen County (excluding the extrem* SE corner)t Mode, P1umas, Shasta, Siskiyou, Sutter, Tehama, Trinity, and Yuba Counties Area 9: Alaeeda, Contra Costa, E1 Dorado, Napa, Nevada, Placer, Sacramento, Sierra, Solano, and Yola Counties (excluding portions of Counties in the Lake Tahoe Area) Area 10: Del Norte and '8umboldt Counties DECISION NO. CA84-5022 rage 13 AREA DESCRIPTIONS (Cont'd) PARKING Uri' S"UPING WORK and/or HIGHWAY MARKER31 Area 1: Fresno, Kings, and Tulare Counties Area 2: Remaining Counties PLASTEURS: Area It Alameda and Contra Costa Counties Area 2: San Francisco and San Mateo Counties Area 3: Alpine, Amador, Butte, Calaveras, Colusa, E1 Dorado, Glenn, Lassen, Modoc, Nevada, Placer, Plumas, Sacramento, San Joaquin, Shasta, Sierra, Siskiyou, Sutter, Tehama, Trinity, Yolo and Yuba Cos. Area 4: Del Norte, Humboldt, Lake, Marin, Mendocino, Napa, Solano, and Sonoma Counties Area S: San Benito, Santa Clara, and Santa Crus Counties Area 6: Fresno, Kings, Madera, and Tulare Counties Area 7: Monterey County Area 8: Mariposa, Merced, Stanislaus, and Tuolumne Counties PLASTERERS' TENDERS: Area It Alameda and Contra Costa Counties Area 2: Fresno, Kings, Madera, and Tulare Counties Area 3: San Francisco and San Mateo Counties Area 4: Monterey County Area S: Napa County PLUMBERS& Area 1: Alameda County Area 2: Contra Costa County PLUMBERS; STEAMFITTERS: Area 1: Amador County (northern half); E1 Dorado, Nevada, Sacramento, and Yolo Counties (excluding Lake Tahoe Area), Sierra County Area 2: Lake Tahoe Area Area 3: Marin, Mendocino, San Francisco, and Sonoma Counties Area 4: Alpine County; Amador County (southern portion); Butte, Calaveras, Colusa, Fresno, Glenn, Kings, Lassen, Madera, Mariposa, Merced, Modoc, Monterey, Plumas, San Joaquin, Santa Cruz, Shasta, Sierra, Siskiyou, Stanislaus, Sutter, Tehama, Trinity, Tulare, Tuolumne, and Yuba Counties Area 5: Lake, Napa, and Solano Counties Area 6: "•1 Norte and Humboldt Counties Area 7: a.n Benito and Santa Clara Counties Area 8: San Mateo County ROOFERS: Area 1: Alameda Area 2: Alpine, Stanislaus, and and Contra Costa Counties Calaveras, Mariposa, Merced, San Joaquin, Tuolumne Counties DECISION NO. CA84- 5022 Page 11 AREA DESCRIPTIONS (Cont'd) ROOFERS: (Cont'd) Area 3: Butte, Colusa, E1 Dorado, Glenn, Lassen, Modoc, Placer, Plumas, Shasta, Sierra, Siskiyou, Sutter, Tehama, Trinity, and Yuba Counties Area 4: Fresno, Rings, Madera, and Tulare Counties Area S: Lake. Karin, Mendocino, Napa, Solano, and Sonoma Counties Area 6: Monterey and Santa Cruz Counties Area 7: San Francisco and San Mateo Counties Area 8: Amador. Sacramento and Yolo Counties Area 9: San Benito and Santa Clara Counties SHEET METAL WORKERS: Area 1: Alameda and Contra Costa Counties Area 2: Alpine, Calaveras, and San Joaquin Counties Area 3: Amador, Butte, Colusa, E1 Dorado, Glenn, Modoc, Plumas, Sacramento, Shasta, Sierra, Siskiyou, Sutter, Tehama, Yolo, and ''uba Counties Area 4: .Monterey and San Benito Counties krea 5: Del Norte, Humboldt and Trinity Counties Area 6=. San Mateo County Area 7: Fresno, Kings and Madera Counties Area 8: San Francisco County Ar -a 9: Lake, Marin, Mendocino, Napa. Sol. -no and Sonoma Counties Arra 10: Santa Cruz County Area 11: Shnta Clara County SOFT FLOOR LAYERS: Area 1: Alpine, Amadoc, Butte, Calaveras, Colusa, E1 Dorado, Glenn, and Lassen Counties (excluding Honey Lake Area); Merced County (east of San Joaquin River); Plumas, Sacramento, San Joaquin, Shasta, Stanislaus, Sutter, Tehama, Trinity, Tuolumne, Yolo, and Yuba Counties; El Dorado, Nevada, Placer, and Sierra Counties (those portions excluding Lake Tahoe Area) Area x: Honey Lake Area and Lake Thhoe Area Area 3: Lake, Marin, Mendocino, Merced, Monterev, San Benito, San Francisco, San Mateo. Santa Clara, Santa Cruz and'Sbnoma Counties Area f: Del Norte and Humboldt Counties Azea S: Alame2a, Contra Costa, Naps and Solano Counties SPRINKLER FITTERS: Area l: Alameda, Contra Costa, Marin, Napa, San Francisco, San Mateo, Santa Clara, Solano, and Sonoma Counties Area 2: Remaining Counties STEAMFITTERS: Area 1: Alameda and Contia Costa Counties DECISION NO. CA94- 5022 AREA DESCRIPTIONS (Cont'd) TERRAZZO WORKERSt Area 1: Alameda, Contra Costa, Mendocino. Napa, San Francisco, Sonoma, and trinity Countlos Page 15 Del Norte, Humboldt, Lake, Marin, San Mateo, Siskiyou, Solano, TILE SETTERS: Area it Alameda, Butte, Colusa, Contra Costa, Del Norte, El Dorado, Glenn, Humboldt, Lake, Lassen, Marin, Mendocino, Modoc, Napa, Nevada, Placer, Plumas, Sacramento, San Benito, San Francisco, San Mateo, Santa Clara, Shasta, Sierra, Siskiyou, Solano, Sonoma, Sutter, Tehama, Trinity, Yolo, and Yuba Counties Area. 2: Alpine, Amador, Calaveras, San Joaquin, Stanislaus, and Tuolumne Counties TERRAZZO WORKERS and TILE SETTERS: Area 1: Fresno, Kings, Madera, Mariposa, Merced, and Tulare Counties Area 2: Monterey and Santa Cruz Counties TERRAZZO FINISHERS2 Area 1: alaneda, Alpine, Amador, Butte. Calaveras. Contra Costa, Del Norte, E1 Doraeo, Glenn. Hunboldt, Lace, Lassen, "Tarin, Mendocino, Ioeoc, Monterey, yaoa, vevnd,%, Placer, Plumas. Sacra•nento, San Benito, San Francisco, San Joaquin, San Mateo, Santa Clara, Santa Cruz, Shasta, a erra, Siskiyou, Solano, Sunoma, Sitter, Tehama, Tritity, Yolo and YUba Counties TILT_ rIVISHERS: Area 1: Alameda, Alrine, Amador, Butte, Calaveras, Contra Costa, Del Norte, E1 Dorado, Glenn, Humboldt, Lake, Lassen, Marin, Mendocino, Modoc, Monterey, Nam, Nevada, Placer, Plumas, Sacramento, San Benito, San Francisco, San Joaquin, San Mateo. Santa Clara. Santa Cruz, Shasta, Sierra, Siskilou, plane, Sonoma, Sbtter, Tehama, Trinity, Yolo and YLba Counties LABORERS Area 1: Alan*A a, Contra Costa, Marin, San Francisco, Sinn Mateo and Santa Clara Counties ;%rea 2: Del Norte, E1 Dorad'o, Fresno. Humboldt, Kings, Lake, ladera. Men- docino, tonterey, Napa, Nevada, Placer. Sacramento. San Benito, San Joaquin, Santa Cruz, Solano, Sonoma, and Yolo Counties Area 3: Alpine, Amador, Butte, Calaveras, Colusa, Qenn., Lassen, Mariposa, !er_ed, ftdoc, Plumes, Shasta, Sierra, Sis<ivou, Stanislaus, Sutter, Tehama, Trinity, Tuolumne and Yuba 'e:�••t� ,EO:SION NO. CAa4-5022 Page 16 LABORERS (Cont'd) TUNNEL and SHAFT HORS emenj Group 1: Shaft oWork nd rand eRaise ri o(below i ctualeornexcavated tl ground level) Group 2:, Bit Grinder; Blaster; Drillers, Powderman-headings Cherry Pickermtn - where car is lifted; Concrete Finisher in Tunnel; Con- crete Screed Man; Grout Pumpman and Potman; Gunite and Shotertte Gunmen and Potmen; Headtrmen; High Pressure Nozzlemant Miners - Tunnel, including Top and Bo -tom Man on Shaft and Raise Work; Nipper Nozzloman on slick liner Sandblaster-Potman (work assign- ment ir.terchangeable)s Steel Form Raisers and Setters; Timberman, Retimberman - wood or steel or substitute materials therefore; Tugger Group 3: Cabletenders Chucktenders Powderman - Primer Houses Vib- ratormen, Pavement Breakers , Group 4: Bull Gang - Muckers, Trackmen; Concrete Crew - includes rodding and spreading; Dumpmen (any methods Grout Crew Rebound - men; Swamper LABORERS Group 1: Asphalt Ironers and 'Rakers: Asphalt Spreader Boxes (all types); Barko, Wacker and similar type Tampers; Buggymobile; Chain- saw, Faller, Logloader and Sucker; Compactors of all types; Concrete and Magnesitt Mixer, 1/2 yd. and undert Concrete Pan Worki Concrete Saw; Concrete Sander; Cribber and/or Shoring; Cut Granite Curb Setter; Form Raisers; Slip Forms; Green Cutters, Headerboardmen, Rubsetters, Aligners; Jackhammer Optrators; Jacking of Pipe over 12 inches; Jackson and similar type Compactors; Settlemen, Potmen and Men applying asphalt, lay-kold, creosote, lime, caustic and similar- type materials; Lagging. Sheeting, Whaling, Bracing, Trenchjacking. hand - guided Lagging Haeaoer; Magnesite, Epoxyresin, Fiberglass, Mastic Workers (wet or dry); Perm& Curbst Precast -manhole Setters; Cast -in- place Manhole Form Setters= Pressure Pipe Tester; Pavement Breakers and Spaders, including Tool Grinder; Pipelayers, Caulkers, Banders, Pipewrapptrs, Conduit Layers, Plastic Pipelaytrs; Post Hole Diggers, air, gas, and electric; Power Broom Sweepers; Power Tampers of all types (except as shown in Group 2); Ram Set Gun and Stud Gun; Riprap- stonepaver and Rock -slinger, including placing of sacked concrete and/ or sand (we. or dry); Rotary Scarifier, Multiple Head Concrete Chipper; Davis Trencher. 300 or: similar type (and all small Trenchers); Roto and Ditch Witch; Moto; -tiller; Sandblasters, Potmen, Gunman, Nozzle - man; Signalling and Rigging; Tank Cleaners; Tree ;limbers; Vibra- screed, Bull Float in connection with Laborers' work► Vibrators; Dri- pak-it Machine; High Pressure Blow Pipe (1%0 or over, 100 lbs. pressure and overt Hydro Sttder and similar types Laser Beam in connection with Laborers' work DEC:S:OH K0. CA84-5022 LADORERS (Cont'd) Pag* 17 Group 1(a): Joy Drill Model TWM-2A; Gardener -Denver Model DH143 and similar type drills; Track Drillers; Jack Leg Drillersi Diamond Drillers; Wagon Drillers; Mechanical Drillers, all types regardless of type or method of powers Multiple Unit Drills, Blasters and Powder - men; all work of loading, placing and blasting of all power and ex- plosives of whatever type regardless of method used for such loading and placing; High Scalers (including drilling of same); Tree Topper; Bit Grinder Group 1(b): Sewer Cleaners receive an additional $4.00 per day, $5.00 per day on recpn ly active large diameter sewers or sewer manholes Group 1(c): Burning and Welding in connection with Laborers' work Group 1(d): Repair Tiackmen and Road Beds (cut and cover work of suow y after the temporary cover has been placed) Group 1(e): Laborers on general construction work on or in Bell Hole Footings and Shaft Group 1(f): Wire Winding Machine in Connection with Guniting or Shotcrete - Aligner Group 1(q): Fipelayers, Caulkersi Bander&; Pipawrappers; Conduit Layers and Plastic Piptlayers; Pressure Pipe Tester, no point pipe and stripping of same. including r*pair of voids, Precast ranhole Setters, Cast-in—Place ya'!lole foss Setters Group 2: Asphalt Shovtlers; Cement Dumpers and handling dry cement or gypsum; Choke -setter and Digger (clearing work); Concrete Bucket Dumper and Chuteman; Concrete Chipping and Grinding; Concrete Laborers (wet or dry); Chuck Tender; High Pressure Kozzleman, Adductors; Grout - crew; Hydraulic Monitor (over 100 lbs. pressure); Loading and unloading, carrying and hauling of all rods and materials for use in reinforcing concrete construction; Pittsburgh Chipper and similar type Brush Inredders; Sloper; Singlefoot, hand held, Pneumatic Tamper; All pneumatic, air, gas and electric tools not listed in Groups 1 through 1(f); Jacking of Pipe under 12 inches Group 3: All Cleanup work of debris, grounds and buildings including but not limited to street cleaners; Cleaning and washing windows; Con- struction Laborers including Bridge and General Laborers; Dumpman; Load Spotter; Fir& Watcher; Street Cleaners; Gardeners, Horicultural and Landscape Laborers; Jetting; Limbers; Brush Loaders; Pilers, Main- tenance Landscape Laborers on new construction; Maintenance, Repair Trackmen and Road beds; Streetcar and Railroad Construction Track Laborers; Temporary air and water lines, Victaulie or similar; Tool Room Attendent; Fence Erectors; Guardrail Erectors; Pavement Markers (button setters) Group 4: Brick Cleaners; Lumber Cleaners DECISION N0. CAe4-5022 LA 10RER4 (Cont•d) GVNNITE Page I$ Group 1: Nossleman (including Gunman, Potman)i Rodmen, Groundman Group 2: Rebcundman Group 3: General Laborers • WRECKING WORK Group 1: Skilled Wrecker (removing and sulvan,'_.:g o' sash, windows, doors, plumbing and electric fixtures) Group 2: Semi -skilled Wrecker (salvaging of other )uilding materials) Group 3: General Laborer (includes all cleanup work, loading lumber, loading and burning of debris) POWER EQUIPMENT OPERATORS AJXA.S I and :I Group 1: Assistants to Engineers (Brakeman; fireman; Heavy Duty Re- pairman Tenders Oilers Dockhands Signalman; Switchmans Tar Pot hire - man); Partsman (heavy duty repair shop parts room) Group 2: Compressor Operator; Concrete Mixer (up to and including 1 yd.); Conveyor Belt Operator (tunnel); fireman Hot Plant; Hydraulic; Monitor; Mechanical Conveyor (handling building materials); Mixer Box Operator (concrete plant); Pump Operator; Spreader Boxman (with screeds); Tar Pot Fireman (power agitated) DECISION NO. CA84-i::: Page 1, POWER EOUIPMENT OPERATORS (Cont'd) AREAS I and II (Cont'd) Group 3: Box Operator (bunker); Helicopter Radioman (Signalman): Motor- man; Locomotive (30 tons or under); Oiler; Ross Carrier (construction fob site); Rotomist Operator; Screedman (except asphaltic concrete paving); Self-propelled, automatically applied concrete curing machine; (on streets, highways, airports and canals): Trenching Machine (maxi- mum digging capacity S ft. depth); Tugger Hoist, single drums Truck Crane Oiler; Boiler Tender Group 4: Ballast Jack Tamper; Ballast Regulation; Ballast Tamper Multi- purpose; Boxman (asphalt plant); Elevator Operator (inside); Fork Lift or Lumber Stacker (construction job site): Line Master; Material Hoist (I drum); Shuttlecar; Tie Spacer; Towers;bile Group 5: Compressor Operator (over 2)1 Concrete Mixers (over 1 yd.); Concrete Pumps or Pumperete Guns; Generators; Grouting Machine; Pressweld (air operated); Pumps (over 1)1 Welding Machines (powered other than by electricity) Group 6: BLH Lima Road Pactor or similar; Boom Truck or Dual Purpose A -Frame Truck; Concrete Batch Plants (wet or dry); Concrete Saws (self- propelled unit) on streets, highways, airports and canals= Drilling and Boring Machinery, vertical end hori.ontal (not to apply to Waterliners, wagon Drills or Jackhammers); Gradesetter, Grade Checker (mechanical or otherwise); Highline Cableway Signalman; Locomotives (steam of over 30 cons): Maginnis Internal Full Slab Vibrator (on airports, highways, canals and warehouses); Mechanical Finishers (concrete) (Clary, Johnson, Bidwell Bridge Deck or similar types): Mechanical Burm, Curb and/or Curb and Gutter Machine, concrete or asphalt; Portable Crusher: Post Driver (M-1500 and similar); Power Jumbo Operator (setting slip forms, etc. In tunnel.•): Roller (except asphalt); Screedman (Barber -Greene and similar) (asphaltic concrete paving); Self-propelled Compactor (single engine) Self-propelled Pipeline wrapping Machine, Perault, CRC, or similar types; Slip Forms Pumps (lifting device for concrete forms); Small Rubber Tired Tractor; Surface Heater; Self-propelled Power Sweeper; Self-propelled Tape Machine; Auger -type drilling equipment, up to and including 30 ft. depth digging capacity M.R.C. Group 7: Concrete Conveyor or Concrete Pump, Truck or equipment mounted (boom length to apply); Concrete Conveyor, building site; Deck Engineers; Dual Drum Mixer; Fuller Kenyon Pump and similar types; Gantry Rider (or similar); Hydra -hammer (or ximilar); Material Hoist (2 or more drums)= Mechanical Finishers or Spreader Machine (asphalt, Barber -Greene and similar); Mine or Shaft Hoist; Mixermobile; Pavement Breaker with or without Compressor Combination; Pipe Bending Machine (pipelines only); Pipe Cleaning Machine (tractor propelled and supported); Pipe Wrapping Machine (tractor propelled and supported); Refrigeration Plant; Roller Operator (finish asphalt); Self-propelled boom type lifting device (center mount) (10 tons or less M.R.C.); Self-propelled Elevating Grader Plane; Slusher Operator; Small Tractor (with boom): Sof Testes; Truck type Loader; Welding Machints (gasoline or diesel) DECISION NO. CA84-5022 Page 20 POWER EQUIPMENT OPERATORS (Cont•d) AREAS I and II (Cont'd) Group 8: Armor -Coater (or similar); Asphalt Plant ingineers Cast -in- place Pipe Laying Machines Combination Slusher and Motor rator; Concrete Batch Plant (multiple units); Dosers Heading Shield Ope- rator; Heavy Duty Repairman and/or Weldon Ren Seal Machine (or si- milar); Kolman Loaders Loader (up to 2 yds. -)s Mechanical Trench Shields Portable Crushing and Screening Plantst Push Cats, Rubber Tired Earth -moving Equipment (up to and including 4S cu. yds. 'struck M.R.C) (Euclids, T -Pulls, DW -10, 20, 21, and similar)s Rubber Tired Dozers Sslf-propelled Compactor with Doter; Sheepfoot; Timber Sk)dd'er (rubber tired or similar equipment); Tractor drawn Scrapers Tra_tors Trenching Machines Tri -batch Pavers Tunnel Mole Boring Ma- ch'.ie; Welders Woods -mixer (and other similar Pugmill equipment) Group 9: Canal Tinger Drain Diggers Chicago Booms Combination Mixer and Zompressor (Gunite)s Combination Slurry Mixer and/or Cleaners Highline Cableway (5 tons and under); Lull Hi -lift or similar (20 ft. or overt Mucking Machine (rubber tired, rail or track type); Tractor (with boom) ('D-6 or larger and similar) Group 10: Boom -type Backfilling Machines Bridge Cranes Cary -lift (or similar)t Chemical Grouting Machine, truck mounteds Combi- nation Backhoe and Loader (up to and including 1/2 cu. yd. M.R.C.)t Derrick (2 operators required when swing engine remote from Hoist); Derrick Barges (except excavation work); Do -mor Loader; Adams Ele- graders Elevating Grader; Heavy Duty Rotary Drill Rig (including Caisson Foundation work and Euclid Loader and similar types Robbins type drillss Koehring Skooper (or siwilar)t Lift Slab Machines (Vagtborg and similar types)s Loader (2 yds. up to and including 4 yds.); Locomotive, 100 tons (single or multiple units)s Multiple Engine Earthmoving Machine (Euclids, Dozers, etc.)(no tandem Scraper); Pre -stress Wire Wrapping Machines Reservoir -debris Tug (self-propelled floating)s Rubber -tired Scraper, Self -loading (paddle wheels, etc.); Shuttle Car (reclaim stations Single ,engine Scraper over 45 yds.; Soil Stabilizer (P i H or equal); Sub -grader (Gurrier or other auto- matic type); Tractor, Compressor Drill Combinations 'Brack Laying type Earth Moving Machine (single engine with Tandem Scrapers)s Train Loading Station; Trenching Mathins, multi -engine with sloping attach- ment, Jeffco or similar; Vacuum Cooling Plant; Whirley Crane (up to and including 25 tons) Group 10-A: Backhoe (Hydraulic)(up to and including I cu. yd. M.R.C.)I Backhoe (cable)(up to and including 1 cu. yd. M.R.C.); Combination Backhoe and Loader (over 3/4 cu. yd. M.R.C.); Continuous Tlight Ti* Back Auger (Crane attached/separate controls;s Cranes not over 25 tons, Hammerhead and Gantry; Gradalls (up to and including 1 cu. yd.)s Power Blade Operator (single engine); Power Shovels, Clamshells, Draglines (up to and. including l cu. yd. M.R.C.)(Long Boom Pay); Rubber -tired Scraper, self -loading (Paddle Wheel, twin engine)= Self-propelled Boom -type lifting device (center mount)(over 10 tons up to and including 25 tons); CMI Dual Lane Auto Grader SP -30 or similar •DECISION NO. CA84-S012 Page 21 POWER EQUIPMENT OPERATORS (Cont'd) AREAS I and 11 (Cont'd) Group 11: Automatic Concrete Slip -form Paver (Gradesetter, Screed - man): Automatic Railroad Car Dumpers Cana_ Trimmer with ditching attachments= Cary Lift, Campbell or similar, Continuous Plight Tie Hack Auger (Crane attached, single controls); Cranes (over 25 tons up to and including 125 tons)( Drott Travelift GS0-A-1 or similar (45 ton or cver)i Euclid Loader when controlled from the Pullcat= Highlira Cableway (over S tons)= Loader (over 4 cu. yds., up to aad including 12 cu. yds.); Miller Formless M-900 Slope Paver or similar (Grade Setter required)= Multiple Engine Scraper (when used as Push Pull); Power Blade Operator (multi -engine)( Power Shovels, Clamshells, Draglines, Backhoss, Gradalls (over 1 cu. yd. and up to and including 7 cu. yds. M.R.C., Long Boom Pay); Rubber -tired Earthmoving Machines (multiple propulsion power units and two or more Scrapers) (up to and including 75 cu. yds. -Struck M.R.C.); Self-propelled Compactor Boom - type lifting device (center mount) (over 25 tons M.R.C.); Single engine Rubber -tired Earthmoving Machines (with Tandem Scrapers); Slip - form Paver (concrete or asphalt) (Screedman required)( Tandem Cats; Tower Cranes Mobile (including rail mounted); Trencher (pulling attached shield)( Tower Cranes, Universal Liebher and similar types (in the erection, dismantling and moving of equipment); Wheel Exca- vator (up to and including 750 cu. yds. per hour); Whirley Crane (over 25 tons); Multi -earthmoving Equipment (up to and including 75 cu. yds. 'struck• M.R.C.); Truck mountad Hydraulic Crane when remote control equipped (over 10 tons up to a^d including 25 tons) Group 11-A: Band Wagons (in conjunction with wheel excavator); Cranes (over 125 tons); Loader (over 12 cu. yds., up to and including 18 cu. yds.); Power Shovels, Clamshells, Backhoes, Gradalls, and Draglines (over 7 cu. yds. M.R.C.); Rubber -tired Multi-purpose Earth Moving Machines (2 units over 75 cu. yds. 'struck" M.R.C.)I Wheel Excavator (over 750 cu. yda. per hour) Group 11-B: Loader (over 18 yards) Group 11-C: Operator of Helicopter (when used in erection work); Remote controlled Earthmoving equipment DECISION NO. CA84-5022 Page 22 POWER EOUIPMENT OPERATORS (Cont'd) DREDGING AREA D=rINITIONs FOR SCREDULE8 I and II Four Centers derignateds City Rall$ of Oakland, San Francisco, Sacramento and Stockton, California Area 1: Up to 20 road miles from said Centers Area 2: More than 20 road miles to and including 30 road miles from said Centers Area 3: Outside of 30 road miles from said Centers Area 4: An area extending 25 road miles from shoreline of Lake Tahoe SCHEDULE I CLAMSHELL and DIPPER DREDGING (New Construction) Group 1: Baragman= Deckhands Fireman; Oiler Group 2i Deck Engineers; Deck Mate Group 3: welders Mechanic Welders Match Engineer Group 4: Clamshell Operator (up to and including 7 cu. yds. M.R.C.) (Long Boom Pay) Group 0: Clamshell Operator (over 7 cu. yds. M.R.C.) (Long Boom Pay) SCHEDULE II HYDRAULIC SUCTION DREDGING and all other CLAMSHELL and DIPPER DREDGING Group A-1: Bargemany Deckhand! Leveehands Fireman; Oiler Group A-2: Winchman (Stern Minch on Dredge); Deck Engineer Group A-3: Match Engineer: Welders Welder Mechanic; Deckmate; Booster Pump Operator (Mud Cat) Group A-4: Leverman: Clamshell Operator PILEDRIVING Sroup is Assistant to Engineer (Fireman, Oiler, Deckhand) Group lA: Compressor Operator Group 1B: Assistant to Engineer (Truck Crane Oiler) Group 2A: Tugger Hoist Operator (hoisting material only) Y Group 2B: Forklift Operator DECISION NO. CA84-5022 Page 23 POWER EQUIPMENT OPERATORS (Cont'd) PILEDRIVING (Cont'd) Group 2C: Compressor Operator (over 2)1 Generators; Pumps (over 4); Welding Machines (powered by other than electricity) Group 2Dz A-rrames Group 3: Deck Engineer (Deck Engineer operator required when deck engine is used); Self-propelled Boors -type lifting device (center mount) (10 ton capacity or less M.R.C.) Group 3A: Heavy Duty Repairman and/or Welder Group 4: Operating Engineer in lieu of Assistant to Engineer tending boiler or compressor attached to Crane Piledriver; Operator of Piledriving Rigs, Skid or Floating and Derrick Barges (Assistant to Engineer required); Operator of diesel or gasoline power Crane Piledriver (without boiler) up to and including 1 cu. yd. rating (Assistant to Engineer required); Self-propelled Boom -type lifting device (center mount) (over 10 tons up to and including 25 tons); Truck Crane Operator (up to and including 25 tons) (hoisting material only) (Assistant to Engineer required) Group 5: Operator of diesel or gasoline powered Crane Piledriver (with boiler) over 1 cu. yd. rating (Assistant to Engineer re- quired); Operator of Crane (with steam, flash boiler, pump or com- pressor attached) (Group 4 Engineer required); Operator of steam powered Crawler or Universal type Driver (Raymond or similar) (Assistant to Engineer required) Truck Crane Operator (over 25 tons) (hoisting material or performing Piledriving work) (Assis- tant to Engineer required); Self-propelled Boom -type lifting device (center mount) (over 25 tons) (Assistant to Engineer required) Group 6: Cranes (over 125 tons) (Assistant to Engineer required) STEEL ERECTION Group 1: Assistant to Engineer (Oiler) Group 2: Compressor Operator, Generator, gasoline or diesel driven (100 K.W. or over) (structural steel or tank construction only) Group 3: Compressors, Generators and/or Welding Machines or com- bination (2 to 6) (Over 6 additional Engineers required) (structural steel or tank erection only) Group 4: Heavy Duty Repairman., Tractor Operator Group 4A: Combination Heavy Duty Repairman and/or Welder DECISION NO. ¢;84- $022 Page 24 POWER EQUIPMENT OPERATORS (Cont'd) STEEL ERECTION (Cont'd) Group 5: Boom Truck or Dual Purpose A -Frame Trucks Boom Cats Chicago Booms Crawler Cranes and Truck Cranes (15 tons M.R.C. or less) (Assis- tant to Engineer required)j Self-propelled Boon type lifting device (center mount) (10 ton capacity or le.A H.R.C.); Single drum Hoists Tugger Hoist Group 6: Cary Lift, Campbell or similar; Crawler Cranes and Truck Cranes (over 15 tons M.R.C.) (Assistant to Engineer requited); Der- ricks (2 Operators when swing engine remote from hoist); Gantry Rider ( or similar equipment); High'.ine Cableway (Signalman re- quired); Self-propelled Boom -type lifting device (center mount) (over 10 tons up to and including 2S tons)j Tower Cranes Mobile including rail mounted, (Assistant 20 Engineer required)s Tower Cranes, Universal Licbher and similar types (in the erection, dis- mantling and moving of equipment there shall be an additional Operating Engineer) Group 7: Self-propelled Boom-ty)ve lifting device (center mount) (over 2S tons) (Assistant to Engineer required) Group 6: Cranes (over 125 tons) (Assistant to Engineer required) Group 9: Helicopter Operator TRUCK DRIVERS Group 1: Bulk Cement Spreader (w/wo Auger, under 4 yds. water level): Bus or Manhaul Drivers Concrete Pump Machines Concrete Pump Truck (when Flat Rack Truck is used appropriate Flat Rack rate shall applr)I Dump (under 4 yds. water level); Dumperete Truck (under 4 yds. water level); Dumpster (under 4 yds. water level); Escort or Pilot Car Driver; Nipper Truck (when Flat Rack Truck is used appropriate Flat Rack rate shall apply); Pickups; Skids (Debris Box, under 4 yds. water level); Team Driversj Trucks (Dry Pre -batch Concrete Mix, under 4 yds. water level); Warehousemen Group 2: Teamster Oiler and/or Greaser and/or Service Man Group 3: Bulk Cement Spreader (w/wo Auger, 4 yd. and under 6 yds. water levvl) Dump (4 yds. and under 6 yds, water level); Dump- crete (4 yds. and under 6 yds. water level); Dumpster (4 yds. and under i$ yds. water level); Skids (Debris Box, 4 yds. and under 6 yds. water level); Single Unit Flat Rack (2 axle unit); Industrial Lift Truck (mechanical Tailgate); Trucks (Dry Pre - batch Concrete Mix, 4 yds. and under 6 yds. water level) Group 4: Jetting Truck and ester Truck (under 2,500 gallons) Group 5: Road Oil Trucks or Boot Man DECISION NO. CA84i o22 page 2S TRUCK DRIVERS (Cont'd) Group 6: Lift Jitneys, Fork Lift Group 7: Transit Mix, Agitator (ur4ir 6 yde.) Group 8: Fuel and/or Grease Truck Driver or Fuelman Group 9: Vacuum Truck, under 3,100 gallons Group 10: Scissor Trucks Single unit Flat Rack (2 axle unit); Industrial Lift Truck (mechanical tailgate); Small rubber tired tractor (when used within Teamsters' jurisdiction) Group 11: Jetting Truck and Water Trucks, 2,500 gallona and under 4,000 gallons Group 12: C*.mbination Winch Truck with Hoist; Transit Mix Agitator (6 yds, and under 8 yds.) Group 13: Vacuum Truck, 3,500 gallons and under 5,500 gallons Group 14: Rubber -tired Muck Car (not self -loaded) Group 15: Bulk Cement Spreader (w/wo Auger, 6 yds. and under 8 yds. water level); Dump (6 yds. and under 8 yds. water level); Dumperete (6 yds. and under 8 yds. water level); Dumpster (6 yds. and under 8 yds. water level); Skids (Debris Box, 6 yds. and under 8 yds. water level); Trucks (Dry Pre -batch Concrete Mix, 6 yds, and under 8 yds. water level) Group 16: A -Frame, Winch Truck; Buggymobile; Jetting and Water Truck (4,000 gallons and under 5,000 gallons); Rubber tired Jumbo Group 17: Heavy Duty Transport (high bed) Group 18: Ross Hyster and similar Straddle Carrier Group 19: Transit Mix Agitator (8 yds. through 10 yds.) Group 20: Vacuum Truck (5,500 gallons and under 7,500 gallons) Group 21: Jetting Truck and Water Truck (5,000 gallons and under 7,000 gallons) Group 22: Combination Bootman and Road Oiler Group 23: Transit Mix Agitator (over 10 yds. through 12 yds.) Group 24: Bulk Cement Spreader (w/wo Auger, 8 yds. and including 12 yds. water level); Dump (8 yds. and including 12 yds, water level); Dumperete (8 yds. and including 12 yds. water level); Self-propelled Street Sweeper with self-contained refuse bin; Skids (Debris Box, 8 yds, and including 12 yds. water level); Snow Go and/or Snow Plow; Truck (Dry Pre -batch Concrete Mix, 8 yds. and including 12 yds. water level) DECISION NO. CA84-5022 Page 26 TRUCK DRIVERS (Cont'd) Group 25: Heavy Duty Transport (Gooseneck Lowbed) Group 26: Transit Mix Agitator (over 12 yds. through 17 yds.) Group 27: Ammonia Nitrate Dfitributor Driver and Mixers Bulk Cement Spreader (w/wo Auger, over 12 yds. and including 18 yds. water level); Dump (over 12 yda., and including 18 yds, water level); Dumperete over 12 yds. and including 18 yds. water level); Dumpster (over 12 yds. and including 18 yds. water level); Truck (Dry Pre -batch Con- crete Mix, over 12 yds. and including 18 yds. water level) Group 28: Double Gooseneck (7 or more axles)l Heavy Duty Transport Tiller Man Group 29: P.B. or similar type self -loading Truck Group 30: Transit Mix Agitator (oyer 14 yds. through 16 yds.) Group 31: Bulk Cement Spreader (w/wo Auger, over 18 yds. and in- cluding 24 yds. water level)i Combination Dump and Dump Trailer; Dump (over 18 yds. and including 24 yds. water level); Dumperete (over 18 yds. and including 24 yds. water level); Dumpster (over 18 yds. and including 24 yds. water level); Skid (Debris Box, over 18 yds. and including 24 yds. water level); Transit Mix Agitator (over 12 yds. through 16 yds.); Trucks (Dry Pre -batch Concrete Mix, over 18 yds. and including 24 yds. water level) Group 32: Bulk Cement Spreader (w/wo Auger, over 24 yds. and in- cluding 35 yds. water level); Dump (over 24 yds. and including 35 yds. water level); Dumperete (over 24 yds. and including 35 yds. water level); Dumpster (over 24 yds. and including 35 yds. water level)j DW 10's, 20's, 21's and other similar Cat type, Terra Cobra, LeTournapulls, Tournarocker, Euclid and similar type equipment when pulling Fuel and/or Grease Tank Trailers or other mise. Trailers; Skids (Debris Box, over 24 yds. and including 35 yds. water level); Trucks (Dry Pre -batch Concrete Mix, over 24 yds. and including 35 yds water level) Group 33: Truck Repairman Group 34: Bulk Cement Spreader (w/wo Auger, over 35 yds. and in- cluding 50 yds. water level); Dump (over 35 yds. and including 40 yds, water level); Dumperete (over 35 yds. and including 50 yda. water level); Dumpster (over 35 yds. and including 50 yds. water level)i Skids (Debris Box, over 35 yds. and including 50 yds. water level); Trucks (Dry Pre -batch Concrete Mix, over 35 yds. and including 50 yds. water level) Group 35: DW 10's 2018, 21's and other similar Cat type, Terra Cobra, LeTournapulls, Tournarocker, Euclid and similar type equip- ment when pulling Aqua/Pak or Water Tank Trailers DECISION NO. CA84- 5022 Page 27 TRUCK rPIVERS (Cont'd) Group 36: Bulk Cement Spreader (w/wo Aiger, over 50 yds. and under 65 yds. water level); Dump (over SO yds. and under 65 yds. water level); Dumperete (over 50 yds. and under 65 yds. water level); Dumpster (over 30 yds. and under 65 yds. water level); Helicopter Pilot (when transporting men or materials); Skids (Debris Box, over 50 yds. and under 65 yds. water level)i Trucks (Ory Pre -batch Concrete Mix, over 50 yds. and under 65 yds. water level) Group 37: Bulk Cement Spreader (w/wo Auger, over 63 yds. and in- cluding 80 yds. water level); Dump (65 yds. and including 80 yds. water level); Dumperete (over 65 yds. and including 80 yds. water level); Dumpster (over 65 yds. and including 80 yds. water levels Skids (Debris Box, 6S yds. and including 80 yds. water level); Trucks (Dry Pre -batch Concrete Mix, 65 yds. and including 80 yds. water level) Group 38: Bulk Cement Spreader (w/wo Auger, over 80 yds. and in- cluding 95 yds. water level); Dump (over 80 yds. and including 95 yds, water level)s Dumperete (over 80 yds. and including 95 yds. water levels Dumpster (over 80 yds. and including 95 yds. water level); Skids (Debris Box, over 80 yds. and including 95 yds. water level); Trucks (Dry Prt-batch Concrete Mix, over 80 yds. and including 95 yds. water- level) AREA DESCRIPTIONS FOR POWER EOUIPMENT OPERATORS AREAS I and II **AREA I: All areas included in the description defined below which is based upon Township and Range Lines of AREAS I and II. Commencing in the Pacific Ocean on the extension of the Southerly line of Township 19S. Thence Easterly along the Southerly line to Township 19S, crossing the Mt. Diablo Meridian to the S.W. corner of Township 19S, range 6E, Mt. Diablo Base Line and Meridian, Thence Southerly to the S.W. corner of township 20S, range 6E, Thence Easterly to the S.W. corner of township 20S, range 13E, Thense Southerly to the S.W. corner of township 21S, range 13E, Thence Easterly to the S.W. corner of township 21S, range 17E,. Thence Southerly to the S.W. corner of township 22S, range 17E, Thence Easterly to the S.E. corner of township 22S, range 17E, Thence Southerly to the S.W. corner of township 23S, range 18E, Thence Easterly to the S.E. corner of township 23S, range 18E. Thence Southerly to the S.W. corner of township 24S, range 19E, falling on the Southerly *-Line of Kings County, thence Easterly along the Southerly Boundary of Kings County and the Southerly Boundary of Tulare County, to the S.E. corner of township 24S, range 29E, DECISION NO. CA84-3022 Page 26 AREA DESCRIPTIONS (Cont'd) FOR POWER EQUIPMENT OPERATORS AREAS I and It Thence Northerly to the N.E. corner of township 213, range 292, Thence Westerlyy to the N.N. corner of township 21S, range 292, Thence Northerly to the N.E. corner of towiship 139, range 28E, Thence Westerly to the N.W. corner of township 13S, range 28E. Thence Northerly to the N.E. corner of township 11S, range 27E, Thence Westerly to the N.N. corner of township 113, range 27E, Thence Northerly to the N.E. corner of township 10S, range 26E, Thence Westerly to the N.W. corner of township 10S, range 26E, Thence Northerly to the N.E. corner of township 9S, range 258, Thence Westerly to the N.N. corner of township 93, Lange 25E, Thence Northerly to the N.E. corner of township 8S, range 24E, Thence Westerly to the N.W. corner of township IS, range 24E, Thence northerly to the N.E. corner of township 6S, range 23E, Thence Westerly to the S.E. corner of township SS, range 192, Thence Northerly to the S.E. corner of township SS, range 199, Thence W*sterly to the N.N. corner of township SS, range 199, Thence northerly to the N.E. corner of township 3S. range 18E, Thence Westerly to the N.W. corner of township 3S, ras.ge 18E, Thence Northerly to the N.C. cornet of township 2S, range 179, Thence Westerly to the N.W. corner of township 29, range 179, Thence Northerly crossing the Mt. Diablo Baseline to the N.E. corner of township 2N, range 162, Thence Westerly to the N.W. corner of township 2N, range 16E, Thence Northerly to the N.E. corner of township 3m, range 15E, Thence Westerly to the N.E. corner of township 3N, range 15E, Thence Northerly to the N.E. corner of township 4N, range 14E, Thence Westerly to the N.W. corner of township 4N, range )4E, Thence Northerly to the N.E. corner of township SN, rang* 13E. Thence Westerly to the N.E. corner of township SN, range 13E, Thence Northerly to the N.E.. corner of township 10H, range 129, Thence Easterly to the S.Z. corner of township 11N, range 14E, Thence Northerly to the N.E. corner of tainship 11N, range 14E, Thence Westerly to the N.E. corner of tow-oship 11N, range 1(.E, Thence Northerly to the N.r. corner of township 15N, range 109, Thence Easterly to the S.E. corner of township 16N. rang* llE, Thence Northerly to the N.E. corner of township 16N, range 11E, Thence 2'.asterly to the S.E. corner of township 17N, range 14E, Thence Southerly to the S.W. corner of township 14N, range 142, Thence Easterly to the S.E. corner of township 14N, xsnge 15E, Thence Southerly to the S.W. corner of township 13N, range 162, Thence Easterly to the S.E. corner of township 13N, range 16E, Thence Southerly to the S.N. corner of township 12N, range 17E, Thence Easterly along the Southern Line to township 12N to the Eastern Boundary of the State of California, to they State of California to the N.E. corner of township 17N, range 18E, Thence Westerly to the N.W. corner of township 17N, range 11E, Thence Northerly to the N.E. corner of township 20N, ►ange 10E, DECISION NO. CA84-5022 Page 29 AREA DESCRIPTIONS (Cont'd) FOR POWER EQUIPMENT OPERATORS AREAS I and II Thence westerly to the N.W. corner of township 20N, range 20E, Thence Northerly to the N.E. corner of township 21N, range 9E, Thence westerly to the N.W. corner of township 21N, range 9E, Thence Northerly to the N.E. corner of township 22N, range 8E, Thence westerly to the N.W. corner of township 27N, range 8E, Thence Northerly to the S.W. corner of township 27N, range 8E, Thence Easterly to the S.E. corner of townnhip 27N, range SE, Thence Northerly to the N.E. corner of township 28N, range 8E, Thence westerly to the N.W. corner of township 28N, range 7E, Thence Northerly to the N.E. corner of township 30N, range 6Z, Thence westerly to the N.W. corner of township 30N, rang! 1E, Thence Northerly along the Mt. Diablo Meridian to the N.E. corner of Township 34N, range 1W, Thence westerly to the N.W. corner- of township 34N, range 6W, Thence Southerly to the N.E. corner of township 3221, range 7w, Thence westerly to the N.W. corner of township 32N, range ;W, ':hence Southerly to the S.W. corner of township 30N,, range 7w, Thenz, Easterly to the S.E. corner of township 30N, range 7w, nce Southerly to the S.W. corner of township 16N, range 6w, Thence Easterly to the S.E. corner of township 16N, range 6W, Thence Southerly to the S.W. corner of township 14N, range Sw, Thence Westerly to the S.E. corner of township 14N, range 7W, Thence Northerly to the N.E. cornet of township 14N, range 7w, Thence We;iterly to the N.W. corner of township 14N, ranye 7W, Thence Northerly to theN.E. corner of township 15N, range 8W, Thence westerly to the S.E. corner of township 16N, range 12W, Thence Northerly to the N.E. corner of township 16N, range 12W, Thence Westerly to the N.W. corner of township 16N, range 12W, Thence Northerly to the N.E. corner of township 1811, range 12W, Thence Westerly to the N.W. corner of township 18N, range 14W, Thence Southerly to the S.W. corner of township 18Nr range 14W, Theme Easterly to the S.E. corner of townahip 18N, range 14W, Thence Southerly to the S.W. corner of township 16N, range 13W, Thence Westerly to the N.W. corner of township 15N, range 14W, Thence Southerly to the S.N. corner of township 14N, range 14W, Thence Easterly to the S.E. corner of township 17N, range 14W, Thvice Southerly to the S.W. corner of township 13N, range 13W, Thence Easterly to the S.E. corner of township 13N, range 13W, Thence Southerly to the S.W. corner of township 11N, range 12W, Thence Easterly to the S.E. corner of township 11N, range 12w, Thence Southerly along the Eastern Line to range 1.2W, to the Pacific Ocean excluding that portion of Northern California within Santa Clara County included within the following line: Commencing at the N.W. corner of township 6S, range 3E, Mt. Diablo Baseline and Meridian: Thence in a Southerly direction to the S.W. corner of township 7S, range 3E, Thence in a Easterly direction to the S.E. corner of township 7S, range 4E, Thence in a Northerly direction to the N.E. corner of township 6S, range 4E, e . • DECISION NO. CA84- 5022 Page 30 AREA DESCRIPTIONS (Cont'd) for POKER EOUIPMENT OPERATORS AREAS I and II Thence in a Westerly direction to the N.M. corner of township 6S, range 3E, to the point of beginning which portion is a part of Area 2. AREA 1: also includes that portion of Northern California within the following linea: Commencing in the Pacific Ocean on a extension of the Southerly line to township 2N, Humboldt Baseline and Meridians Thence Easterly along the Southerly line to Township 2N, to the S.W. corner of Tpwnship 2N, range 1W, Thence Southerly to the S.N. corner of township 1N, range 1W, Thence Easterly along the Humboldt Baseline to the S.W. corner of township 1N, range 2E, Thence Southerly to the S.M. corner of township 28, range 2E, Thence Easterly to the S.E. corner of township 2S, range 2L, Thence Southerly to the S.M. corner of township 4S, range 3E, Thence Easterly to the S.E. corner of township 4S, range 3E, Thence Northerly to the N.C. corner of township 2S, range 3E, Thence Westerly to the N.W. corner of township 2S, range 3E, Thence Northerly crossing the Humboldt Baseline to the S.M. corner of township 1N, range 3E, Thence Easterly along the Humboldt Baseline to the S.E. corner of township 1N, range 3E, .Thence Northerly to the N.E. corner of township 9N, range 3E, Thence Westerly to the N.W. corner of township 9N, range 2E, Thence Northerly to the N.E. corner- of township JON, range IR, Thence Westerly along the Northerly line to township 1ON, into the Pacific Ocean. AREA I: also includes that portion of Northern California included within the following lines: Commencing at the Northerly boundary of the State of California at the N.W. corner of township 48N, range 7W, Mt. Diablo Baseline and Meridians Thence Southerly to the S.W. corner of township 44N, range 7W, Thence Easterly to the S.E. corner of township 44N, range 7W, Thence Southerly to the S.W. corner of township 43N, range 6M, Thence Easterly to the S.E. corner of township 43N, range 5W, Thence Northerly to the N.E. corner of township 48N, range 510, on the Northerly boundary of the State of California, Thence Westerly along the Northerly boundary of the State of California to the point of beginning. AREA II: All areas not inlcuded within AREA I as defined. 'r Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CFR, 5.5 2. This Contractor shall include the nondiscrimination and compliance provisions of this clause in all subcontracts to perform work under the contract. STANDARD CALIFORNIA NONDISCRIMINATION CONSTRUCTION CONTRACT SPECIFICATIONS (GOVERNMENT CODE, SECTION 12990) These specifications are applicable to all state contractors and subcontractors having a construction contract or subcontract of $5,000 or gore. I. As used in the specifications: (a) "Administrator" means Administrator, Office of Compliance Programs, California Department of Fair Employment and Housing, or any person to whom the Administrator delegates authority; (b) "Minority" includes: (i) Black (all persons having primary origins in any of the black racial groups of Africa, but not of Hispanic origin); (ii) Hispanic (all persons of primary culture or origin in Mexico, Puerto Rico, Cuba, Central or South America or other Spanish derived culture or origin regardless of race); (iii) Asian/Pacific Islander (ail persons having primary origins in any of the original peoples of the Far East, Southeast Asia, the Indian Subcontinent or the Pacific Islands); and (iv) American Indian/Alaskan Native (all persons having primary origins in any of the original peoples of North America and who maintain culture identification through tribal affiliation or community recognition). 2. Whenever the Contractor or any subcontractor subcontracts a portion of the work, it shall physically include in each subcontract of $5,000 or more the nondiscrimination clause in this contract directly or through incorporation by reference. Any subcontract for work involving a construction trade shall also include the Standard California (nondiscrimination) Construction Contract Specifications, either directly or through incorporation by reference; 3. The Contractor shall implement the specific nondiscrimination standards provided in paragraphs 6(a) through (e) of these specifications; 4. Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the Contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the contractor's 5A-5 PSWTOI/w6R5A obligations under these specifications, Government Code, Section 12990, or }:,e regulations promulgated pursuant theret.; 5. In order for the nonworking training hours of apprentices and trainees to be counted, such apprentices and trainees must be employed by the Contractor during the training period, and the Contractor must have made a commitment to employ the apprentices and trainees at the completion.of their training, , subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor or the California Department of Industrial Relations. 6. The Contracter shall take specific actions to implement its nondiscrimination, program. The evaluation of the contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its actions. The Contractor must be able to demonstrate fully its efforts under Steps a4 through e. below: a. Ensure and maintain a working environment free of harassment, intimidation and coercion at all sites, and at all facilities at which the contractor's employees are assigned to work. The Contractor, where possible, will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents, and other onsite supervisory personnel are aware of and carry out the contractor's obligations to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities; b. (Reserved); c. Disseminate the Contractor's equal employment opportunity policy by providing notice of the policy to unions and training, recruitment and outreach programs and requesting their cooperation in assisting the Contractor to meet its obligations; and by posting the company policy on bulletin boards accessible to all employees at each location where construction work is performed; d'. Ensure all personnel making management and employment decisions regarding hiring, assignment, layoff, termination, conditions of work, training, rates of pay or other employment decisions, including all supervisory personnel, superintendents, general foremen, onsite foremen, etc., are aware of the Contractor's equal employment opportunity policy and obligations, and discharge their responsibilities accordingly; e. Ensure that seniority practices, job classifications, work assignment and other personnel practices, do not have a 5A-6 PSWTOI/w6R5A discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the equal employment opportunity policy and the Contractor's obligations under these specifications are being carried out. 7. Contractors are encouraged to participate in voluntary associations which assist in fulfilling their equal employment opportunity obligations. The efforts of a Contractor association, joint contractor -union, contractor -community, or other similar group of which the Contractor is a member and participant, may be asserted as fulfilling any one or more of its obligations under these specifications provided that the Contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensures that the concrete benefits of the program are reflected in the Contractor's minority and female workforce participation, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, is the Contractor's; 8. The Contractor is required to provide equal employment opportunity for all minority groups, both male and female, and opportunity for all minority groups, both male and female, and all women, both minority and non -minority. Consequently, the Contractor may be in violation of the Fair Employment and Housing Act (Gov. Code, Section 12990 et seq.) if a particular group is employed in a substantially disparate manner; 9. Establishment and implementation of a bona fide affirmative action plan pursuant to Section 8104 (b) of this Chapter shall create a rebuttal presumption that a Contractor is in compliance with the requirements of Section 12990 of the Government code and its implementing regulations; 10. The Contractor shall not use the nondiscrimination standards to discriminate against any person because of race, color, religion, six, national origin, ancestry, physical handicap, medical condition, marital status or age over 40; 11. (Reserved); 12. (Reserved); 13. The Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company equal employment opportunity policy is being carried out, to submit reports relating to the provisions hereof as may be required by OCP and to keep records. Records shall at least include for each employee the Name, address, telephone numbers, construction trade, union affiliation if any, 5A-7 PSWTO1Jw6R5A employee identification number when assigned, social security number, race, sex, status, (e.g., mechanic., apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in any easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, contractors shall not be required to maintain separa-,e records. NOTE: Authority cited: Sections 12935(a) and 12990(d), Government Code. Reference: Section 12990, Government Code. 5A-1.01 PAYROLL RECORDS The first paragraph in Section 7-1.01C, 7ayro Records.-` of fie Standard Specifications is amended to read: The Contractor's attention is directed to the provisions of Labor Code Section 1776, a portion of which is quoted below. Regulations implement.ing said Section 1776 are located in Sections 16016 through 16019 and Sections 16207.10 through 16207.19 of Title 8, California Administrative Code. The Contractor shall be responsible for compliance by Contractor's subcontractors. (a) Each Contractor and subcontractor shall keep an accurate payroll record, showing the name, address, social security number, work classification, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed by him or her in connection with the public work; (b) The payroll records enumerated under subdivision (a) shall be certified and shall be available for inspection at all reasonable hours at the principal office of the Contractor on the following basis: (1) A certified copy of an employee's payroll record shall be made available for inspection or furnished to such employee or his or her authorized representative on request; (2) A certified copy of all payroll records enumerated in subdivision (a) shall be made available for inspection or furnished upon request to a representative of the body awarding the contract, the Division of Labor Standards Enforcement and the Division of Apprenticeship Standards of the Department of Industrial Relations; (3) A certified copy of all payroll records enumerated in subdivision (a) shall be made available upon request by the public for inspection or copies thereof made; provided, however, that a request by the public shall be made through either the body awarding the contract, the 5A -S PSWTOI/w6R5A Division of Apprenticeship Standards, or the Division of Labor Standards Enforcement. If the requested payroll records have not been provided pursuant to paragraph (2) the requesting party shall, prior to being provided the records, reimburse the cost of preparation by the Contractor, subcontractors and the entity through which the request was made. The public shall not be given access to such records at the principal office of the Contractor; (c) Each Contractor shall file a certified copy of the records enumerated in subdivision (a) with the entity that request such records within 10 days after receipt of a written request; (d) Any copy of records made available for inspection as copies and furnished upon request to the public or any public agency by the awarding body, the Division of Apprenticeship Standards or the Division of labor Standards Enforcement shall be marked or obliterated in such a manner as to prevent disclosure of an individual's name, address and social security number. The name and address of the Contractor awarded the contract or performing the contract shall not be marked or obliterated; (e) The Contractor shall inform the body awarding the contract of the location of the records enumerated under subdivision (a), including the street address, city and county, and shall, within five working days, provide a notice of a change of location and address; (f) In the event of noncompliance with the requirements of this section, the Contractor shall have 10 days in which to comply subsequent to receipt of written notice specifying in wnat respects such Contractor must comply with this section. Should noncompliance still be evident after such 10 -day period, the Contractor shall, as a penalty to the state or political suudivision on whose behalf the contract is made or awarded, forfeit twenty-five dollars ($25). for each calendar day, or portion thereof, for each worker, until strict compliance is effectuated. Upon the request of the Division of Apprenticeship Standards or the Division of Labor Standards Enforcement, such penalties shall be withheld from progress payments then due. 5A-1.08 DB and WBE RECORDS The Contractor shall maintain records of all subcontracts entered into with certified DB and WBE subcontractors and records of materials purchased from certified DB and WBE suppliers. Such records shall show the name and business address of each DB and WBE subcontractor or vendor and the total dollar amount actually paid each DB and WBE. subcontractor or vendor. 5A-9 PSWTOI/w6R5A • Upon completion of the contract, a summary of these records shall be prepared and certified correct by the Contractor- or Contractor's authorized representative, and shall be furnished to the Engineer. 5A-1.09 SUBCONTRACTING Attention is directed to the provisions n Section - 1. M , "Subcontracting," of the Standard Specifications, Section 2, "Proposal Requirements and Conditions," Section 3, "Submission of DB and WBE Information, Award, and Execution of Contract," elsewhere in these Special Provisions. The OB and WBE information furnished under Section 3-1.02, "DB and WBE Information," of these Special Provisions is in addition to the subcontractor information required to be furnished under said Section 5-1.06, "Subcontracting." In accordance with the Federal DB and WBE regulations (Section 23.45(f)(2) Part 23, Title 49 CFR): 1. No substitution of a DB or WBE subcontractor shall be made at any time without the written consent of the Department; and, 2. If a DB or WBE 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 DB and WBE subcontractor with another DB or WBE subcontractor. a 5A-10 PSWTOI/w6R5A 5A-1.10 Federal Labor Standards Provisions «a Degm Udw�" � . The Project or Program to which the construction work covered by his contract Pertains is being assisted by the United States of Amencs and the follow" Federd labor Standards Prownorhs are included in this Contract pursuant to the provisions applicable to such Federal assistance. A. 1. m W%limum Wages. All laborers and mechanics employed or work- ing upon the oft of the work (or under the United States Housing Act of 1937 a under the Housing Act of 1949 in the construction or development of the prolect), will be paid unconditionally and not bas often than once a week, and without subsequent deduction or rebate on any accour? (except such payroll deductions as aro permitted by regulations issued by the Secretary of labor tinder the Copeland Act (29 CFR Part 3L the full amount of wages and bona fide dirge benefit (or cash equivalents thereof) due at time of payment computed n rates not less than those contained in the wage determination of the Secretary of labor which is attached hereto and made a part hereot regardless of any contractural relationship which may be alleged to exist between the contractor and such laborers and mechanics Contribution made or costs reasonably anticipated for bona fide fringe bens is under Section i(b)(2) of the Davis -Bacon Amon boned of laborers or mechanics are considered wages Paid to such laborers or mechanics, subtect to the provisions of 29 CFR-5.5(aXl)(rA aim regilm oontnbutions made or eeatiit incurred for more than a we" Period (but not Was often than quarterly) under plans, kenft or programs, which cover re particular weekly period, are deemed to be construc" made or incurred during such we" perxid. Such laborers and mechanics shah be paid the appropriate wage rate and fringe benefits on the wage determination for re classification of work actually performed, without regard to skit, except as provided in 29 CFR Part 5.5(aX4}, laborers or mechanics performing work in more ran one classification may be compensated at the rate specified for each classifica- tion 1Cr the time actually, worked therein Provided. That Me employers pay- roll records accurately cat torr M* time spent in each classification in which work a performed The wage determination (including any additional cissw6cabon and wage rates conformed under 29 CFR Part 5.5(aXi)(4) and the Daws -Bacon power (WH -1321) Shan be posted &IL all times by the con- tractor and its subcontractors at the site of the work in a prominent and accescibiq place where it can be easiy seen by the workers. (I) (a) Any class of laborer or mechanics which is not listed in the wage determiinabort and which is to be employed under the contract Shah be classified in conformance with tM wage determination. HUD shall approve an additional clasliftathon and wags rte and !ring* berx-tits therefore only when he following criteria have been mei: (1) The work to be Performed by the classification requerted is not performed by a classification in the wage determination. and (2) The clsssdkation is utilized in the area by the construction u-4ustry, and (3) Tie proposed wage rate. including any bona fide fringe bene- fits, bean a reasonable relationship to the wage rates contained in he wage determwnaticn. (b) It the contractor and the taborers and mechanics to be employed in the Wssification (if known), or their representatives. and HUD or 43 designee a -lee on the ciassification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken chap be sent by HUD or ib designee to the Administrator of the Wage and Hour Dmsx n, Employment Standards Adm,rnstrabon. U.S- Department of labor, Washine!on, D.C. 20210_ The Administrator, or an auronzed r*presentatove, will approve, modify. or disapprove every additional classifi- cation action within 30 days of receipt and so advise HUD or its designee er win nobly HUD or its designee within the 30 -day period that additional %ma is necessary. (Approved by he Office of Management and Budget under OMB corns number 1215-0140.) (c) M the event the contractor. the taborer or mechanics to be employed in the Classification or their representatives, and HUD or its designee do not agree on the proposed classification and wage rate onchuding the amount designated for fringe benefits. where APProprate). HUD or its designee shall reter the questions. Including the views of aN interested parties and the recommendation of HUD or its designee, to the Adminewstor for determination. The Adn"nistralor. Of an authorized repra- sentaum wtif issue a determination within 30 days of receipt and so advise HUD or ft designee or will notify HUD or Its designee within the 3D -day period rat additional time is necessary• (Approved by the Office of Man- agement and Budget under OMB Contra Number 1213-0140a (44 The wept rate (including hinge benefits where appropriate) determined pursuant to subp­ +graphs (1)(b) or (c) of ria paragraph, shelf be pad to all workers performing work in he classification under this con- tract from the fast day on which work Is performed in the classification. (pig Whenever the mntmum wage raft prescribed in the contract for a class of %borws or mechanics includes a fringe benefit winch Is not expressed as an hourly rate, the contractor shad either pay the beneM as stated in re wage determination Of shall pay another bona We kings benefit or an hourly cash equivalirit thereof. (hr) n the contractor does nes make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the demount of any, cosu reasonably anticipated in provkkV bona We fringe benefits under a plan of programs Provided. That re SeueWy of Labor hue found, upon the written request of the contractor, that the applicable standards of to Davis -Bacon Act haw begirt met The Secretary of labor may require the contractor to set aside in a separate account assets for the mee" of obligation under the plait or program. (Approved by the Office of Managemert and Budget under OMB Control Number 1215-0140.) L Wntlioldin% HUD or its designee shah upon its own action or upon written request of an authorized represer"ll" of the Department of labor withhold or cause to be withheld from he contractor under this contract or any oyer Federal contract with the same prime contractor. or any other Faderaify-asststed contract subject to Davis -Bacon prevaiifrq wage requirements, which to held by the same p(Wo MAVactor so much of to accrued Payments or advances as may be considered necessary to pay labours and mechanics, including apprentices, trainees and helpers. employed by r2 contractor or any subcontractor the full amount of wages required by the cormact in the evernt of failure to pay any laborer or mechanic, including any apprentice, trainee or helper. employed or working on the ane of the work (or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or devMopawnt of the projeM all or part of he wages required by the contract, HUD or ft drtsig- nee may, after wniten notice to the contractor, sponsor. applicant or owner. take such action as may be necessary to cause the suspension of any further payment. advance, or guarantee of funds until such violations haw ceased. HUD or iri designee may. after written notice to he contractor. dis- burse such amounts withheld for and on account of he contractor or sub- contractor to the respective employees to whom they are due. The Comp. broiler General sham make such disbursements in the case of direct Davis -Bacon Act contracts. 3. M Payrolls and bask records Payrolls and basic records relating hereto shad be maintained by the contractor during the course of the work preserved for a period of three years ttweaher for all laborers and mechanics working at the site of he work (or under the United States Housing Act of 1937, or under the Housing Act 011949. in the construction or development of the prolecp. Such records" contain re name, address, and social security number of each such worker, his or her cor- rect classiticabon, hourly rates of wages Paid (including rates of contnbu- tiers or costs anticipated for bona fide hinge benefiq or cash equivalents thereof of the types descnbed in Section 1(bX2XB) of the Davis-a`con AeQ, daily and weekly number of hours worked deductions made and *Chief wages paid. Whenever the Secretary of Labor has found under 29 CFR 3.5 (AX IXiv) that he wages of any laborer or mechanic inchxfe the amount of any costs reasonably anticipated in providing bereft under a plan or pro- gram described in Section 1(bXZXB) of the Davis -Baton Act ae contractor shall maintain records which show hat the commitment td provide such Prev,lous Edition Is Obsolete5A-1 1 HUD-40101344.1) UD-4 0103(22-a4 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 antici- pated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certih- cation of trainee programs. the registration of the apprentices and trainees. and the ratios and wage rates prescribed in the applicable programs (Approved by the Office of Management and Budget under OMB Control Numbers 1215-0140 and 1213-0017 ) (N) (a) The contractor snap submit weekly for each week in which any contract work is performed a copy of all payrolls to HUD or its designee it tfx agency ;s a party to the contract but it the agency is not such a party. tM contractor will submit the payrolls to the applicant sponsor, or owner. as the case may be. for transmission to HUD or its designee The payrolls submitted shall set out accurately and completely all of " information required to be maintained under 29 CFR Pan 5.5(a)f3) i). This information may be submitted in any form desired. Optional Form WH-347 is available lir this purpose and may be purchased from the Superintendent of Docu- ments (Federal Stock Number 029-003-00014-t). U.S. Government Pnnbng Office. Washington. DC 20402. The prime contractor is responsible fw the submission of copies of payrolls by all subcontractors. (Approved by the Office of Management and Budget under OMB Control Number 1213.0149) (b) Each payroll submitted shall be accompanied by a -Statement of Complunce signed by tie contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify tax following: (1) That the payroll for the payroll period contains the information required to be maintained under 29 CFR Part 5 5 (ax3)0) and that such information is correct and complete; (2) That each taborer or mechanic (including each helper, apprentice, and trainee) employed on fie contract' during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indi- rectly from the full wages earned, otter than permissable deductions as set forth in 29 CFR Part 3; (3) That each taborer or mechanic has been paid not less than the applicable wage rates arM fringe benefits or cash equivalents for the clas- &"bon d work performed, as specified in the applicable wage determine- tan incorporated into the contract (c) The *sea ty submission of a property executed certification set forth on Cx reverse side of Optional Form WH-347 shall sabsty the requirement lir submission of the -Statement of Ccmpliance" required by paragraph AIffi)(b) of this section. (d) The falsification of any of the above cerbficanons may subject tie contractor or subcontractor to civil or criminal prosecution under Section mol of Title 16 and Section 231 of Title 31 of the United States Coda (int) The contractor or subcontractor shall make the records required under paragraph A3 G) of this section available for inspection. copying, or transcription by authorized representatives of HUD or its des;gnee or the Department of tabor. and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcon- tractor fails to subm-! the required records or to make them available. HUD or its designee may, after written notice to the contractor, sponsor, appli- cant or owner, take such action as may be necessary to cause the sus- pension of any further payment advance. or guarantee of funds. Further- more, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR Part 5.12 4. M Apprentices and Trakheee. Apprentices. Apprentices will be per- mitted to work at less than tax predetermined rate for the work they per- lorrmed when they are employed pursuant to and individually registered in a bona We apprenticeship program registered with the U.S Department of Labw. Employment and Training Administration. Bureau of Apprenticeship and Training, or with a State Apprenticeship Agency recognized by the Bureau, or it a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the Program, but who has been certified by the Bureau of Apprenticeship and Training or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as in apprentice. The allowable ratio of apprentices to joumeymen on the job site in any craft classification shall not be greater than the ratio permuted to the contractor as 10 the enure work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition. any apprentice performing work on the job site in excess of the ratio permuted under the registered program - shalt be paid not less than the applicable wage rate on the wage determi- nation for the work actually performed. Where a contractor is performing constructors on a project in a locality other Putt that in which its program is registered. the ratios and wage rates (expressed in percentages of this jour- neyman's hourly rate) specified in the contractors of subcontractors regis- tered program shall be observed. Every apprenctce must be paid at not less than the rate speCified in the registered program for the apprentice's level of progress, expressed is a percentage of Che journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid Inge benefits In accordance with the provisiorss of the apprenticeship program. It the apprenticeship program does not speciy fringe benefits, apprentices must be paid the full amount of fringe benefits listed on Che wage determination for ft applicable classification. it the Administrator determines that a different practice prevails for the applicable apprentice classification, tnnges s.'an be paid in accordance with that determination. in the event the Bureau of Apprenticeship and Training, or a Sate Appren. ticeship Agency recognized by this Bureau. withdraws approval of an apprenticeship program. Che contractor will no longer be permuted to utilize apprentices at less Cin this applicable predetermined rate for the work performed until an acceptable program is approved. (9) Trainees. Except as provided in 29 CFR 3.16, trainees wig not be permitted to work at less than Cx predetermined rate for this work per- formed unless they, are employed pursuant to and individually registered in a program which has received poor approval. evidenced by formal certilf- cation by the U.S. Department of Labor. Employment and Training AdmiM- strabon. The ratio of trainees to journeymen on Cx iab sits alien not be greater than permitted under the plan approved by Che Employment and Training Administration. Every trainee must be paid at not less than Che rate specified in the approved program for the trainee's levet of progress, expressed as a percentage of the journeyman hourly rate specified In Che applicable wage determination. Trainees shall be paid fringe benefits In accordance with the provisions of the trainee Program If the trainee pro- gram does not mention fringe benefits. trainees shag be paid the hull amount of fringe benefits listed on the wage determination unless Che Administrator of We Wage and Hour DFvision deMrtrwnes Chat there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than hip fringe benefits for apprentices. Any employes pate on tris payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on Cx wage determination for me work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for Me work actually performed. In the event the Employment and Training Admin- istration withdraws approval of a training program, the contractor win no longer be permitted to utilize trainees at less than the applicabh, predeter- mined rate for the work performed until an acceptable program is approved. (iii) Equal employment opportunity. The utilization of apprentices. trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended. and 29 CFR Part 30. 5. Compliance with Copeland Ad requirement. The contractor shall comply with the requirements of 29 CFR Part 3 which are incorporated by reference in this contract 6. Subcontract. The contractor or subcontractor will insert in any sub- contracts the clauses contained in 29 CFR 5.5(&x1) through (10) and such other clauses as HUD or its designee may by appropriate instructons require. and also a clause rr!- • :rn tho subcontractors to include these clauses in any lower bar subcontrauZ nnrme contractor shall be responsible for the compliance by any - -tor or lower bei subcon- tractor with all the contract clauses in 29 CFR '& 5A-12 HUD -401012-84) fir 7. Contracts lennlnation: debartnenL A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the con. -.CL and for debar- ment as a contractor and Al subcontractor as provaed in 29 CFR S.IZ & CanpUanee with 00vis-flacon and Related Act Require nenb. AU nA- khgs and interpretations of the Daws -Bacon and Related Acts contained in 29 CFR Parts 1. 3. and S are herein incorporated by relevance in this contract 9. Disputes concerning labor standard nsputes ansing out of the labor standards p►owsions of this Contract shall not be subject to the general disputes clause of this contract Such disputes shall be resolved in accor- dance with the procedures of the Department of Labor set forth in 29 CFR Parts S. 6. and 7 Disputes within ,.e meaning of th-s clause include dis- putes between the contractor for any of its subcontractors) and MUD or its designee. the U.S. Department of Labor. or the employees or their repres.ntetrve: 10. m CaWlcalbn of EllobiNfy. By entering into this contract the con- tractor cerbMs that neMer it (nor he or she) nor any person or brri► who has an interest in we contractors firm is a person or firm ineligible to be awarded Government contracts by vMue of Section 3(s) of the Davis- Bacon Act or 29 CFR S.12(aXl) or to be awarded HUD eorora;ts or Parties - pots, in HUD programs pursuant to 24 CFR Part 24. pit No part of this Contract shall be subcontracted to any person or km khefigible for award o1 a Government contract by virtue of Section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(&x1) or to be awarded HUD contracts or participate in HUD programs pursuant to 24 CFR Part 24. (Iii) The penalty for making taus statements is prescribed in the U.S Cnriwnal Code. 18 U:SC. 1001. Additionally. U.S Cmrwal Code. Section Iola Title 13. U.S.C. -Federal Housing Admimstratwn transactions-. pro- vides in part "Whoever. for the purpose of. .influencing in any way the action of such Administration... makes, utters or pub#Wws any statement knowing the same lo be lalsa .. "'I be tined not more than S3.000 or kmpnsoned not more than two years, or bot. - 11. Complaints. Preceedkgs. or Testimony by Employees- No laborer or mechanic to whom the wage. salary. or other tabor standards prowsions of this Contract are &pOkcable shall be dnchargW or in any other mw~ discnm"Ied against by the Contractor or any subcontractor becausit such employee has ti1W any, complaint ov instituted or caused 10 be instituted any proceeding or has testified or is about to testily in arty proceeding under or relating to the tabor standards applicable under this Contract 10 his employer. 9 Contract Work Hours and Safely Standards Act As used in this para- graph. the berms 'laborers- and -mechanic&- include watchmen and gums (1) Overlinne requirements. No contracts: or subcontractor contracting. for any pa'1 of the Contract work which may require or involve til employ- ment of laborers or mechanics shall require or permit any such laborer or mechanic in any work wee in which he or "is employed on 91.leh work to work in excess of eight hours in any, calendar day or in excess of lorry hours in such workweek unless such laborer or mechanic receives corn- pensation at a rate not less than one and one-half times the basic rata of pay for all hours worked in excess of eight hours in any calendar day or in excess of tory hours in such workweek whichever is greater. (2) Vbfatlem liability for impaid wages, liquidated damages. In 0'4 event of any violation of the clause set forth In subparagraph (1) of "a paragraph. the contractor and any subcontrackx responsible therefor shag be liable for the unpaid wages. 1n addition such contractor and subcon- tractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory. to such District or to such temtory► for liquidated damages Such liquid�ited damages shall be com- puted with respect to each indrwdual laborer or mechanic. fnck,d" watchmen and guard& employed in violation of the clause set forth in sub- paragraph (1) of this paragraph, in the sum of S10 for each calendar day on which such individual was required or permitted to work in excess of eight hours or in excess of the standard workweek of forty hours without pay- ment of the overtime wages required by the Clause set forth in subpara- graph (1) of this paragraph. m Withholding ter unpaid wages and liquidated damages. HUD or Its designee shall upon Its own action or upon wntw request of an autho- rized representative of the Department of tabor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contraa Cr any Otter Federally-asaiste0 Con- tract subject to the Contract Work Hours and Solely Standards Act which Is held by the same prime contractor such sums as may be determined to be necessary to ssbafy any liabilities of such contractor or subcontractor for unpaid wages and liqudated damages as provided in the clause set forth to subparagraph (2) of this pareWSPIL (4) Subcontracts. The contractor or subcontractor shall insert it any subcontracts the claves sec forth in subparagraph (1) through (4) of this paragraph and also & clause requiring the subcontroekxs to include these clauses in any lower ser subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier KftMtrae- ior with the clauses set forth in subparagraph& (I) through (4) of this ara"Ok C. Meall h said Solely (1) s*1 laborer or mecham shalt be required to work In shxro o4ings or under work" conditions which we unsanitary. hazardotm or danger- ous to his health and safety ss determined under constucbon safety and health standards promulgated by the Secretary of Lat-or by regulation. (2) The Contractor "I comply with sit regulations issued by the Secretary of tabor pursuant to Tile 29 Pan 1926 (lorrnwy pan 1 St a) and failure to compty may result In Imposition Of aanations pwsuant to tins Con- tract Work Hours and Safety Standards Act (Public Law 91-54.83 Stat 9% m The Contractor shall indude Me provislotu of tis Article in every subcontract so that such provisions will be binding on each subcontractor. The Contractor shag take such action with respect to any subcontract as the Secretary of Housing and Urban Development or the Secretary of Labor shall direct as a means of enforcing shr:h provisions. 5A- 13 MUD -4010 (24M) 5A-1.11 SEC. 13 .20 EXHIBIT 110 SECTION 3 CONTRACT PROVISI0NS Assurance of compliance with regulations. a. Emery contract or agreement for a grant. loan, subsidy, or other direct f'„nancial assistance in aid of housing. urban planning, development. redevelopment. or renewal, public or community faci- lities, and new community development, entered into by the Depart - sant of Hawing and Urban Development with respect to A Section 3 covered project shall contain provisions requir ns the applicant or recipient to carry out the provisions of SectLon 3, the regulations set forth in this part, and any applicable rulas and orders of the Department issued therauader prior to approval of its application for assistance for a Section 3 covered project. •t b. 1tvery applicant, recipient, contraetlag party. contractor and subcontractor shall incorporate, or cau6e to be incorporated, in all contracts for work In connection vitt' a Section 3 covered project, the folloving clause (referroit to as a Section 3 clause): A. The work to be performed under this contract is on a project assisted under a program providing direct Federal financial assistance frca the Department of housing and Urban Develop- ment and is subject to the rmpiraments of Section 3 of the Housing•and Urban Development Act of 1968. as amended, 12 U.S.C. 1701u. Section 3 requires that to the greatest extent feasible opportunities for training and ployaent be given �+e lr income residents of em of the project area and contracts for work in connection with the project be awarded to business concerns which are located in, or owed in substantial part by persons residing in the area of the project. 3. The parties to this contract will comply with the prevision of said section 3 and the regulations issued pursuant thereto by the Secretary of Housing and Urban DevalopAent eat forth in 24 CFA 135, and all applicable rules and orders of the ?epert- sent issued thereunder prior to than execution of this contract. The parties to this contract-artify and agree that they are. under no contractual or other disability which would prevent them from complying with thus requirements. C. The contractor will &end to each labor organization or represen- tative of workers with which he hAa a collective barganining agreement or other contract or understanding, if any, a notice advising the said labor organisation or workers' representative of his commitments under this Section 3 elcuse and *hall post copies of the notice in conspicuous places available to employees and applicants for employment or training. SA -14 • D. The contractor will include this section 3 clause in every subcontract for work in connection with the project and will, at the direction of the applicant for or recipient of Federal financial assistance, take appropriate action pursuant to tt.e subcontract upon a finding that the subcontractor is in viols - tion of regulations issued by the Secretary of housing and Urban Development. 24 CFA 135. The contractor will not sub- contract with any subcontractor where it has notice or know- ledgo.that the latter has been found in violation of regula- tions under 24 CFR 135 and will not let any subcontract unless the subcontractor has first provided it with a prellAinary statment of ability to ccaply with the requirements of these regulations. E. Coapliance with the provisions of section 3. the regulations set forth in 24 CTR 135. and all applicable rules sad orders of the Department issued thereunder prior to the axecution of the ,contract. shall be a condition of the Federal financial assistance provided to the project. binding upon the applicant or recipient for such assistance, its successors, sad assigns. Feilure to fulfill these requirmonts.shall subject the appli- cant or recipient. its contractors and subcontractom its successors, and aset&= to those sanctions specified by the grant ox loan agreement or contract through which Federal assistance is provided. and to such sanctions as are specified by 24 CFR 135. 5A-15 SUPERSEDEAS DECISION _ 3 0 MAR 198- TATE: California OUNTIES: Alameda, A1pinv, Amador, Butte, Calaveras, Colusa, Contra Costa. Del Norte, El Dorado, Fresno, Glenne Humboldt, Kings, Lake, Lassen, Madera, s Marin, Mariposa, Mendocino, Merced, Modoc, Monterey, Napa, Nevada, Placer, Plumas, Sacramento, San Benito, San Francisco, San Joaquin, San Mateo, Santa Clara, Santa Cruz, Shasta, Sierra, Siskiyou, Solano, Sonoma, Stanislaus, Sutter, Tehama, Trinity, Tulare, Tuolumne, Yolo, afid Yuba %ECISION NUMBER: CA84-5001 w/moD N1 (4-6-84)DATE: Date of Publication ♦•upersedes Decision No. CA83-5128 dated December 9, 1983, in 48 FR 55239 1ESCRIPTION OF WORK: Building; Heavy (excluding Water Well Drilling) and Highway Projects; and Residential Projects (excluding Alpine, $utte, Colusa, Fresno, Glenn, Kings, Lake, Lassen, Madera, Mendocino, Modoc, Plumas, Shasta, Sierra, Siskiyou, Stanislaus, Tehama, Trinity, and Tulare Counties) Basic Ie Nosily Fringe Hourly sic Fringe Rates Wnslits Rates Benefits .SBESTOS WORKERS OI LER.KAKERS .RICKLAYERS; STONEMASONS: • Area 1 Area 2 .lrea 3 1'._ e a 4 Area 5 , Area 6 Area 7 Area 8 3RICK TENDERS: Area 1 Area 2 Area 3 Area 4 Area 5 Area 6 Area 7 Area 8 Area 9 (Residential Con- struction 2 stories+less CARPENTERS: Area 1: Carpenters Hardwood Floorlayers; • Shinglers; Power Saw Operator; Steel Scaf- fold Erector and Steel Shoring Saw Filers Millwrights Piledrivermen • Area 2: Carpenters Hardwood Floorlayers; Shinglers; Power Saw Operators; Steel Scaf- 1, fold Erector and Steel • Shoring; Saw Filers Millwrights 24.20 $4.51 21.39 3.96 18.52 6.10 18.90 4.95 17.35 3.30 16.53 2.82 18.30 3.53 20.10 3.87 17.57 3.89 17.19 4.11 13.80 4.76 15.48 3.70 15.24 4.91 15.24 4.91 16.24 4.91 14.19 6.10 15.15 4.45 16.05 4.45 12.55 4.96 19.28 i 6.455 I 19.43 i 6.455! 19.28 7.4551 19.38 7.7051 16.65 6. 755 16.80 6.455 17.55 7.455 19.38 7.705 CARPENTERS: (Cont'd) Area 3 (Residential) Area 4: Carpenters Hardwood Floor Layers! Shinglers; Power Saw Operators; Steel Scaffold Erector- and St.eel Shoring! Saw filers Millwrights Piledrivermen Insulator (Hopper or Blower Operator) (Residential) Area 5 (Residential) CE:%1ENT MASONS: Cement Masons Swing or Slip Form Scaifolds or Composition Masons C' M.MUNICATIOa TcCRa`ICIAI DIVERS: Divers Stand-by Divers DRYWALL INSTALLERS/LATHE Drywall Installers; Lathers Residential Drywall; Lathers: Area 1 ELECTRICIANS: Area 1: Electricians 17.1 17.8 19.3 8.4. 12.0 15.5 15.7 12.8 33.8 18.0 .S: 20.1 13.5 22.5 Area 2: Electricians 15.8 Cable Splicers 17.3 Residential Electrieia:� 12.39 $6.20.5 6.455 I 6.455 7.455 7.705` 1 6.45"s 6.205 5.93 5.93 3. 0.7 6.225 6.225 . � C 6.225 6.225 6.298 +31 3. 10+- 3 3.10+ . 30 ; 3.35; DECISION NO. CA84-5001 ELECTRICIANS: (Cont'd) Area 3: Electricians Cable Splicers Area 4: Electricians Cable Splicers Residential Electricians Area 5: Electricians Cable Splicers Residential Electricians Area 6: Electricians Cable Splicers Area 7: Electricians Cable Splicers Area 8: Electricians Cable Splicers Residential Electricians Area 9: Electricians Cable Splicers Area 10: Electricians Cable Splicers Residential Electrician Area 11: Electricians Cable Splicers Residential Electricians Area 12: Electricians 26.16 5.20+ Page 2 ' ELECTRICIANS: (Cont'd) • : A" �'Nn9a B•no itx Basic Hourly F►Inja BtnNtt Baal: Hourly R•ua 3% 5.2C+ Area 12s (Cont'd) Cable Splicers Rstes 17.08 $22.78 $4.14+ $26.26 31 Area 3 (Residential) 10.00 ;> 24.91 4.14+ Area 13: �. Area 5 31 Electricians $24.40 $7.17 r. 13.58 18.40 Cable Splicers 27.45 7.17, 15.71 4.41 Area 14s 20.24 4.06+ Fence Erectors . Electricians 25.24 .8+*� 431% 17.28 4+41 10,00 1.01+ and Structural17.30 31 Cable Splicers 28.39 18.89 12.87 3.51+ Area is At 31 31 3% Area 15: 3.00 21.25 6.68+ Electricians 25.00 5.42.+ 19.8i 4.24+ 15.61 2.3046 31+ 4.12+ 3h% Area 16: 3k1 22.29 4.24+ Electricians 20.42 4.41+ 3k1 31 , 10.25 1.20+ ELEVATOR CONSTRUCTORS: 31 Mechanics 28.35 3.00+, 24.16 5.20+ Helpers 19.845 3.00+ 31 a 26.16 5.20+ probationaty Helper 14.175 5.20' 31 GLAZIERS: Line Equipment Operator 21.74 3% 5.2C+ Area 1 20.92 17.08 1.54+ Area 2 15.75 351 Area 3 (Residential) 10.00 18.45 1.54+ Area 4 (Residential) 9.82 251 Area 5 16.40 26.16 5.20+ Area 6 13.58 18.40 4.06+ Area 7 20.06- +4.45 31 (IRONWORKERS: 20.24 4.06+ Fence Erectors . 16.41 3.00 31 Reinforcing, Ornamental,' 10,00 1.01+ and Structural17.30 Group 2 31 LINE CONSTRUCTION: 18.89 6.68+ Area is At 5.66 6.44E 2.72 1.70 -5.52 2.84 I 8.53 8.53. 22.85 3.81+ Groundman 18.12 5.20' 25.14 3% 3.81+ Line Equipment Operator 21.74 3% 5.2C+ 31 31 Linemen 24.16 5.20+ 15.37 3.251 4.45 Cable Splicers 26.16 5.20+ 16.91 3.351 31 +4.45 Area 2: (Zone 1): ' 9.25 1.15+ Group 1 20.03 3.00 39 351 Group 2 18.11 3.0Oe-. 18.89 6.68+ At 31 Group 3 16 35 3.00 21.25 6.68+ 3h% 31 Group 4 15.61 2.3046 9.45 4.12+ 3k1 41 23.34 5.05+ 1). DECISION NO. CA84-5001 LINE CONSTRUCTION: (Cont'c Area 2 -Zone 1 (Cont'd) Group 5 Group 6 Group 7 Zone Differential (add to Zone 1 rate) : Zone 2 =-T-2.40 Zone 3 - 3.15 Zone 4 - 3.90 Zone 5 - 5.15 Area 3: Groundmen Linemen Area 4: Groundmen Line Equipment Operators Linemen Cable'Splicers Area 5: Groundmen Linemen Cable Splicers Area 6: Groundmen Linemen, Technicians; Equipment Operators Cable Splicers Area 7: Groundman i Truck Drivel Linemen Cable Splicers IRN Hourly I It d ^ flu $13.661$2.30+ 3h% 13.66' 2.30+ 3ht 12.84 2.30+ Al 17.38 18.20 14.86 17.83 19.81 22.29 11.60 15.47 17.02 16.42 21.89 24.63 14.6 22.3 22.3 4.214 3% 4.21, 31 4.241 34% 4.241 Al 4.241 At 4.24 341 2.75 Al 2.75 Al 2.75 31st 5.8.6- 3t 7.23- 3% 7.23- 3. 4.09. 31 4.09- 3. 4.09- 3% Page 3 SINE CONSTRUCTION: (Cont' Area 8: Groundmen Linemen; Equipment Operators Cable Splicers Area 9: Groundmen and Truck Drivers Linemen Heavy Equipment Operators Area 10: Groundmen Equipment Operators Linemen Cable Splicers Area 11: Groundmen Line Equipment Operators Linemen Area 12: Croundmen Heavy Equipment Operators Linemen Cable Splicers Area 13: Groundmen ' Linemen; Technicians Cable Splicers 18:42 r.lrM. 8809 Hourly Rates MMIits K: 31 12.57 4.41+ 31: 15.71 4.41+ 31 17.28 4.41+ r 31 18:42 6.20 4 16.20+ 31 24.56 31 (22.10 6.20+ 31 16.14 4.75+ 4% 18.16 4.75+ 41 20.18 4.75+ 4% 22.20 4.75+ 41 21.25 5.42+ 38 22`.50 5.42+ 31 25.00 5.42+ 3• 13.66 1.54+ 251 15.37 1.54+ 254. 17.08 1:54+ 251 18.45 1.54+ 251 20.85 .' 4:84+ 31 24.53 .4.84+ 31 27.60 ,,4.84+ •31 DECISION NO. CA84-5001 t 11.33 Page 4 g Basic Hourly Fringe Benefits Rates 13.95 1.6`. LINE CONSTRUCTION: (Cont'd PAINTERS: (Cont'd) Area 14: 13.95 Area 7: Groundmen $18.70 $5.75+ Brush Linemen; Line Equipment 3� Spray; Sandblasting; Operators 22.00 5.75+0 Steam Cleaning Drywall Finisher Cable Splicers 24.75 3% 5.75+ Brush (exterior stage) 3% 5, 6, and 7 story Area 15: b--ildings; Erected Groundmen 18.284.74+ steel over 50 ft. 3: Paperhangers Heavy Equipment Operator 20.57 4.74+ Area 8: Brush; Pot Tenders; Linemen 22.85 31 4.74+ Rollers Spray; Sandblaster; Cable Splicers 25.14 3% 4.74+ Structural Steel; Swing Stage; Tapers MARBLE SETTERS 20.52 3$ 6.10 Area 9: Brush �MAItBLF. FINISHERS: Spray Area 1 13.12 3.47 Spray (coating) and PAINTERS: Area 1: Area ..Brush 13.39 4.60 Tapers (paint) Area 10: Spray 14.14 4.60 Brush Sheetrock; Taper; $wing Spray; Sandblasters; Stage; Scaffold; Sand- Steel; Swing blaster; Structural Steel 13.79 4.60 Stage; Tapers= Swing Stage; Area 2: . paperhangers Brush; Roller; Taper 15.22 1.59 PARKING LOT STRIPING jaOR Spray;- Sandblasters:; and/or HIGHWAY MARKERS. Structural Steel; Area 1: Paperhangers; and , Traffic Delineating Bazooka Operators- 15.72 1.59 Device Applicator Area 3: Brush 16.20 2.57 Wheel Stop Installer; Hazardous Coating 37.20 2.57 Traffic Surface Spray; Sandblasting; Sandblaster; Striper Taping 16.70 2.57 Area 4: Brush 20.58 4.18 ration: Slurry Seal operation: Tapers 21.38 4.18 Mixer Operator Area 5: Brush 20.08 4.18 Squeegee Dian; Appli- Tapers 21.38 4.18 Gator Operator; and Area 6: Shuttleman Brush and RDller 17.45 1.95 Top Man Spray; Sandblaster; Paperhanger; and Taper 17.95 1.95 Brush - Swing Stage up to 40 ft.; Brush -steel 17.70 1.95 Spray - Swing Stage up to 40 ft; Spray -steel 18.20 1.95 r Bask Fri� Houdy Rates $20.53 21.03 21.53 21.81 21•.53 9.80 10.30 19.79 20 29 20.54 20.18 11.06 $5.38- 5.38 5.38 .5• 5.381' 11.35 1.35 5.38 SAE $.T: 5.3€ 2.6 12.37 '1j! 10.39 JL.6' b .< r t 11.33 2.6: _< 14.48 1.f! -- b 13.95 1.6`. b 13.95 1.6' b 12.37 '1j! 10.39 JL.6' b .< r DECJSION NO. CA83-5001 PARKING LOT STRIPING WORK and/or HIGHWAY MARKERS: (Cont'd): Area 2: Traffic Delineating Device Applicator; Wheel Stop Installer; Traffic Surface sand- blaster Striper Slurry Seal Operation: Mixer Operator Squeegee Man - Applicator Operator Top Man PLASTERERS: Area 1 Area 2 Area 3 Area Area Area 6 Area 7 Area 8 PLASTERERS' TENDERS: Area 1 Area 2 Area 3 Area 4 Area 5 Area 6 Area 7 Area 8 Area 9 Area 10 B LUMBERS : Area 1 Area 2 LUMBERS; Steamfitters: Area 1 Area 2 fa Area 3 Area 4 Area 5 Area 6 Area 7 Area 8 Banc Hourly Rafts $12.37 13.57 12.37 10.60 10.60 8.91 19.63 20.18 16.06 16.63 18.44 16.55 18.81 14.30 13.62 16.85 13.84 13.71 13.27 13.82 17.50 16.15 13.75 14.95 25.41 25.86 19.72 20.34 26.64 22.03 26.40 16.47 24.17 23.36 Fdn9t Page 5 Benefits 3.15 14.8-0 ROOFERS: 15.30 Area 1: Roofers 17.25 Mastic Workers; Kettle men (2 kettles w/o pumps) Bitumastic; Enamelers;' Pipewrappers; Coal {$1.55+ Tar Build-up 1.55+ Area 2 Area 3 1.55+b Area 4I 1.55+ Area 5: 1.55+b Roofers 1.55+b. Mastic Workers; Kettle - men (2 kettles w/o 5.88 pumps) 7.65 Bitumastic'; Enamelers; 5.91 Pipewrappers; Coad 5.44 1 Tar Pitch 6.58 Area 6 6.94 Area 7 3.61 Area 8: 7.45 Roofers Mastic Workers; Kettle - 5.05 men (2 kettles w/o 5.01 pumps) 5.45 Bitumastic; Enamelers; 4.45 Pipewrappers; Coal 4.45 Tar 4.45 Area 9: 4.05 Roofers (slate, tile 3.10 and composition) 4.45 Enameler and Pitch 2.70 Area 10: Roofer; Kettleman 5.43 (1 kettle) 6.79 Kettlemen (2 kettles) Bitumastic; Enamelers= 6.71 Coal Trr; Pitch and 2.43 Mastic 18.30 SHEET METAL WORKERS: 6.55 Area 1 5.84 Area 2 9.15 Area 3 7.80 6.47 Area 4 Area 5 Area 6 Area 7 Basic Fria" Hourly Benefits Rates 16.75 [6i,37 f 17.00 6.37 18.75 6.37 16.94 3.15 14.8-0 3.34 15.30 3.3-5 12.00 6.64 16.25 6.64 18.00 6.64 10.32 1.15 19.10 .4.00 16.80 6.09 17.25 6.09 18.80 14.45 16.45 15.83 16.83 17.83 25.73 16.93 17.54 18.25 20.57 17.80 26.18 u fx 6.09 7.34 . 1.34 5.92 5.92 4 5.92 5.04 4.67 4.55+ 121 4.32 6.86 3.76 4.7.4 DECISION NO. CA84-5001 • Page 6 Basic Hourly Fringe Benefits SHFET METAL WORKERS: (Cont a Ipates LABORERS: (Cont' d P.rea 1) $18.38 $4.22 A:. -ea 8 Gunnite Laborers: Acea 9 25.06 5.92 Group 1 Area 10 22.1b 4.70 Group 2 Area 11 21.76 6.52 Gro- .,% 3 Area 12 24.51 8.84Wrecking Work: Area 13 25.73 5.14 Group 1 SOFT FLOOR LAYERS: Group 2 Area 1 16.01 3.00 Group 3 Area 2 12.74 .90 Area 2 Area 3 19.42 3.93 Group 1 , Area 4 11.96 2.27 Group 1-a PRINKLER FITTERS: Group 1-b Area 1 26.72 7.29 Group 1-c Area 2 21.87 3.23 Group 1-d STEAMFITTERS: Group 1-e Area 1 29.16 4.47 Group 1-f ERRAZZO WORKERS: Group 2 Area 1 20.52 6.10 Group 3 Area 2 17.53 3.46 Group 4 !Area 3 20.25 2.8.7 Gunnite Laborers: TILE SETTERS: Group 1 ;Area 1. 20.76 4.17 Group 2 Area 2 18.02 3.05 Group 3 ERRAZZO WORKERS and Wrecking Work: TILE SETTERS: Group 1 Area 1 16.15 2.90 Group 2 Area 2 20.23 3.69 Group 3 ERRAZZO FINISHERS: Area 1: ' Terrazzo Finishers 15.81 3.46 Base Machine Operator 16.51 3.10 TILE FISHERS: !Area 1 13.90 4.73 ),ABORE,?S: Tunnel b Shaft Laborers: Group 1 17.46 5.11 Group 2 17.03 5.11 Group 3 16.78 5.11 Group 4 16.62 5.11 Housemoving Laborers: Group 1 13.56 5.11 LABORERS: Area 1: Group 1 14.56 5.11 Group 1-a 14.785 5.11 Group 1-b 15.06 5.11 Group 1-c 14.61 5.11 Group 1-d 14.81 5.11 Group 1-e 15.11 5.11 Group 1-f 15.145 5.11 Group 2 14.41 5.11 Group 3 14.31 5.il Group 4 8.00 5.11 •x'13 .;.r^:s.t:..;y;:iwawSt�.icr..:rn�sh:"�.`...:{fasvr'..�.�,rn:IxiL7u w�K.s...... Balk Hourly Rates 15.02 14.43 14.41 1 si 14.41 14.31 13.56 13.78' 14.06 13`.61 13.81 14.11 14.14 13.41 13.3-1 8.0'0 14.02 13.43 13-.31 13.56 13.41 13.31 f rinr >. d6eNis 5.11 5.11 5.11 5.11 5.11 5.11 ., 5.11 5.12' 5.11 5.11 5.11 5.11 5.11 5.12 5.11 5.11 5.11 5.11 5.11 5.11. :s DECIS30N NO. CA84-5001 PO'AER EQUIPMENT OPERATORS * : Group 1 Group 2 Group 3 Group 4 Group AREA 2 Group 6 Group 7 Group 8 Group 9 Group 10 Group 10-A Group 11 Group 11-A Group 11-3 Group 11-C 17.62 FRINGE MENtFITS: 15.92 17.92 AResidential Ccnstruction 3 stories and under tc be paid the F.rea 1 'rate. i DREDGING - SCHEDULE I 4 Clamshell and Dimer Dredging (New Cons .-uction) : Group 1 j Group 2 Group 3 19.60 Group 4 19.77 Group 4-A 20.01 DREDGI.`.' - SCHEDULE II 21.65 Hydraulic Suctcn Dredging and all 20.04 other Dredging: 20.05 Grouo A-1 Group A-2 ' Group A-3 Group A-4 FRINGE BENEFITS: s8.56 14.11 17.01 17.01 18.06 19.68 14.09 15.45 16.36 17.60 15.37 Page 7 18.37 18.75 ` 18.37 1 18.75 X9.43 19.80 AREA 1 AREA 2 AREA Basic Basic Basic Rawly Hourly Hourly llm$ Rotes Rates $14.05 $16.05 14.55 16.55 14.85 16.85 15.62 17.62 15.92 17.92 16.13 18.13 16.35 18.35 16.97 18.97 17.28 19.28 17.60 19.60 17.77 19.77 18.01 20.01 19.65 21.65 20.04 22.04 20.05 22.05 14.11 17.01 17.01 18.06 19.68 14.09 15.45 16.36 17.60 15.37 15.75 18.37 18.75 ` 18.37 1 18.75 X9.43 19.80 21.06 21.49' 15.3! 16.76 17.72 18.98 15.71 17.16 18.12 19.35, 4 1 Basic Basic Hourly Hourly I Rotes Rues 16.11, 19.141 19.14) 20.19 21.88! 16.09 17.54 18.50: 19.74' 1 DECISION NO. CA84-5001 POWER EQUIPMENT OPERATORS: DREDGING (Cont'd) :'OW BOATS: Work on self-propelled vessels (except Skiffs powered by outboard motors) engaged in towing i vessels and water borne craft or in the trans- portation by water of personnel, materials, equipment and supplies: Deckhand/Mechanics Operator Mechanic/ Watch Engineer Work on self-propelled vessels): Boat Operators PILEDRIVING: ;Group 1 'Group lA -Group 1B Group 2A Group 2B 2C ,Group Group 2D LGroup 3 ,Group 3A iGroup 4 Group 5 ;Group 6 . • ST EL ERECTION: iGroup 1 Group 2 'Group 3 ;Group 4 ,Group 4A Group 5 Group 6 7 ,Group Group 8 Group 9 Basic Hou Hy nates Fringe I Page 8 Benefit! $10.86 $3.37 12.1'i 3.86 12.17 3.86 14.12 14.61 14.90 14.90 15.68 15.98 16.2`0 16.41 17.04 17.82 18.08 19.71 14.79 15.33 16.81 17.00 17.46 18.18 18.79 19.23 19.65 21.15 3.75 8.75 8.75 8.75 8.75 8.75 8.75 8.75 8.75 8.75 8.75 8.75 8.75 8 7' 5 8.75 8.75 8.75 8.75 8.75 8.75 8.75 8.75 I Grou Grou Group Group 1 Group Group Grou; Grou Group Group Grou;, Grou Group Group Group Group Group Grou Grou Grou i Grou Grou # Grou Grou Grou Grou Grou IGrou Grou Grou Grou Grou Grou Grou Grou Grou ! Grou Grou Group TRUCK DRIVERS: Group 1 Group 2 3 4 5 6 7 P 8 9 10 11 12 13 14 15 16 p 17 p 18 p 19 p 20 p 21 p 22 p 23 p 24 p 25 p 26 p 27 p %8 p 29 p 30 p 31 p 32 p 33 p 34 p 35 p 36 p 37 38 HourlyI Fringe Rotes Benefi4 $17.55.$4.29 17.63 4.29 17.65 4.29 17.66 4.29 17.67 4.29-- 17.68 4.29 17.70 4.29 17.72 4.29 17.73 4.29 17.75 4.29 17.76 4.29- 17.80 4.29 17.81 4.29 17.82 4.29 17.85 4.29 17.86 4.29 17.87 4.29r 17.89 4.29 17.90 4.29 17.911 4.29 17.96 4.29 17.99 4.29 18.)0. 4.29c 18.09 4.29 18.1.0 4.29 18.10 4.29 18.13 4.29 18.15 4.29 18.19 4.29'- 18.20 4.29 18.23 4.29 18.29 4.29 18.22 4.29 18.44 4.29 18.54 4.29' 18.591 4.29 18.741 4.23 18.89, 4.29 .DECISION NO. CA84-5001 Page 19 WELDERS - receive rate prescribed for craft performing operation to Which welding is incidental FOOTNOTES: a. Employer contributes 81 of basic hourly rate for over T years' service, and 6% of basic hourly rate for 6 months' to 5 years' service as Vacation Pay Credit. Six Paid Holidays: New Year's Day; Memorial Day; Independence Day; Labor Day; Thanksgiving Day; Christmas Day .� b. Employer contributes $.32 per hour to Holiday Fund plus- $.22 per hour to Vacation Fund for the first year of employment;. 1 year but less than 5 years $.42 per hour to Vacation Fund; 5 years but less than 10 years $.60 per hour to Vacation Fund; over 10 years $.80 per hour to Vacation Fund - AREA DESCRIPTIONS BRICKLAYERS; STONEMASONS: Area 1: Del Norte, Humboldt, Lake, Marin, Mendocino, Napa, San Francisco, San Mateo, Siskiyou, Solano, Sonoma, and Trinity Cosa Area 2: Alameda and Contra Costa Counties Area 3: Fresno, Kings, Made. -a, Mariposa, and Merced Counties Area 4: Butte, Colusa, E1 Dorado, Glenn, Lassen, Modoc, Nevada, Placer, Plumas, Sacramento, Shasta, Sierra, Sutter, Tehama, Yolo, and Yuba Counties Area 5: Monterey and Santa Cruz Counties .Area 6: San Benito and Santa Clara Counties Area 7: Alpine, Amador, Calaveras, San Joaquin, Stanislaus, and Tuolumne Counties Area 8: Tulare County BRICK TENDERS: . Area 1: Amador, E1 Dorado, Nevada, Placer, Sacramento, and Yolo Cos. Area 2: San Francisco and San Mateo Counties Area 3: Frenso, Kings, Madera, and Tulare Counties Area 4: Remaining Counties Area 5: Marin County Area 6: Alameda and Contra Costa Counties Area 7: Santa Cruz County Area 8: San Benito and Santa Clara Counties Area 9: (Residential construction of 2 stories or less) Monterey and Napa Counties CARPENTERS: Area 1: Alameda, Contra Costa, Marin, Napa, San Benito, San Francisco, San Mateo, Santa Clara, Solano and Sonoma Counties Area 2: Alpine, Amador, Butte, Calaveras, Colusa, Del Norte, El Dorado, Fresno, Glenn, Humboldt, Kings, Lake, Lassen, Madera, Mariposa, Mendocino, Merced, Modoc, Nevada, Placer, Plumas, Sacramento, San Joaquin, Shasta, Sierra, Siskiyou, Stanislaus, Sutter, Tehama, Trinity, Tulare, Tuolumne, Yolo, and Yuba Counties Area 3: (Residential) Calaveras, Mariposa, and Merced Counties Area 4: Monterey and Santa Cruz Counties ' *Changed per Modification Area 5: •(Residential) Del Norte and Humboldt Counties #1 DECISION L NO. CA84-5001 Page 10 AREA DESCRIPTIONS (Cont'd) DRYWALL INSTALLERS/LATHERS: Residential: t= Area 1: Cal::veras Mariposa, Merced, and Tuolumne Counties ELECTRICIANS: Area 1: Alameda County' Area 2: Amador, Colusa, Sacramento, Sutter, Yolo, and Yuba Counties; Alpine, E1 Dorado, Nevada, Placer, and* Sierra Counties (those por- tions west of the Sierra Mountain Watershed) " Area 3: Alpine, El Dorado, Nevada, Placer, and Sierra Counties (those portions east of the Main Watershed Divide) Area 4: Butte and Glenn Counties; Lassen County (excluding the Sierra Army Depot (Herlong); Modoc, Plumas, Shasta, Siskiyou, Tehama and Trinity Counties Area 5: Calaveras and San Joaquin Counties Area 6: Contra Costa County Area 7: Del Forte and Humboldt Counties: Area 8: Fresno, Rings, Madera, and Tulare Counties Area 9: Lake, Marin, Mendocino, and Sonoma Counties Area 10: Mariposa, Merced, Stanislaus, and Tuolumne Counties' Area 11: Monterey, San Benito, and Santa Cruz Counties Area 12: Napa and Solano Counties i. Area 13: Santa Clara County Area 14: San Francisco County Area 15: San Mateo County Area 16: Sierra Army Depot (Herlong) in Lassen Counties GLAZIERS: Area 1: Alameda, Contra Costa, Monte::y, Napa, San. Benito, Santa Clara, and Santa Cruz Counties Area 2: Alpine, A-madcr, Butte, Calaveras, Colusa, El. Dorado, Glenn, Lassen, Iodoc, Nevada, Placer, Plun.as, Sacramento, San Joaquin,, Shasta, Sierra, Siskiyou, Solaro, Stanislaus, Sutter, Tehama, Tuolumne, Yolo, and Yuba Counties Area 3: (Residential) Sutter and Yuba Counties Area 4: (Residential) Ar.:ado_ Calaveras, El Dorado, Nevada, Placer, Sacramento, San Joaquin, Solano, Tuolumne, and Yolo Counties Area 5: Fresno, Madera, Maricosa, :-lerced, Xings, and Tulare Counties Area 6: Del Norte and Humboldt Counties Area 7: Lake, Marin, Mendocino, San Francisco, San Mateo, and Sonoma Counties Y. LINE CONSTRUCTION: Area 1: Contra Costa County Area 2: Del Norte, Modoc, and Siskiyou Counties: Group 1: Cable Splicer, Leadman Pole Sprayer Group 2: Liieman, Pole Sprayer, Heavy Line Equipment Man, Certified Lineman Welder *Group 3: Tree Trimmer Group 4: Line Equipment Man Group 5: Head Groundman, Powderman, Jackhammer Man *Group 6: Head Groundman (Chipper) Group 7: Groundman *Groups 3 and 6 receive BASE RATE (ZONE 1) ONLY (no Zone Differential) DECISION NO. CA84-5001 Page 11 AREA DESCRIPTIONS (Cont'd) LINE CONSTRUCTION: (Cont'd) Area 2: (Cont'd) Zone Definitions: Zone 1: 0 to 3 miles radius from the geographical center of Alturos and Yreka, California ' Zone 2: 3 to 20 miles radius Zone 3: 20 to 35 miles radius Zone 4: 35 to 50 miles radius Zone 5: Over 50 miles radius BASE RATE (ZONE 1) is paid when working out of employer's Area 3: Fresno, Kings, Madera, and Tulare Counties Area 4: Calaveras and San Joaquin Counties. Area 5: Mariposa, Merced, Stanislaus. and Tuolumne Counties Area 6: Monterey, San Benito, and Santa Cruz Counties Area 7: Napa and Solano Counties Permanent Shop Area 8: Butte, Glenn, Lassen, Plumas, Shasta, Tehamr, and Trinity Cos. Area 9: Alameda County Area 10: Amador, Colusa, oacramento, Sutter, Yolo, and Yuba Counties; Alpine, E1 Dorado, Nevada, Placer, and Sierra Counties (those portions west of the Main Sierra Mountain Watershed') Area 11: San Mateo County Area 12: Humboldt County Area 13: San Francisco County Area 14 Santa Clara County Area 15: Lake, Marin, Mendocino, and Sonoma Counties 114RDLE FINIS iERS: Area 1: Alameda, Alpine, Amedor, Butte, Calaveras, Colusa, Contra Costa, Del Norte, E1 Coradc, Glenn, Humboldt, Lake, Lassen, Marin, Mendocing, Modoc, Monterey, Napa, Nevada, Placer, Plumas, Sacramento, San Joaquin, San Mateo, Santa Clara, Santa Cruz, Shasta, Sierra, Siskiyou, Solano, Sonoma, Sutter, Tehama, Trinity, Yolo and Uba Counties, and the City and County of San Francisco, San Benito County PA I NTE.RS : Area 1: Alpine, Amador, Calaveras, and San Joaquin Counties Area 2: Fresno, Kings, Madera, and Tulare Counties Area 3: Mariposa, Merced, Stanislaus, and 'Tuolumne Counties Area 4: Sar, Benito, San Mateo, and Santa Clara Counties Area 5: Monterey and Santa Cruz Counties Area 6: Lassen County (that portion that lies eastward of Highway #395, northward to and including honey Lake); Lake Tahoe Area Area 7: Lake, Marin, Mendocino, San Francisco, and Sonoma Counties Area 8: Butte, Colusa, and Glenn Counties; Lassen County (excluding the extreme SE corner); Modoc, Plumas, Shasta, Siskiyou, Sutter, Tehama, Trinity, and Yuba Counties Area 9: Alameda, Contra Costa, E1 Dorado, Napa, Nevada, Placer, Sacramento, :sierra, Solano, and Yolo Counties (excluding portions of Counties in the Lake Tahoe Area) Area 10: Del Norte and Humboldt Counties DECISION NO. CA84-5001 Page 12 AREA DESCRIPTIONS (Cont'd) PARKING LOT STRIPING WORK and/or HIGHWAY MARKERS: Area 1: Fresno, Kings, and Tulare Counties Area 2: Remaining Counties PLASTERERS: Area 1: Alameda and Contra Costa Counties Area 2: San Francisco and San Mateo Counties Area 3: Alpine, Amador, Butte, Calaveras, Colusa, E1 Dorado, Glenn, Lassen, Modoc, Nevada, Placer, Plumas, Sacramento, San Joaquin, Shasta, Sierra, Siskiyou, Sutter, Tehama, Trinity', Yolo and Yuba Cos. Area 4: Del Norte, Humboldt, Lake, Marin, Mendocino, Napa, Solano, and Sonoma Counties Area 5: San Benito, Santa Clara, and Santa Cruz Counties Area 6: Fresno, Kings, Madera., and Tulare Counties Area 7: Monterey County Area 8: Mariposa, Merced, Stanislaus, and Tuolumne Counties PLASTERERS' TENDERS: Area 1: Alameda and Contra Costa Counties Area 2: Fresno, Kings, Madera, and Tulare Counties Area 3: San Francisco and San Mateo Counties Area 4: Alpine, Amador, E1 Dorado, Nevada, Placer, Sacramento, Sierra and Yolo Counties Area 5: Calaveras and San Joaquin Counties -.Area 6: Marin County Area 7: Monterey County Area 8: San Benito, Santa Clara and Santa Cruz Counties Area 9: Solano County Area 10: Napa County PLMERS Area 1: Alameda County Area 2: Contra Costa County PLUMBERS; STEAMFITTERS : Area 1: Amador County (northern half); E1 Gorodo, Nevada, Sacramento, and Yolo Counties (excluding Lake Tahoe Area), Sierre County Area 2: Lake Tahoe Area Area 3: Marin, Mendocino, San Francisco, and Sonoma Counties Area 4: Alpine County; Amador County (southern portion); Butte, Calaveras, Colusa, Fresno, Glenn, Kings, Lassen, Madera, Mariposa, Merced, Modoc, Monterey, Plumas, San Joaquin, Santa Cruz, Shasta, Sierra, Siskiyou, Stanislaus, Sutter, Tehama, Trinity, Tulare, Tuolumne, and Yuba Counties Arra 5: Lake, Napa, and Solano Counties Area 6: Del Norte and Humboldt Counties Area 7: San Benito and Santa Clara Counties Area 8: San Mateo County ROOFERS: Area 1: Alameda and Contra Costa Counties Area 2: Alpine, Calaveras, Mariposa, Merced, San*Joaquin, Stanislaus, and Tuolumne Counties DECISION NO. CA84-5001 Page 13 AREA DESCRIPTIONS (Cont'd) ROOFERS: (Cont'd) Area 3: Butte, Colusa, E1 Dorado, Clenn, Lassen, Modoc, Placer, Plumas, Shasta, Sierra, Siskiyou, Sutter, Tehama, Trinity, and Yuba Counties Area 4: Fresno, Kings, Madera, and Tulare Counties Area 5: Lake, Marin, Mendocino, Napa, Solano, and Sonoma Counties Area 6: Del Norte and Humboldt Counties Area 7: Monterey and Santa Cruz Counties Area 8: San Francisco and San Matee Counties •• Area 9: Amador, Sacramento, and Yolo Counties Area 10: San Benito and Santa Cara Counties. SHEET METAL WORKERS: Area 1: Alameda and Contra Costa Counties Area 2: Alpine, Calaveras, and San Joaquin Counties Area 3: Amador, Butte, Colusa,. El Dorado, Glenn, Modoc, Plumas, Sacramento, Shasta, Sierra, Siskiyou, Sutter, Tehama, Yolo, an Yuba Counties Area 4: Mariposa, Merced, Stanislaus, and Tuolumne Counties Area 5: Monterey and San Benito Counties Area 6: Del Norte, riumboldt, and Trinity Counties Area 7:' San Mateo County - Area 8: Fresno, Kings, Madera, and Tulare Counties ..Area 9: San Francisco County Area 10: Marin, Mendocino, Sonoma, and Lake Counties Area 11: Santa Cruz Counties Area 12: Santa Clara County Area 13: Napa and Solano Counties SOFT FLOOR LAYERS: Area 1: Alpine, Amador, Butte, Calaveras, Colusa, E1 Dorado, Glenn, and Lassen Counties (excluding Honey Lake Area); Merced County (east of San Joaquin River); Plumas, Sacramento, San Joaquin, Shasta, Stanislaus, S;:tter, Tehama, Trinity, Tuolumne, Yolo; and Yuba Counties; El Dorado, Nevada, Placer, and Sierra Counties (these portions excluding Lake Tahoe Area) Area 2: Honey Lace Area and Lake Tahoe Area Arca 3: Alameda, Contra Costa, Lake, Marin, Mendocino, Merced, Monterey, Napa, San Benito, San Francisco, San Mateo, Santa Clara, Santa Cruz, Solano, and Sonoma Counties Area 4: Del Norte and Humb•_ldt Counties SPRINKLER FITTERS: Area 1: Alameda, Contra Costa, Marin, Napa, Santa Clara, Solano, and Sonoma Counties Area 2: Remaining Counties STEAMFITTERS: Area 1: Alameda and Contra Costa Counties San Francisco, San Mateo, DECISION NO. CA84-5001 Page 14 AREA DESCRIPTIONS (Cont'd) TERRAZZO WORKERS: • Area 1: Alameda, Contra Costa, Del Norte, Humboldt, Lake, Marin, Mendocino, Napa, San Francisco, San Mateo, Siskiyou, Solano, Sonoma, and Trinity Counties ,, Area 2: Butte, Colusa, E1 Dorado, Glenn, Lassen, Modoc, Nevada, Placer, Plumas, Sacramento, Shasta, Sierra, Sutter, Tehama, Yolo, and Yuba Counties Area 3: San Benito and Santa Clara Counties TILE SETTERS: Area 1: Alameda, Butte, Colusa, Contra Costa, Del Norte, E1 Dorado, Glenn, Humboldt, Lake, Lassen, Marin, Mendocino, Modoc, Napa,_ Nevada, Placer, Plumas, Sacramento, San Benito, San Francisco, San :Mateo, Santa Clara, Shasta, Sierra, Siskiyou, Solano, Sonon.a,- Sutter, Tehama, Trinity, Yolo, and Yuba Counties Area 2: Alpine, Amador, Calaveras, San Joaquin, Stanislaus, and Tuolumne Counties TERRAZZO WORKERS and TILE SETTLRS: Area 1: Fresno, Kings, .Madera, Mariposa, Merced, and Tulare Counties Area 2: Monterey and Santa Cruz Counties TERRAZZO FINISHERS: Area 1: Alameda, Alpine Amador, Butle, Calaveras, Contra Costa, nel Norte, El Doraeo; Glenn, Ht=,boldt, Lake, L3ssen, Marin, Mendocino, _ Hodoc, Monterey, Napa, Nevada, Placer, Plumas, Sacramento, San Joaquin, � San Mateo, Santa Clara, Santa Cruz, Shasta, Sierra, Siskiyou, Solano, Sonoma, Sutter, Tehama, Trinity, Yolo and Yuba Counties, and the City and County of San Francisco, San Benito County TILE FINISHERS: Area 1: Alameda, Alpine, Amador, Butle, Caleveras, Coluia, Contra Costa, Del Norte, E1 Doralo, Glenn, Humboldt, Lake, Lassen, Marin, Mendocino,- Dodoc, Monterey, Nara, Nevada, Placer, Plumas, SacramenTo, San Benito, San Joaquin, San 'latex, Sarata Clara, Santa Cruz, Shasta, Sierra, Siskiyou, Solano, Sonoma, Sutter, Tehama, Trinity, Yolo and Yuba Counties, and the City and County of San Francisco K nECISION NO. CA84-5001 LABORERS Page 15 Area 1: Alameda, Contra Costa, Marin, San Francisco, San Mateo, and Santa Clara Counties Area 2: Remaining Counties Group 1: Asphalt Ironers and Rakers; Asphalt Spreader Boxes (all types); Barko, Wacker and similar type Tampers; Buggymobile; Chain- saw, Faller, Logloader and Bucker; Compactors of.all types; Concrete and Magnesite Mixer, 1/2 yd. and under; Concrete Pan Work; Concrete Saw; Concrete Sander; Cribber and/or Shoring; Cut Granite Curb Setterj Form Raisers; Slip Forms; Green Cutters, Headerboardmen,, Hubsetters, Aligners; Jackhammer Operators; Jacking of Pipe over 12 inches;. Jackson and similar type Compactors; Kettlemen, Potmen and Men applying asphalt, lay-kold, creosote, lime, caustic and similar type materials; Lagging, Sheeting, Whaling, Bracing, Trenchjacking, hand - guided Lagging Hammer; Magnesite, Epoxyresin, Fiberglass, Mastic Workers (wet or dry); Perma Curbs; Precast -manhole Setters; Cast -in- place Manhole Form Setters; Pressure Pipe Tester; Pavement Breakers and Spaders, including Tool Grinder; Pipelayers, Caulkers, Banders, PipeMrappers, Conduit Layers, Plastic Pipelayers; Post Hole Diggers, air, gas, and electric; Potter Broonn Sweepers; Power Tampers of all types (except as shown in Group 2); Ram Set Gun and Stud Gun; Riprap- stonepaver and Rock -slinger, including playing of sacked connrete and./ or sand (wet or dry); Rotary Scarifier, Multiple Head Concrete Chipper; Davis Trencher-, 300 or similar type (and all small Trencners); Roto and Ditch Witch; Roto -tiller; Sandblasters, Potmen, Gunman, Nozzle- . -man; Signalling and Rigging; Tank Cleaners; Tree Climbers Vibra- screed, Bull Float in connection with Laborers' work; Vibrators; Dri- pak-it Machine; High Pressure Blow Pipe (1�" or over, 100 15s. pressure and over); Hydro Seeder and similar type; Laser Beam in connection with Laborers' work Group 1(a): Joy Drill Model TIIM-2A; Gardener -Denver Model DH143 and similar type drills; Track Drillers; Jack Leg Drillers; Diamond Drillers; wagon Drillers; yecnanical Drillers, all types regardless of type or met -hod of power Multiple Unit Drills; Blasters and Powder - men; all work or loading, placing and blasting of all power and ex- plosives ofh—atever type regardless of method used for such loading and placing; nigh Scalers (including drilling of same); Tree Topper; Bit Grinder Group 1(b): Sewer Cleaners receive an additional $4.00 per day, $5.00 per day on recently active large diameter sewers or sewer manholes Group 1(c): Burning and Welding in connection with Laborers' work Group 1(d): Repair Trackmen and Road Beds (cut and cover work Of subway after the temporary cover has been placed) Group 1(e): Laborers on general construction work on or in Bell Hole Footings and Shaft Group 1(f): Wire Winding Machine in Connection with Guniting or Shotcrete - Aligner Group 4: Brick Cleaners; Lumber Cleaners GUNNITE • r -Group 1: Nozzleman (including Gunman, Potman); Rodmen, Groundman Group 2: Reboundman t Group 3: General Laborers TUNNEL and SHAFT WORK Group 1: Diamond Driller; Groundman; Gunite and Shotcrete Nozzlemen; Rodmen; Shaft Work and Raise (below actual or excavated grour.d level) U 4t DECISION NO. CA84-5001 Page 16 •' LABORERS - AREAS 1 and 2 (Cont'd) Group 2: Asphalt Shovelers; Cement Dumpers and handling dry cement or gypsum; Choke -setter and Digger (clearing work); Concrete Bucket ' Dumper and Chuteman; Concrete Chipping and Grinding; Concrete Laborers (wet or dry); Chuck Tender; High Pressure Nozzleman, Adductors; Grout- : crew; Hydraulic Monitor (over 100 lbs. pressure); Loadijng and unloading,; carrying and hauling of all rods and materials for use in reinforcing concrete construction; Pittsburgh Chipper and similar type Brush Shredders; Sloper; Singlefoot,'hand held, Pneumatic Tamper; All r pneumatic, air, gas and electric tools not listed in Groups 1 through 1(f); Jacking of Pipe under 12 inched' Jroup 3: All Cleanup work of debris, grounds and buildings including but not limited to street cleaners; Cleaning and washing windows; Con- struction Laborers including Bridge and General Laborers; Dumpman; Load Spotter; Fire Watcher; Street Cleaners; Gardeners, Horicultuial and Landscape Laborers; Jetting; Limbers; Brush Loaders; Pilers, Main- tenance Landscape Laborers on new construction; Maintenance, Repair Trackmen and Road beds; Streetcar and Railroad construction Track Laborers; Temporary air and water lines, Victaulic or similar; Tool Room Attendent; Fence Erectors; Guardrail Erectors; Pavement'Markers (button setters) Group 4: Brick Cleaners; Lumber Cleaners GUNNITE • r -Group 1: Nozzleman (including Gunman, Potman); Rodmen, Groundman Group 2: Reboundman t Group 3: General Laborers TUNNEL and SHAFT WORK Group 1: Diamond Driller; Groundman; Gunite and Shotcrete Nozzlemen; Rodmen; Shaft Work and Raise (below actual or excavated grour.d level) U 4t DECISION NO. CA84-5001 Page 17 LABORERS - AREAS 1 and 2 (Cont'd) TUNNEL and SHAFT WORK (Cont'd) Group 2: Bit Grinder; Blaster; Drillers, Powderman-headings Cherry Pickermen - where car is lifted; Concrete Finisher in Tunnel; Con- crete Screed Man; Grout Pumpman and Potman; Gunite and Shotcrete Gunmen and Potmen; Headermen; High Pressure Nozzleman; Miners - Tunnel, including Top and Bottom Man on Shaft and Raise Work; Nipper Nozzleman on slick line; Sandblaster-Potman (work assign- ment interchangeable); Steel Form Raisers and Setters; Timberman, Retimberman - wood or steel or substitute materials therefore; Tugger Group 3: Cabletender; Chucktender; Powderman - Primer House; Vib- ratormen, Pavement Breakers Group 4: Bull Gang - Muckers, Trackmen; Concrete Crew - includes rodling and spreading; Dumpmen (any method); Grout Crew Rebound - men; Swamper WRECKING WORK Group 1: Skil:.ed Wrecker (removing and salvaging of sash, windows, doors, plumbing and electric fixtures) Group 2: Semi -skilled Wrecker (salvaging of other building materials) -Group 3: General Laborer (includes all cleanup work, loading lumber, loading and burning of debris) FOUS EMOV I NG Group 1: Skilled Housemover POWER EQUIPMENT OPERATORS AREAS I and II Group 1: Assistants to Engineers (Brakeman; Fireman; Heavy Duty Re- pairman Tender; Oiler; Deckhand; Signalman; Switchman; Tar Pot Fire- man); Partsman (heavy duty repair shop parts room) Group 2: Compressor Operator; Concrete Mixer (up to and including 1 yd.); Conveyor Belt Operator (tunnel); Fitreman Hot Plant; Hydraulic; Monitor; Mechanical Conveyor (handling building materials); Mixer Box Operator (concrete plant); Pump Operator; Spreader Boxman (with screeds); Tar Pot Fireman (power agitated) a DECISION NO. CA84-5001 Page 18 POWER EQUIPMENT OPERATORS (Cont'd) AREAS I and II (Cont'd) Group 3: Box Operator (bunker); Helicopter Radioman (Signalman); Motor- man; Locomotive (30 tons or under); Oiler; Ross Carrier (construction job site); Rotomist Operator; Screedman (except asphaltip concrete paving); Self-propelled, automatically applied concrete curing machine (on streets, highways, airports and canals); Trenching Machine (maxi- mum digging capacity 5 ft. depth); Tugger Hoist. single drum; Truck Crane Oiler; Boiler Tender .1. Group 4: Ballast Jack Tamper; Ballast Regulation; Ballast Tamper Multi- purpose; Boxman (asphalt plant); Elevator Operator (inside); Fork Lift or Lumber Stacker (construction job site); Line Master; Material Hoist (1 drum); Shuttlecar; Tie Spacer; Towermobile Group 5: Compressor Operator (over 2); Concrete Mixers (over 1 yd.) Concrete Pumps of Pumperete Guns; Generators; Grouting Machine; Pressweld (air operated); Pumps (over 1); Welding Machines (powered other than by electricity) Group 6: BLH Lima Road Pactor or similar; Boom Truck or Dual Purpose A -Frame Truck; Concrete Batch Plants (wet or dry); Concrete Saws (self- propelled unit) on streets, highways, airports and canals; Drilling and Boring Machinery, vertical and horizontal (not to apply to Waterliners, Wagon Drills or Jackhammers); Gradesetter, Grade Checker (mechanical or � ` otherwise); Highline Cableway Signalman; Locomotives (steam of over 30 tons); Maginnis Internal Full Slab Vibrator (on airports, highways, -canals and warehouses); Mechanical Finishers (concrete) (Clary, Johnson, Bidwell Bridge reek or similar types); Mechanical Burm, Curb and/or Curb and Gutter Machine, concrete or asphalt; Portable Crushers Post Drive. - (M -1500 and similar); Powe. Junbo Operator (setting slip forms, etc. in c, tunnels): Roller (except asphalt); Screedman (Barber -Greene and similar) (asphaltic concrete paving); Self-propelled Compactor (single engine); Self-propelled Pipeline Wrapping Machine, Perault, CRC, or similar types; Slip Forms Pumps (lifting d3 vice for concrete forms); Small Rubber Tired Tractor; Surface Heater; Self-p.opelled Power Sweeper; Self-propelled" Tape Machine; Auger -type drilling equipment, up to and including 30 ft. • depth digging capacity M.R.C. Group 7: Concrete Conveyor or Ccncrete Pump, Truck or equipment mounted (boom length to apply); Concrete Conveyor, building site; Deck Engineers; Dual Drum Mixer; Fuller Kenyon Pump and similar types; Gantry Rider (or. similar); Hydra -hammer (or similar); Material Hoist (2 or more drums); Mechanical Finishers or Spreader Machine (asphalt, Barber -Greene and similar); Mine or Shaft Hoist; Mixermobi',�; Pavement Breaker with or without Compressor Combination; Pipe BE.. ig Machine (pipelines only); Pipe Cleaning Machine (tractor propelled and supported); Pipe Wrapping Machine (tractor propelled and supported); Refrigeration Plant; Roller Operator (finish asphalt); Self-propelled boom type lifting device • (center mount) (10 tons or less M.R.C.); Self-propelled Elevating Grader Plane; Slusher Operator; Small Tractor (with boom); Soil Teeter; Truck. type Loader; Welding Machines (gasoline or diesel) 0 DECISION NO. CA84-5001 Page 19 POWER EQUIPMENT OPERATORS (Cont'd) AREAS I and II (Cont'd) Group 8: Armor -Coater (or similar); Asphalt Plant Engineer] Cast -in- place Pipe Laying Machine; Combination Slusher and Motor Operator; Concrete Batch Plant (multiple units); Dozer; Heading Shield Ope- rator; heavy Duty Repairman and/or Welder; Ken Seal Machine (or si- milar); Kolman Vader; Loader (up to 2 yds.); Mechanical Trench Shield; Portable Crushing and Screening Plants; Push Cat; Rubber Tired Earth -moving Equipment (up to and including 45 cu. yds. "struck" M.R.C) (Euclids, T-Pull.3, DW -10, 20, 21, and similar); Rubber Tired Dozer; Self-propelled Compactor with Dozer; Sheepfoot; Timber Skidder (rubber tired or similar equipment); Tractor drawn Scraper; Tractor; Trenching Machine; Tri -batch Paver; Tunnel Mole Boring Ma- chine; Welder; Woods -mixer (and other similar Pugmill equipment) Group 9: Canal Finger Drain Digger; Chicago Boom; Combination Mixer and Compressor (Gunite); Combination Slurry Mixer and/or Cleaner; Highline Cableway (5 tons and under); Lull Hi -lift or similar (20 ft. or over); Mvcking Machine (rubber tired, rail or track type); Tractor (with boom) (D-6 or larger and similar) Group 10: Boom -type Backfilling Machine; Bridge Crane; Cary -lift (or similar); Chemical Grouting Machine, truck mounted; Combi- nation Backhoe and Loader (up to and including 1/2 cu. yd. M.R.C.); Derrick (2 operators required when swing engine remote from Hoist); Derrick Barges (except excavation work); Do -mor Loader; Adams Ele- grader; Elevating Grader; Heavy Duty Rotary Drill Rig (including Caisson Foundation work and Euclid Loader and similar type; Robbins type drills; Koehring Skooper (or similar); Lift Slab Machine; (Vagtborg and similar types); Loader (2 yds. up to and including 4 yds.)t Locomnotive, 100 tons (single or multiple units); Multiple Engine Zarthmcv ng Machine (Euclids, Dozers, etc.)(no tandem Scraper); Pre -stress .tire Wrapping Machine; Reservoir -debris Tug (self-propelled floating); Rubber -tired Scraper, Self -loading (paddle wheels, etc.); Shuttle Car (reclaim station); Single engine Scraper over 45 yds.; Soil Stabilizer (P & H or equal); Sub -grader (currier or other auto- matic type); Tracor, Compressor Drill Combination; Track Laying t;fpa Earth I�tovinq P.3Ch4ne (single engine with Tandem Scrapers); Train Loading 5taticz; 7renc:ing Mar-hine, multi -engine with sloping attach - r nt, Jeffco or similar; Vacuum Cooling Plant; Whirley Crane (up to and including 25 tons) Group 10-A: Backhoe (Hydraulic)(up to and including 1 cu. yd. M.R.C.); Backhoe (cable)(up to and includinG 1 cu. yd. M.R.C.); Combination Backhoe and Loader (over 3/4 cu. yd. M.R.C.); Continuous Flight Tie Back Auger (Crane attached/separate controls); Cranes not over 25 tons, Hammerhead and Gantry; Gradalls (up to and including 1 cu. yd.)f Power Blade Operator (single engine); Power Shovels, Clamshells, Draglines (up to and including 1 cu. yd. M.R.C.)(Long Boom Pay)f Rubber -tired Scraper, self -loading (Paddle Wheel, twin engine); Self-propelled Boo, -type lifting device (center mount)(over 10 tons up to.and including 25 tons); CMI Dual Lane Auto Grader SP -30 or similar DECISION NO. CA84-5001 ' page 20 POWER EQUIPMENT OPERATORS (Cont'd) AREAS I and II (Cont'd) Group 11: Automatic Concrete Slip -form Paver (Gradesetter, Screed - man); Automatic Railroad Car Dumper; Canal Trimmer with ditching attachments; Cary Lift, Campbell or similar, Continuous Flight Tie Back Auger (Crane attached, single controls); Cranes (over 25 tons up to and including 125 tons); Drott Travelift 650-A-1 or similar (45 ton or over); Euclid Loader when controlled from the Pullcatf Highline Cableway (over 5 tons); Loader (over 4 cu. yds., up to and including 12 cu. yds.); Miller Formless M-900 Slope Paver or similar (Grade Setter required); Multiple Engine Scraper (when used as Push Pull); Power Blade Operator (multi -engine); Power Shovels, Clamshells, Draglines, Backhoes, Gradalls (over 1 cu. yd. and up to and including 7 cu. yds. M.R.C., Long Boom Pay); Rubber -tired Earthmoving Machines (multiple propulsion power units and two or more Scrapers) (up to and incl,ading 75 cu.*yds. Struck M.R.C.); Self-propelled Compactor Boom - type lifting device (center mount) (over 25 tons M.R.C.); Single engine Rubber -tired Earthmoving Machines (with Tandem Scrapers); Slip - form Paver (concrete or asphalt) (Screedman required); Tandem Cats; Tower Cranes Mobile (including rail mounted); Trencher (pulling attached shield); Tower Cranes, Universal Liebher and similar types (in the erection, dismantling and moving of equipment); Wheel Exca- vator (up to and including 750 cu. yds. per hour); Whirley Crane (over 25 tons); Multi -earthmoving Equipment (up to and including 75 cu. yds. "struck" M.R.C.); Truck mounted Hydraulic Crane when remote • control equipped (over 10 tons up to and including 25 tons) Group 11 -As Band Wagons (in conjunction with wheel excavator); Cranes (over 125 tons); Loader (over 12 cu. yds., up to and including l8 cu. yds.); Power Shovels, Clamshells, Backhoes, Gradalls, and Draglines (over 7 cu. yds. M.R.C.); Rubber -tired Multi-purpose Earth Moving Machines (2 units over 75 cu. yds. "shuck" M.R.C.); Wheel Excavator rover 750 cu. yds. per hour) Group 11-B: Loader (over 18 yards) Group 11-_: Operator of Helicopter (when used in erection work); Remote controlled Ea.thmoving equipment DECISION NO. CA84-5001 , Page 21 POWER EQUIPMENT OPERATORS (Cont'd) DREDGING AREA DEFINTIONS FOR SCHEDULES I and II Four Centers designated: City Halls of Oakland, San Francisco, Sacramento and Stockton, California Area 1: Up to 20 road miles from said Centers Area 2: More than 20 road miles to and including 30 road miles from said Centers Area 3: Outside of 30 road miles from said Centers Area 4: Nn area extending 25 road miles from shoreline of Lake Tahoe SCHEDULE I CLAMSHELL and DIPPER DREDGING (New Construction) Group 1: Bargeman; Deckhand; Fireman; Oiler Group 2: Deck Engineers; Deck Mate Group 3: Welder; Mechanic Welder; Watch Engineer Group 4: Clamshell Operator (up to and including 7 cu. yds. M.R.C.) (Long Boom Pay) Group 4A: Clamshell Operator (over 7 cu. yds. M.R.C.) (Long Boom Pay) ` SCHEDULE II SYDF.IULIC SUCTION DREDGING and all other CLAMSHELL and DIPPER DREIi3IVG Group A-1: Bargeman; Deckhand; Leveehand; Fireman; Oiler Group A-2: Winchman (Stern Winch on Dredge); Deck Engineer Greup A-3: Watch Engineer; Welder; Welder Mechanic; Deckmate; Booster Pump Operator (Mud Cat) Group 4: Leverman; Clamshell Operator PILEDRIVING Group 1: Assistant to Engineer (Fireman, Oiler, Deckhand) .Group IA: Compressor Operator Group 1H Assistant to Engineer (Truck Crane Oiler) Group 2A: Tugger Hoist Operator (hoisting material only) Group 2B: Forklift Operator DECISION NO. CA84-5001 I Page 22 POWER EQUIPMENT OPERATORS (Cont'd) PILEDRIVING (Cont'd) Group 2C: Compressor Operator (over 2); Generators; Pumps (over G)J Welding Machines (powered by other than electricity) Group 2D: A -Frames Group 3: Deck Engineer (Deck Engineer Operator required when deck engine is used); Self-propelled Boom -type lifting device (center mount) (10 ton capacity or less M.R.C.) Group 3A: Heavy Duty Repairman and/or Welder Group 4: Operating Engineer in lieu of Assistant to Engineer tending boiler or compressor attached to Crane Piledriver; Operator of Piledriving Rigs, Skid or Floating and Derrick Barges (Assistant to Engineer required); Operator of diesel or gasoline power Crane Piledriver (without boiler) up to and including 1 cu. yd. rating (Assistant to Engineer required); Self-propelled Boom• -type lifting device (center mount) (over 10 tons up to and including 25 tons); Truck Crane Operator (up to and including 25 tons) (hoisting material only) (Assistant to Engineer required) Group 5: Operator of diesel or gasoline powered Crane Piledriver (with boiler) over 1 cu. yd. satin; (Assistant to Engineer re- quired); Operator of Crane (with steam, flash boiler, pump or com-- pressor attached) (Group 4 Engineer required); Operator of steam powered Crawler or Universal type Driver (Raymond or similar) (Assistant to Engineer required) Truck Crane Operator (over 25 tons) (hoist'.ng material or performing Piledriving work) (Assis- tant to Engineer required); Self-propelled Boom -type lifting device (center mount) (over 25 tons) (Assistant to Engineer required) Group 6: Cranes (over 125 tons) (Assistant to Engineer required) STEEL ERECTION Group 1: Assistant to Engineer (Oiler) Group 2: Compressor Operator, Generator, gasoline or diesel driven (100 K.W. or over) (structural steel or tank construction only) Group 3: Compressors, Generators and/or Welding Machines or com- bination (2 to 6) (Over 6 additional Engineers required) (structural steel or tank erection only) Group 4: Heavy Duty Repairman, Tractor Operator Group 4A: Combination Heavy Duty Repairman and/or Welder DECISION NO. 84-5001 Page 23 POWER EQUIPrIEFT OPERA'ibRS (Cont'd) STEEL ERECTION (Cont'd) Group 5: Boom Truck or Dual Purpose A -Frame Truck; Boom Cat; Chicago Boom; Crawler Cranes and Truck Cranes X15 tons M.R.C. or less) (Assis- tant to Engineer required); Self-propelled Boom type lifting device (center mount) (10 ton capacity or less M.R.C.); Single drum Hoist; Tugger Hoist Group 6: Cary Lift, Campbell or similar; Crawler Cranes and Truck Cranes (over 15 tons M.R.C.) (Assistant to Engineer required); 'c- ricks (2 Operators when swing engine remote from hoist); Gantry Rider ( or similar equipment); Highline Cableway (Signalman re- quired); Self-propelled Boom -type lifting device (center mount) - (over 10 tons up to and including 25 tons); Tower Cranes Mobile including rail mounted (Assistant to Engineer required); Tower Cranes, Universal Liebher and similar types (in the erection, dis- mantling. and moving of equipment there shall be an additional Operating Engineer) Group 7: Self-propelled Boom -type lifting device (center mount) (over 25 tons) (Assistant to Engineer required) Group 8: Cranes (over 125 tons) (Assistant to Engineer required) Group 9: Helicopter Operator TRUCK DRIVERS I Group 1: Bulk Cement Spreader (w/wo Auger, under 4 yds. water level); Bus or M nhaul Driver; Concrete Pump Machine; Concrete Pur -.p Truck (when Flat Rack Truck is used appropriate Flat Rack rate shall apply); Dump (uneer 4 yds. water level); Dtimperete Truck (ander 4 yds. water level); Dumpster (under 4 yds. water level); Escort or Pilot Car Drive.; ripper Truck (when Flat Rack Truck is used appropriate Flat Rack =ate shall apply); Pickups; Skids (Debris Box, under 4 yds. water level); ream Drivers; Trucks (Dry Pre -batch Concrete Mix, under 4 yds. water level); Warehousemen Group 2: Teamster Oiler and/or Greaser and/or Service Man Group 3: Bulk Cement Spreader (w/wo Auger, 4 yd. and under 6 yds. water level); Dump (4 yds. and under 6 yds. water level); Dump- 'rete (4 yds. and under 6 yds. water level); Dumpster (4 yds. and under 6 yds. :nater level); Skids (Debris Box, 4 yds. and under 6 yds. water level); Single Ui:it Flat Rack (2 axle unit); Industrial Lift Truck (mechanical Tailgate); Trucks (Dry Pre - batch Concrete Mix, 4 yds. and under 6 yds. water level.) Group 4: Jetting Truck and Water Truck (under 2,500 t(allons) Group 5: Road Oil Trucks or Boot Man DECISION NO. CA84-5001 TRUCK DRIVERS (Cont'd) Group 6: Lift Jitneys, Fork Lift Group 7: Transit Mix, Agitator (under 6 yds.) Page 24 Group 8: Fuel and/or Grease Truck Driver or Fuelman Group 9: Vacuum Truck, under 3,500 gallons Group 10: Scissor Truck; Single unit Flae Rack (2 axle unit).: Industrial Lift Truck (mechanical tailgate); Small rubber tired tractor (when used within Teamsters' jurisdiction) Group 11: Jetting Truck and Water Trucks, 20500 gallons and under 4,000 gallons Group 12: Combination Winch Truck with Hoists Transit Mix Agitator (6 yds. and under 8 yds.) Group 13: Vacuum Truck, 3,500 gallons and under 5,500 gallons Group 14: Rubber -tired Muck Car (not self -loaded) Group 15: Bulk Cement Spreader (w/wo Auger, 6 yds. and under 8 yds. water level); Dump (6 yds. and under 8 yds. water level); Dumperete (6 yds. and under 8 yds. water level); Dumpster (6 yds. and under 8 yds. water level); Skids (Debris Box, 6 yds. and under 8 yds. water level); Trucks (Dry Pre -batch Concrete Mix, 6 yds. and under 8 yds. water level) Group 16: A -Frame, Winch Truck; Buggymobile; Jetting and Water Truck (4,000 gallons and under 5,000 gallons); Rubber tired Jumbo Group 17: Heavy Duty Transport (high bed) Group 18: Ross Hyster and similar Straddle Carrier Group 19: Transit Mix Agitator (8 yds. through 10 yds.) Group 20: Va--uur. Truck (5,500 gallons and under 7,500 gallons) Group 21: Jetting Truck and Water Truck (5,000 gallons and under 7,000 gallons) Group 221 Combination Bootman and Road Oiler Group 23: Transit Mix Agitator (over 10 yds. throagh 12 yds.) Group 24: Bulk Cement Spreader (w/wo Auger, S yds. and including 12 yds. water level); Dump (8yds. and including 12 yds, water level)1 Dumperete (8 yds. and including 12 yds. water level); Self-propelled Street Sweeper with self-contained refuse bin; Skids. (Debris Box, 8 yds. and including 12 yds. water level); Snow Go and/or Snow Plow; Truck (Dry Pre -batch Concrete Mix, 8 yds. and including 12 yds. water level) W DECISION NO. CA84-5001 Page 25 TRUCK DRIVERS (Cont'd) Group 25: Heavy Duty Transport (Gooseneck Lowbed) Group 26: Transit Mix Agitator (over 12 yds. through 17 yds.) Group 27*: Ammonia Nitrate Distributor Driver and Mixer; Bulk Cement Spreader (w/wo Auger, over 12 yds. and including 18 yds. water level); Dump (over 12 yds., and including 18 yds. water level); Dumperete over 12 yds. and including 18 yds. water level); Dumpster (over 12 yds. and including 18 yds.. water level); Truck (Dry Pre -batch Con- crete Mix, over 12 yds. and including 18 yds. water level) Group 28: Double Gooseneck (7 or more axles); Heavy Duty Transport Tiller Man Grour 29: P.B. or similar type self -loading Truck Group 30: Transit Mix Agitator (over 14 yds. through 16 yds.) Group 31: Bulk Cement Spreader (w/wo Auger, over 18 yds. and in- cluding 24 yds. water level); Combination Dump and Dump Trailer; Dump (over 18 yds. and including 24 yds. water level); Dumperete (over 18 yds. and including 24 yds. water level); Dumpster (over 18 yds. and including 24 yds. water level); Skid (Debris Box, over '18 yds. and including 24 yds. water level); Transit Mix Agitator ' (over. 12 yds. through 16 yds.); Trucks (Dry Pre -batch Concrete Mix, over 18 yds. and including 24 yds. water level) Group 32: Bulk Cement Spreader (w/wo Auger, over 24 yds. and in- cluding 35 yds. Nater level); Dump (over 24 yds. and inclading 35 yds. water level); Dumperete (over 24 yds. and including 35 yds. water level); Dumpster (over 24 yds. and including 35 yds. water level); DW 10's, 201s, 21's and other similar Cat type, Terra Cobra, LeTournaoulls, :ournarocker, Euclid and similar type equipment when pulling Fuel and/or Grease Tank Trailers or other misc. Trailers; Skids (Debris Box, over 24 yds. and including 35 yds. water level); Trucks (Dry Pre -batch Concrete Mix, over 24 yds. and including 35 yds water level) Group 33: Truck Repairman Group 34: Bulk Cement Spreader (w/wo Auger, over 35 yds. and in- cluding 50 yds. water level); Dump (over 35 yds. and including 40 yds. water level); Dumperete (over 35 yds. and including 50 yds. water level); Dumpster (over 35 yds. and including 50 yds. water. level); Skids (Debris Box, over 35 yds. and including 50 yds, water level).; Trucks (Dry Pre -batch Concrete Mix, over 35 yds. and including 50 yds. water level) Group 35: OW 10's 201s, 21's and other similar Cat type, Terra Cobra, LeTournapulls, Tournarocker, Euclid and similar type *qui;- ment when pulling Aqua/Pak or Water Tank -Trailers s� DECISION NO. CA84-5001 Page''26 TRUCK DRIVERS (Cont'd) Group 36: Bulk Cement Spreader (w/wo Auger, over 50 yds. and under 65 yds, water level); Dump (over 50 yds. and under 65 yds. water level); Dumperete (over 5(' -►ds. and under 65 yds. water level); Dumpster (over 50 yds. and under 65 yds. water level); Helicopter Pilot (when transporting men or materials); Skids (Debris Box, over 50 yds. and under 65 yds. water level); Trucks (Dry Pre -batch Concrete Mix, over 50 yds. and under 65 yds. water level) Group 37: Bulk Cement Spreader (w/wo Auger, over 65 yds. and in- cluding.80 yds, water level); Dump (65 yds. and including 80 yds. water level); Dumperete (over 65 yds. and including 80 yds. water level); Dumpster (over 65 yds. and including 80 yds. water level) Skids (Debris Box, 65 yds. and including 80 yds. water level); Trucks (Dry Pre -batch Concrete Mix, 65 yds. and including 80 yds. water level) Group 38: Bulk Cement Spreader (w/wo Auger, over 80 yds. and in- cluding 95 yds. water level); Dump (over 80 yds. and including 95 yds. water level); Dumperete (over 80 yds. and including 95 yds, water level); Dumpster (over 80 yds. and including 95 yds. water level); Skids (Debris Box, over 80 yds. and including 95 yds. water level); Trucks (Dry Pre -batch Concrete Mix, over 80 yds, and including 95 yds, water level) AREA DESCRIPTIONS FOR POWER EQUIPMENT OPERATORS AREAS I and II **AREA I: All areas included in the description defined below which is based upon Township and Range Lines of AREAS I and II. Commencing in the Pacific Ocean on the extension of the Southerly line of Township 19S. Thence Easterly along the Southerly line to Township 19S, crossing the Xt. Diablo Meridian to the S.W. corner of Township 19S, range 6E, Mt. Diablo Base Line and Meridian, Thence Southerly to the S.W. corner of township 20S, range 6E, Thence Easterly to the S.W. corner of township 20S, range 13E, Thence Southerly to the S.W. corner of township 21S, range 13E, Thence Easterly to the S.W. corner of township 21S, range 17E, Thence Southerly to the S.W. corner of township 22S, range 17E, Thence Easterly to the S.E. corner of township 22S, range 17E, Thence Southerly to the S.W. corner of township 23S, range 18E, Thence Easterly to the S.E. corner of township 23S, range 189: Thence Southerly to the S.W. corner of township 24S, range 19E, falling on the Southerly Line of Kings County, thence Easterly along the Southerly Boundary of King3 County and the Southerly Bc-indary of Tulare County, to the S.E. corner of townst,ip 24S, ran;ie 29E, DECISION NO. CA84-5001 Page 27 ARRA DESCRIPTIONS (Cont'd) FOR POWER EQUIPMENT OPERATORS AREAS I and II Thence Northerly to the N.E. corner of township 21S, range 29E, Thence Westerly to the N.W. corner of township 21S, range 29E, Thence Northerly to the N.E. corner of township 13S, range 28E, ® Thence Westerly to the N.W. corner of township 13S, range 28E. Thence Northerly to the N.E. corner of township 11S, range 27E, Thence Westerly to the N.W. co:ner.of township 11S, range 27E, Thence Northerly to the N.E. corner of towhship 10S, range 26E, Thence Westerly to the N.W. corner of township 10S, range 26Er Thence Northerly to the N.E. corner of township 9S, range 25E, 0 Thence Westerly to the N.W. corner of township 9S, range 25E, Thence Northerly to the N.E. corner of township 8S, range 24E, Thence Westerly to the N.W. corner of township 8S, range 24E, Thence Northerly to the N.E. corner of township 6S, range 23E, Thence Westerly to the S.E. corner of township 5S, range 19E, . Thence Northerly to the S.E. corner of township 5S, range 19E, • Thence Westerly to. the N.W. corner of township SS, range 19E, Thence Northerly 'co the N.E. corner of township 3S, range 18E, Thence Westerly to the N.W. corner of township 3S, range 18E. Thence Northerly to the N.E. corner of township 2S, range 17E, Thence Westerly to the N.W. corner of township 2S, range 17E, Thence Northerly crossic.g the Mt. Diablo Baseline to the N.E. corner of township 2N, range 163, Thence Westerly to the N.W. corner of township 21Q, range 16E, Thence Uortherly to the N.E. corner of township 3t1, range 15E, Thence Westerly to the N.E. corner of township 3N, range 15E, Thence ?northerly to the N.E. corner of township 4N, range 14E, Theme Westerly to the N.W. corner of township 4N, range 14E, Thence Northerly to the N.E. corner of township 5K, range 139, Thence Westerly to the N.E. corner of township SN, range 13E, Thence Northerly to the N.E. corner of township 101, range 12E, Thence Easterly to the S.E. corner of township 11N, range 14E, Thence Northerly to the N.E. corner of township 113, range 14E, Thence Wesierly to the N.E. corner pf township 11N, range 103, Thence Northerly to the N.E. corner cf township 154, range 10E, Thence Easterly to the S.E. corner of township 16N. range 11?., Thence Northerly to the N.E. corner of township 1610 range 11E, Thence Easterly to the S.E. corner of township 17N, range 14E, Thence Southerly to the S.W. corner of township 14N, range 14E, Thence Easterly to the S.E. corner of township 14N. range 15E, Thence Southerly to the S.W. corner of township 13N, range 16E, Thence Easterly to the S.E. corner of township 13N, range 16E, Thence Southerly to the S.W. corner of township 12N, range 17E, Thence Easterly along the Southern Line to township 12H to the Eastern Boundary of the State of California, to the State of California to the N.E. corner of township 17N, range 188, Thence Westerly to the N.W. corner of township 1711. range 112, Thence Northerly to the N.E. corner of township 20N, range 108, DECISION NO. CA84-5001 Page 28 , AREA DESCRIPTIONS (Cont'd) FOR POWER EQUIPMENT OPERATORS AREAS I and II Whence Westerly to the N.W. corner of township 20N, range 20E, Thence Northerly to the N.E. corner of township 21N, range 9E, Thence Westerly to the N.W. corner of township 21N, range 9E, Thence Northerly to the N.E. corner'of township 22N, range 8E, Thence Westerly to the N.W. corner of --township 27N, range 8E, Thence Northerly to the S.W. corner of township 27N, range 8E, Thence Easterly to the S.E. corner of townshir 27N, range 8E, Thence Northerly to the N.E. corner of township 28N, range 8E, Thence Westerly to the N.W. corner of township 28N, range 7E,• Thence Northerly to the N.E. corner of township 30N, range 6E, Thence Westerly to the V W. corner of township 30N, range lE, Thence Northerly along the Mt. Diablo Meridian to the N.E. corner of Township 34N, range 1W, Thence Westerly to the N.W. corner of township 34N, range 6W, Thence Southerly to the N.E. corner of township 32N, range 7W, Thence Westerly to the N.W. corner of township 32y, range 7W, Thence Southerly to the S.W. corner of township 30:1, ran9l 7W, Thence Easterly to the S.E. corner of township 30N, range 714, Thence Southerly to the S.W. corner of township 1EN, range 6W, Thence Easterly to the S.E. corner of township 16N, range 614, Thence Southerly to the S.W. corner of township 14N, range 5W, t Thence Westerly to the S.E. corner of township 14N, range 7W, Thence Northerly to the N.E. corner of township 14'.', range 7W, Thence Westerly to the N.W. corner of township 145, range 7W, Thence Northerly to theN.E. corner of township 15N, rar.ge 8W, Thence Westerly to the S.E. corner of township 16N, ra::ge 12W, Thence Northerly to the N.E. corner of to►nship 161, range 1211, Thence Westerly to the N.W. corner of tow ship 26y, range 12W, Thence Northerly to the N.E. corner of tranship 18N, range 1211, Thence Westerly to the N.W. corner of township 18N, range 14W, Thence Southerly to the S.W. corner of township 18N, range 144, Thence Eisterly to the S.S. corner of township 18N, range 14W, Thence Southerly to the S.H. corner of township 16N, range 131, Thence westerly to the H.W. corner of township 13N, range 14:1, Thence So,:therly to the S.W. corner of tcwnship Me range 143, ' Thence Easterly to the S.E. corner of township 17N, range 14W, Thence Southerly to the S.W. corner of township 13N, range 13W, Thence Easterly to the S.E. corner of township 13N, range 13W, Thence Southerly to the S.W. corner of township 11N, range 12W, Thence Easterly to the S.E. corner of township 11N, range 12W, Thence Southerly along the Eastern Line to range 12W, to the Pacific Ocean excluding that portion of Northern California within Santa Clara County included within the following line: Commencing at the N.W. corner of township 6S, range 3E, Mt. Diablo Baseline and Meridian: Thence in a Southerly direction to the S.W. corner of township 7S, range 3E, Thence in a Easterly direction to the S.E. corner of township 7S, range 4E, Thence in a Northerly direction to the N.E. corner of township 6S, range 4E, a� DECISION NO. CA84-5001 Page 29 AREA.DESCRIPTIONS (Cont'd) for POWER EQUIPMENT OPERATORS AREAS I and II Thence in a Westerly direction to the N►.W. corner of township 6S, range 3E, to the point of beginning which portion is a part of Area 2. AREA 1: also includes that portion of Northern California within the following lines: Commencing in the Pacific Ocean on a extension of the Southerly line to township 2N, Humboldt Baseline and Meridian: Thence Easterly along.the Southerly line to Township 2N, to the S.W. corner of Township 2N, .range 1W, Thence Southerly to the S.W. corner of township 1N, range 1W, Thence Easterly along the Humboldt Baseline to the S.W. corner of township 1N, range 2E, Thence Southerly to the S.W. corner of township 2S, range 2E, Thence Easterly to the S.E. corner of township 2S, range 2E, Thence Southerly.to the S.W. corner of tow.,ship 4S, range 3E, Thence Easterly to the S.E. corner of township 4S, range 3E, Thence Northerly to the N.E. corner of township 2S, range 3L, Thence Westerly to the N.W. corner of township 2S, range 3E, Thence Northerly .crossing the Humboldt Baseline to the S.W. corner of township 1N, range 3E, Thence Easterly along the Humboldt Baseline to the S.E. corner .of township 14, range 3E, Thence Northerly to the N.E. corner of township 9N, range 3E, Thence Westerly to the N.W. corner of township 9N, range 2E, Thence Northerly to the N.E. corner of township ION, range lE, Thence Westerly along the Northerly line to township ION, into the Pacific Ocean. AREA I: also includes that portion of Northern California included within the following lines: Commencing at the Northerly boundary of the State of California at the N.W. corner of township 48N, range 7W, Xt. Diablo Baselins and Meridian: Thence Southerly to the S.W. corner of township 444. range 7N, Thence Easterly to the S.E. corner of township 44N, range 7W, Thence Southerly to the S.W. corner of township 43N, range 6W, Thence Easterly to the S.E. corner of township 43N, range 5W, Thence Northerly to the N.E. corner of township 48N, range 5W, on the Northerly boundary of the State of California, Thence Westerly along the Northerly boundary o' the State of .California to the point of beginning. II: All areas not inlcuded within AREA I as defined.' Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CFR, 5.5 (a) MODIFICATION A2 (CA84-5.001) May 18, 1984 DECISION fcAR4-5001 MOD}2 -_ l 9 FR l2.V3-^'-arca; 30, 1' 84:)Bas.c Frin t Hourly Alametia, .Aloin_,� , Atrador, Butte, Benefits Calaveras ... Counties, etc. Rafat California Chance: : &H'T i eneers : Area 2. j Divers: ` Divers Stan6-b.1 Divers Electricians: Area 9: Electricians Cable Splicers Marble Finishers P er Fr? i-cnent Operators: Dredin,j - ScteCule I Clamshell and Dipper Lyrecz ,inq (New Constructic Group 1. G ouo 2 Group 3 Group 4 I Group 4-A Group 1 Croup 2 Grow? 3 Group 4 Group 4-A Fringe Benefits regain at $8.56 Soft Floor Layers: Area 3 Tile Finishers Tile Setters: 16.23 4.85 31.63 6.105 1 14.38 6.105 22.85 t 4.74+3• 25.14 i 4.74+3♦ 14.81 i 4.82 Area 1 ' Area 2 14.30 5.63 15.65 16.98 17.01 18.34 19.69 21.01 20.08 1.41 Area 3 Area 4 19.02 167.42 17.37 17.77 18.73 19.13 21.40 1.80 21. R0 2.20 17.69 1 5.66 14.81 4.82 Area l 22.18 )rnit: Drywall Ins to llers/L.athers : Drywall Installer: Lathers 20.12 Residential Drywall; Lather: _ Area l - ' 13.57 6.68 6.225 6.225 Add: Boile :rakers ;'111acv.suith (storage tank erection) Foilermatcer - Blac,csrt th (storage tank repair) Drywall Installcrs/Lathers (non-residential): Area 1 Area 2 Drywall Instollars/Lathers (Residential) Area 1 Area Descriotions: Diywal l Installer/Lathers: Non -Residential: Area 1: Alameda, Contra Costa, Marin, Monterey, Napa, San Mateo, San Renito, San Francisco, San Mateo, Santa Clara, Santa Cruz, Solan, Sonoma Counties Area 2: Remainder of Counties Dr.^mll Installers/lAther: 1 Residential: Area 1: Calaveras, flariposa, Merced, Tuolume Counties MODIFICATION 63 (CA84-5001) DECISION 4CA84-5001 MOD. f 3 (49 FR 12873 - March 30, 1984) Alameda, Alpine, Amador, Butte, Calaveras ... Counties, etc., Calif- ornia Change: Electricians: Area 1 i (I1-WEDA COUNTY) June 8, 1984 *rile flints Hourly ta�aNU $7.296 +39 1$22.56 Basic Hourly F,in9• Rates Bapefit► 1 j`17.25 1.00 ' 16.05 4.00 20.30 6.485 17.18 6.485 13.57 I 6.225 . .. MODZFICA:IOIIS `SODIFICAT20N,#4 (CA84-5001) .June 15. 1984 page 1 of 2 )ECISTON ACA84-S00'1-MOD+4 (49 FR 12873 -March 30, �► 1984 ) Alameda,Alpine,Amador, Butte,Calaveras Counties, etc., California _RANGE: t# KIER Tenders: Basic Basic Meurl /ff oli ! Nuel FringeRotes •o^tttf ' ArtH Benefits Area 2 $16.161$4.92 Electricians: Area 4: Electricians Area 16: Electric:►ans Laborers: Area 1: Group 1 Group 1-a Group 1-b Group 1-c Group 1-d Group 1-e Group 1-f - i Group 2 Group 3 Group 4 Plasterers Tenders: Area 3 *Power Equip -Ment Operators Group 1 Group 2 Group 3 Group 4 Group 5 Group 6 Group 7 Group 8 Group 9 Group 10 Group 10-A Group 11 - Group 11-A Group 11-B Group 11-C Fringe Benefits: $8.75 *Residential Construc- tion 3 stories i under to be paid the Area 1 rate. 16.0114.41+ 31 20.8114.41+ 31 15.56 5.11 15.785 5.11 16.06 5.11 15.61 5.14 15.81 5.11 16.11 5.11 16.145 5.11 15.41 5.11 15.31 5.11 9.00 5.11 19.091 4.93 AREA 1 AREA 2 14.96 16.96 15.49 17.49 15.80 17.80 16.61 18.61 16.92 18.92 17.14 19.14 17.38 19.38 18.03 20.03 18.35 20.35 18.69 20.69 18.87 20.87 19.12 21.12 20.84 22.84 21.25 23.25 21.73 23.73 Power Equipment Operators ' (Cont'd): Piledriving: . Group 1 15.03 8.75 Group 1-A 15.55 8.75 Group I -B 15.85 8.75 Group 2-A 15.85 8.75 • Group 2-B 16.67 8.75•" ` Group 2-C _ 16.99 8.75 Group 2-D 17.27 8.75 Group 3 17.44 8.75 Group 3-A 18.10 8.75 Group 4 18.92 8.75 Group 3 19.19 8.75 ; Group 6 20.90 )+.75 Steel Erection: Group 1 15.74 8.75 4' Group 2 16.30 8.75 Group 3 17.86 8.75 Group 4 18.06 8.75 r Group 4-A 18.54 8.75 Group 5 19.30 8.75 Group 6 19.94 8.75 Group 7 20.40 8.75 Group 8 20.84 8.75 Group 9 22.42 8.75 Sheet Metal Workers: Area 3 17.98 4.74 . +121 1 jTile Setters: Area 1 22.01 4.17 Truck Drivers: Group 1 18.30 4.29 Group 2 18.38 4.29: Group 3 18.40 4.29 Group 4 18.41 4.29 Group 5 18.42 4.29 Group 6 18.43 4.29 Croup 7 .8.45 4.29 Group 8 18.47 4.29 Group 9 18.48 4.29 Group 10 18.50 4.29 ; Group 11 18.51 4.29 Group 12 18.55 4.29 Group 13 18.56 4.29 Group 14 18.57 4.29 Group 15 18.60 4.29 Group 16 18.61 4.29 Group 17 18.62 4.29 Group 18 18.64 4.29_ Group 19 18.65 4.29 Croup 20 18.66 4.29 Group 21 18.71 4.24 Group 22 18.74 4.29 =ICATION /4 (CA84-5001) June 15, 1984 PECISION ICA64-5001-MOD14 (49 FR 2873 -Marc- 516, 1984) Alameda,Alpine,Amador, Butte.Calaveras Counties etc.. California (CONT'D): Truck Drivers (Cont'd) 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 •Group 38 ADD: • Carpenters: Area 6 (Residential): Carpenters. Hardwood Floorlayers; Shinglers; Power Saw Operator; Steel Scaffold Erector i Steel Shoring Erec- tors; Saw Filers Area 7 (Residential): Carpenter • Hardwood Floorlayers; Shinglers; Power Saw Operator; Steel Scaf fold Erector i Steel Shoring Erec- tors; Saw Filers AREA DESCRIPTIONS: Arem 6: (Residential) • Alameda,Contra Costa Marin,San Benito,San Mateo,Santa Clara t Solano Counties Area 7: (Residential) Napa and Senoma Counties •8810 "Ou rly lutes 18.75 18.84 18.85 18.85 18.85 18.90 18.94 18.95 18.98 19.04 18.97 19.19 19.29 j 19.34 19.49 19.64 Page 2 of 2 ♦rings •tntfltl I I i- 4.29 4.29 4.29 4.29 4.29 4.29 4.29 4.29 4.29 4.29 4.29 4.29 4.29 4.29 4.29 4.29 S18.68 IS 6.455 18.83 16.65 { 16.80 6.455 6.455 1 6.455 b MODIFICA71ONS- 40DIFICATION 04 (CA84-5001) •June 15. 1984 �' Page 1 of 2 �ZCISIODJ ICA84-5001-MOD14 -FA BssIe Basic (49 -Ma r c n J -U, ~w^r �� a•�.ncs H"ubly t� 1984 ) n•t•$ malts s•R.na Alameda,Alpine,Amador, Butte,Calaveras Counties, Power Equipment Operators , etc., California (Cont riving: •- :RA23CE: PileGroup 115-55 ' Sr- icx Tenders: 1 15- 03 8•.•75 Area 2 $16.16 $4.92 Group Group 1-A 1-B 15.85 8.75 8.7S Electricians: Group 2-A 15.85 8.75._ Area 4: Electricians 26.01 4.41+ Group Group 2-B 2-C _ 16.67 16.99 8.75. 8.75 Area 16: art Group 2-D 17.22 8.75 r Electric.►ans 20.81 4.41+ Group Group 3 3-A 17.44 18.10 8.75 8.75 • Laborers,: 31 Group 4 18.92 8.75 Area 1: Group 5 19.19 8.75 Group 1 15.56 5.11 Group Steel Erection: 6 20.90 .8.75 Group 1-a 15.785 5.11 Group 1 15.74 8.75 Group 1-b 16.06 5.11 Group 2 16.30 8.75 Group 2-c 15.61 5.11 Group 3 17.86 8.75 Group 1-d 15.81 5.11 Group 4 18.06 8.75 Group 1-e 16.11 5.11 Group 4-A 18.54 8.75 t Group 1-f 16.145 5.11 Group 5 19.30 8.75 Group 2 15.41 5.11 Group 6 19.94 8.75 Group 3 15.31 5.11 Group 7 30.40 8.75 Group 4 9.00 5.11 Group 8 20,84 8.75 Plasterers Tenders% Group 9 22.42 8.75 Area 3 19.09 4.93 Sheet Metal Workers: *Power Equipment Operator Area 3 17.98 4.74, AREA 1 ARrA 2� +121 • Group 1 Tile Setters: 14.96 16.96 Group 2 15.49 17.49 Area 1 • 22.01 4.17 Group3 � 25.80 17.80 Truck Drivers: Group 4 16.6.1 18.61 Group 1 18.30 4.29 •- Group 5 16:92 18.92 Group 2 18.38 4.29 Group 6 17.14.19.14 Group 3 18.40 -4.29 f: Group 7 17.38 19.38 Group 4 18.41 4.29 Group 8 18.03 20.03 Group 5 18.42 4.29 Group 9 18.35 20.35 Group 6 18.43 •: t Group 10 18.69 20.69 Group 7 18.45 4.29 Group 10-A 18.87 20.87 Group 8 18.47 - 4.244.29 Group 11 - 19.12 21.12 Group 9 18.48 Group 11-A 20.84 22.84 Group 10 18.50 4.29 Group 11-B 21.25 23.25 Group 11 18.51 4.29 Group 11-C Fringe Benefits: $8.75 21.73 23.73 Group 12 Group 13 18.55 4.29 *Residential Construc- Group 14 18.56 18.57 4.29 tion 3 stories i under Group 15 18.60 429 4..29` 1° to be paid the Area 1 Group 16 18.61 <.29 rate. Group 17 18.62 4.29 ' Group18 18.64 4.29 Group 19 18.65 4.2.9 Group 20 18.66 4.29 Group 21 18.71 4.29 } a r Group 22 18.74 4.29 A 1 MODIFICATION 44 (CA84 -5001) June 15. 194 )ECTSION. '-CA84-5001-MODa4 gist (49 FR 12973-Marcn 30, Houny Frl^9' 1984) Rst•s Benefits Page 2 of 2 Basic Frin" Hourly Rates I Benefits . Alameda,Alpine,Amador, ADD: Butte,Calaveras Counties Carpenters: etc., California Area 6 (Residential): (CON.T'D): _ Carpenters $1868 $ 6'455 Hardwood Floorlayers; Truck Drivers (Cont'd) Shinglers; Power Saw Group 23 $18.75 '4.29 Operator; Steel Group 24 18.84 4:29 Scaffold Erector & Group 25 18.85 4.29 Steel Shoring Erec- = - Group 26 18.85 4.29 _ tors; Saw Filers 18.83 6.455 ' Group 27 18.85 4.29 A?ea 7 (Residential): Group 28 . 18.9=0 4.29 Carpenter 16.65 6.455 Group 29 ' 18.94 4.29 Hardwood Floorlayers; - Group 30 18.95 4.29 Shinglers; Power Saw Group 31 18.98 4.29 O eiator; Steel Group 32 19.04 4.29 Scaffold Erector & Group33 1891 . 429 . Steel Shoring Exec - i Group 34 19.1.9 4.29 tors; Saw Filers 16.80 6.455'* Group 35 19.29 4.29 AREA DESCRr?TI-01.,1S: Group 36 19.34 4.29 Area 6: (Residential) Group 37 19.49 4.29 Alameda,Contra Costa, = Group38 1964 . 429 . Marin, San Benito,San Mateo,Santa Clara Solana Counties .'. Area 7: (Residential) Napa and Senoma Counties ` MOD_FICATIO.; 05 CCA94-5001) July 6, 1984 DFCiSION ACAR4-5001-moa. a5 1984) Alameda, A1Dine, Amador, Butte, Calaveras r:oun- .ties, etc.., California tc:nancre : In Modification No. 2, published May 18, 1994 1 the Marble Finishers and the Tile Finishers should each read: Area 1. I L Basic I Fringt Hourly Rates Bene -tits 411"- a • Fedesel Retistw / Vol. 48• No.152 / Friday. August S. 1983 / Notices 35822 e��i•i w Hui�w � ✓r • Z.. .. .•ii p� * •� w N wN ew ew ww ai N•1 •• w== •Ree•=• ' wwwwii�•ri�� • �� �• • • w wr •Oeew Nr•e.• •eww �rwwwew e��i•i w Hui�w � ✓r • Z.. .. An. 0. - G7} e • • Nwew• • rw••w •� N .�•. �i Rii w2 Zx w wwwww Z2 i%x ii•einw%.�j a 4 w • w•+ w •� .tee• �• •�...w !• • O• • •.• erA •� � /•w.1•A x M � w •i n w .� w •i 11• �M � �r� M •O�•A A•w•O•!• Ow OOOONOs•e• •I• d•OA A�A•• N »• i O CC.e •�d1.•••• •eh�00 EN ASOO OO hOAwON OSOOYw OOrw ••d•1eN S 1/ •" N.Ilwww N•Aw NMr1 wrNNw �w NwN.N.A• •N.•N•w•ONA.N�IOM w n .• N.•••w-n w• �• ww nw... • A � !•��'�n•ON wew J•• tir• A •w •••e N w • •a rsgoewOoeweO w•n�wOl�Ow •wf!OggoOeeeo ee eo0••�ew w.n0 p * ] O.O. O.A Ow ONhY 00n1e 00M.•d10w N0.� •+.e00NOOgh hw OOe Owwe• e L, sgi�r:.:www.iw��.r•:.:«wr.�.I�.i�ueaiw..�.ero•oe•�iawevwi e r• i N M w u Na gra• a D D ► • p w �`. i�4r: ► �6 -/C��`t y ib c�eXY t• •� ••. r•�Zo►^►JAY •� �', •• _ 'CAxKJ'J ♦p f v �O tij'bV OYYb q •. .C.� •{ a 3t.A i 7l = 1 O l A Oe1�YM 10 N� NMMy • .•ii p� y•Y3 An. 0. - G7} e • • Nwew• • rw••w •� N .�•. �i Rii w2 Zx w wwwww Z2 i%x ii•einw%.�j a 4 w • w•+ w •� .tee• �• •�...w !• • O• • •.• erA •� � /•w.1•A x M � w •i n w .� w •i 11• �M � �r� M •O�•A A•w•O•!• Ow OOOONOs•e• •I• d•OA A�A•• N »• i O CC.e •�d1.•••• •eh�00 EN ASOO OO hOAwON OSOOYw OOrw ••d•1eN S 1/ •" N.Ilwww N•Aw NMr1 wrNNw �w NwN.N.A• •N.•N•w•ONA.N�IOM w n .• N.•••w-n w• �• ww nw... • A � !•��'�n•ON wew J•• tir• A •w •••e N w • •a rsgoewOoeweO w•n�wOl�Ow •wf!OggoOeeeo ee eo0••�ew w.n0 p * ] O.O. O.A Ow ONhY 00n1e 00M.•d10w N0.� •+.e00NOOgh hw OOe Owwe• e L, sgi�r:.:www.iw��.r•:.:«wr.�.I�.i�ueaiw..�.ero•oe•�iawevwi e r• i N M w u Na gra• a D D ► • p w �`. i�4r: ► �6 -/C��`t y ib c�eXY t• •� ••. r•�Zo►^►JAY •� �', •• _ 'CAxKJ'J ♦p f v �O tij'bV OYYb q •. .C.� •{ a 3t.A i 7l = 1 O l A Oe1�YM 10 N� NMMy • MODIFICATIONS( NGE 1 C , DEQ 8 1983 s Bask iNwr task Hourly Benefits Hourly Pt &W aIftCISTON NO. 0083-5113 - notes t'"'ts' ECISION NO. CA83-5116 - s 40 d . M 48 FR 35821 - August 5, 1983 Statewide, California dd: z;'anta Clara County: Drillers $8.39 Driller's Helpers 6.85 Pump Installer 8.3`9 FR 32451 - Jul 15, 1983) Adams, rapahoe,. Boulder, Clear Creek, Denver, las, Eagle, Elbe Gilpin, Grand, Jeffer Lake, Larimer, Morgan, ark, $2.65 Summit, and weld 2.54 Counties, Colorado 2.65 Change: Asbestos workers =cIS)PN NO. C083-51.09 - Basic Basic AOD. 4 RnHou„ Hourly 8 FR 15404 -April 8, 1983) ZONE 1 ZONE 2 Statewi e, Colorado RANGE DO ORES CO. ONLY p0VMR EQUI 'ENT OPERATORS 0(other than for work in Tunnels, Sh fts and Raises): Group 1 Group 2 Group 3 • Group 4 Group 5 Group 6 (for work in Tunnuls, • Shafts and Raises): Group 1 Group 2 Group 3 Group 4 Group 5 Group 6 Group 7 FRINGE BENEFITS:_, $30 • 0 15.15 15.90 15,50 16.2$ 15.85 16.60 16.00 16.75 16.15 16.901 16.30 17.05 1 15.30 16.05 15.65 16.40 15.75 16.50 6.00 16.75 .15 16.19 1 55 17.30 16 30 17.05 UGI. J1VLV Nu. - MO #7 (48 R 34611 - 7/29/83) Black Hawk,Cerro Gordo, Clint n,Des Moines, Du- buque, ohnson,Linn Polk Co , Iowa CHANGE: Carpenters Zone 8: Carpenters Millwrights pile- drivermen Drywall Lathers - Zone 8 Sheet metal worker Zone 1 .75 $12.95 13.30 12.95 12.95 12.91 1$3.04 Tinge enefits 2.54 2.54 2.54 2.54 2.70 MISSION STREET WATERMAIN AND STORM DRAIN Stockton Street to Washington Street SECTION 6 SPECIAL PROVISIONS 6.100 DESCRIPTION OF WORK The work shall consist of furnishing and installing approximately 173 LF 12", 472 LF 10", and Z5 LF 6" watermains, complete with valves; 259 LF of 18", 6 LF of 15", and 38 LF of 12" storm drain, including tieing into existing manhole; catch basin; and constructicn of manhole, catch basin, and storm drain riser. The work shall also consist of removal of existing storm drain pipe, manhole, catch basin and miscellaneous concrete, and construction of curb, gutter and sidewalk and other incidental and related work, all as shown on the plans and specifications for the abrve project. The work shall be done as shown on the following p1- ,s. VICINITY MAP STANDARD PLANS Std. Plan 112 Square -type Curb b Gutter, Sidewalk and Residential Driveway Std. Plan i14 Commercial -type Gutter and Driveway Std. Plan 117 Sidewalk Repair Std. Plan 136 Rolled Curb, Gutter b Sidewalk Std. Plan 301 48" Manhole Std. Plan 303 Side Inlet Catch Basin Std. Plan 207 Side Inlet Catch Basin Assembly Std. Plan 402 Water Valve Installation Std. Plan 405 Thrust Block Requirements Std. Plan 408 Water Valve Cover Std. Plan 409 Temporary Water Blow -Off and Connection Details Std. Plan 501 Pipe Bedding and Backfill Requirements Std. Plan 502 Standard Abbreviations Std. Plan 503 Drafting Symbols IMPROVEMENT PLANS Dwg. 840106 MISSION STREET WATERMAIN AND STORM DRAIN Stockton Street to Washington Street 6.200 QUANTITIES The preliminary estimate of the quantities of work to be done and materials furnished shown in the proposal are approximate only, being given as a basis for the comparison of bids, and the City of Lodi does not expressly or by implication agree that the actual amount of work will correspond therewith, but reserves the right to increase or decrease the amount of any class or portion of the work or to omit portions of the work that may be deemed necessary or expedient by the City Engineer. 6.1 PSWTO1/msw6 Additions or deletions in the quantity of work as set forth in these specifications and accompanying drawings for lump sum items may be ordered by the Engineer after the contract price has been adjusted accordingly to the satisfaction of both the Contractor and the City of Lodi, and they have been accepted in writing by the Engineer. 6.300 MATERIALS The Contractc- shall furnish for use under these Special Provisions all materials required to complete the project. Whenever any material is specified by name and/or number thereof, such reference shall be deemed to be used for the purpose of facilitatin; a description of the materials and establishing quality, and shall be deemed and construed to be followed by the words, "or approved equol." No substitution will be permitted which has not been submitted ten days prior to installation for approv4' Dy the Engineer. Sufficient descriptive literature and/or samplt:s must be furnished for any materials submitted as "equal" substitutes. All materials shall be guaranteed for a period of one year against material defects and workmanship. 6.400 SCHEDULING PROJECT WORK Prior to any work, the Contractor shall furnish the Engineer with a work progress schedile in writing delineating the anticipated work procedure. This schedule shall be kept current and the Engineer shall be notified in writing 48 hours in advance of any variation thereof. The Contractor shall also supply the Engineer with a telephone number or numbers where a duly authorized representative of the Contractor may be reached at any time. Prior to construction, a conference with the Contractor and Engineer concerning the schedule, traffic control and job safety shall be held. 6.500 CONSTRUCTION RIGHT-OF-WAY The City of Lodi has acquired the rights-of-way and easements in which the improvements and appurtenances shall be located. The Contractor shall make his/her own arrangements, and pay all expenses for additional areas required by Contractor outside •f the limits of right-of-way, unless otherwise provided in the Special Provisicr.s. 6.600 CONSTRUCTION DETAILS 6.601 Existing Facilities Protection of existing facilities 701 conform to all the app icable provisions in Secticn 15 of the Standard Specifications and these Special Provisions. 6.2 PSWTOI/msw6 All known obstructions to the work are indicated on the attached plans. However, the City cannot guarantee the accuracy of this information. The Contractor will be held responsible for the maintenance and protection of or damage to existing facilities, structures, obstructions, and all underground facilities shown on the plans or brought to the Contractor's attention during the contract. The Contractor shall notify owner agencies for locations of utilities or facilities prior to excavation. Any damage which is caused by the operations of the Contractor to any facility, utility or structure shall be immediately repaired by Contractor to the satisfaction of the owning agency and the Engineer, and no extra work or additional payment will be allowed or made for any repair of utilities, facilities or structures damaged by the Contractor. 6.602 Dust Control and Waterin Dust control and watering shall conform to the provisions to ection 10 and 17 of the Standard Specifications and these Special Provisions. At the request of the Contractor, water for dust control and project construction will be furnished by the City of Lodi without cost to the Contractor. Water is available from fire hydrants within the project boundaries at the locations shown on the plans. Proper fire hydrant wrenches shall be supplied and used by the Contractor. w Necessary precautions to prevent dust :�,isance shall be taken during all phases of construction, on non -working days, and to final acceptance of the work. Full compensation for furnishing watering equipment and applying water shall be considered as included in the price paid for the various contract items of work, and no additional compensation will be allowed therefor. 6.603 Clearing and Grubbing Clearing and grubbing shall conform to the provisions inection 16 of the Standard Specifications and these Special Provisions. Clearing and grubbing shall include all those areas to be improved within the construction limits shown on the plans. All vegetable growth, buried logs, trees, shrubs, concrete, abandoned miscellaneous facilities and any other objectionable material shall be removed or crushed in place, if applicable, to a depth of not less than 6 inches below any compacted material or as directed by the Engineer. Prior to final paving, all portions of existing pavement to be removed shall be cut on a neat, straight line. Pavement removed outside the removal line. shall be cut parallel to and at right 6.3 PSWT01/msw6 angles to the removal line. The face of the cut shall be smooth and shall not overhand the removal area. Drop hammers are not allowed. Jackhammers may be used if the cuts are overlapped and meet the above criteria. All material cleaned and grubbed shall become the property of the Contractor and shall be disposed of outside of the right-of-way in accordance with the provisions in Section 7-1.13 of the Standard Specifications. Section 16-1.07 of the Standard Specifications concerning adjustment of lump sum price shall be deleted. Full compensation for clearing and grubbing shall be considered as included in the price p.;id for various contract items, and no additional compensation will be allowed therefor. 6.604 Pavement Replacement Pavement replacement shall include removing existing pavement, subgrade preparation and asphalt concrete pTvement installation. Subgrade shall be compacted to the relative ocnsity and depth as shown on the plans. Asphalt concrete shall be Type B, medium gradation, and shall conform to the provisions of Section 39 of the Standard Specificitions and these Special Provisions, 3/8" maximum aggregate size. All bituminous binder shall be viscosity grade AR -4000 liquid asphalt, except AR -8000 liquid asphalt shall be used when the ambient temperature is over 90° to 95° F. Liquid asphalt shall conform to the applicable parts of Section 92 of the Standard Specifications. The amount of asphalt binder to be mixed with the aggregate shall be between 4 per cent and 7 per cent by weight of the dry aggregate. The Contractor shall submit a mix design for approval 15 days prior to paving. Asphalt concrete shall not be placed until the subgrade has been approved by the Engineer. Unstable subgrade shall not be paved. SS -1 asphaltic emulFion shall be applied to existing pavements, lower courses of new pavements (unless upper course is being applied in the same day and the lower course is clean), and vertical edges of new or existing pavements, prior to paving. The emulsion may be diluted up to 1:1 in accordance with the manufacturer's recommendations. Immediately before applying the emulsion, the surface shall be cleaned of all dirt and loose material. Asphaltic emulsion and application shall conform to tie applicable parts of Sections 94 and 39-4 of the Standard Specifications. Spreading and compacting shall conform to Sections 39-5, 39-6 and 39-7 of the Standard Specifications with the following exceptions: 6.4 PSNT01/msw6 f a 1. Asphalt concrete shall not be spread with blading equipment; 2. Vibratory rollers may be used with the approval of the Engineer; 3. Th,. roller requirements of Section 39-5.02 may be reduced to one 2 -axle steel tired tandem roller and one pneumatic tired roller provided the production rate allows the finish rolli-ng to be accomplished satisfactorily; 4. Where the required thickness of asphalt concrete is 0.2 foot or less, it may be placed in one layer; 5. Compacting equipment reductions in Section 39-603 apply except (3) in which the total amount of asphalt concrete included in the contract is reduced to 500 tons; 6. Seal coat per Section 39-7.02 is not required. The complete surface shall be thoroughly compacted, smooth, true to grade and cross section, and free from ruts, humps, depressions or irregularities. Depressions over 0.02 feet in 10 feet and other surface irregularities shall be corrected to the satisfaction of the Engineer. Water valve frames shall be adjusted to within 1/8" of finished grade, as shown on the plans. Payment for adjusting water valve frames to grade shall be included in the contract price paid per the appropriate contract item. Full compensation for pavement replacement shall be included in the price of various contract items, and no additional compensation will be allowed therefor. 6.605 Water Main Water main, 6", 10" and 12", shall be asbestos cement pipe con orming to the requirements of AWWA Standard C-400 latest revision, Class 150 Type II. `+ubber rings shall conform to the requirements oT-AS7R-M 869, latest revision. Thrust blocks shall conform to Standard Pian 405. (a) Miscella-erus Fittings Asbestos cement pipe fittings shall con o �-AWWA tan and C110, latest revision, and shall be or cast iron, match the make of pipe used, and be as specified ::y the manufacturer for use with Class 150 pipe. Joints in fittings and adapters shall be of the type with a seal ring groove for positively holding the rubber joint in place against the water pressure and shall be similar to the specified joint for asbestos cement pipe. All case iron fittings shad be coated outside and inside with -a bituminous coating as per Section 10-3 of AWWA Standard C110, latest revision. Flanged fittings shall also be allowed. 4" through 12" valves shall be Mueller Resilieot Wedge valves or butterfly valves. Butterfly valves shall be "Dresser 4N" or approved equal and shall conform to the requirements of AWWA Standard C504, 6.5 PSWT01/msw6 latest revision. All valves shall open left (clockwise to close) and be equipped with a 2 -inch AWWA operating nut. All valves shall be coated for buried service per AWWA Standards. All valves shall be Class 150 minimum. The valve boxes shall be of cast iron and shall conform to City of Lodi Standard Plans. Covers shall be marked "WATER" and shall have a free fit in the box. Not all pipe fittings required to do the work are shown on the plans. The Contractor shall furnish and install all fittings as necessary to accomplish grade and adjustment changes in conformance with the pipe manufacturer's recommendations. (b) Trench Details All pipe shall be installed as per Std. Plan 501. ATI trenches shall be compacted and brought to grade by the end of each working day. A maximum of 50 feet of trench may be left open at the end of the working day. Steel plate or timber trench covers will not be permitted without prior approval. Temporary patch "cold mix" (nvdiuri cure cutback asphalt) shall be used to surface trench until finish paving is completed. (c) Pa4ent The contract price paid per lineal foot for pipe and per each for valves shall include full compensation for furnishing all labor, materials including pipe, valves, tees, miscellaneous fittings, castings, thrust blocks, tools, equipment, excavating and backfilling, testing, disinfecting and flushing, fence relocation and additions, and for doing all work involved in installing the pipe and valves shown on Ue plans and as specified under these Special Provisions, and no additional compensation will be allowed therefor. 6.606 Water System Installation (a) General Requirements: Water mains shall be installed with u� a regar or protection from sanitary hazards, including current spacing and crossing requirements of the California Administration Code, Title 22. Minimum pipe cover shall be 3' within right-of-way line. The Contractor shall also take the necessary precautions to protect workers from asbestos fiber hazards. Reference is made to AWWA Manual M-16, "Work Practices for Asbestos -Cement Pipe." Use of any "non -recommended work practices" such as cutting any AC pipe with abrasive disc -dry tools is strictly forbidden. Reference is made to the AWWA Standards C603, "Installation of Asbestos Cement Water Pip-" and C601, "Disinfecting Water Mains", and applicable California Department of Health Waterworks Standards. The pipe must be kept exceptionally clean during installation, since the bypass (Std. Plan 409) will not provide 6.6 PSWT01/msw6 adequate flushing velocities and the use of calcium hypochlorite tablets provides disinfection before flushing. The bypass does not provide adequate fire protection and the City takes no responsibility for water quality downstream of the bypass. Hydrants installed but not in service shall be wrapped with burlap and wired and remain so until such time as the hydrants are in service. Holes may be cut in the burlap in order that the hydrant may be used for construction water. (b) Disinfection: If calcium hypochlorite tablets are used, the number s aTT be in accordance with the following table and disinfection shall be prior to pressure testings. Diameter of Pipe (in.) Length of section (ft) 6 8 10 12 13 or less 2 3 4 6 18 2 4 6 8 The table is based on 6 to 8 tablets per ounce (3 3/4 g. available chlorine per tablet), which is equal to 50 parts per million. If the continuous feed method is used, it may be delayed until completion of the pressure test. The continuous feed method shall provide a dose of 50 parts per million. (c) Connections to Existing Water Moins: Under no circumstances shall anyone other than a representative of the City of Lodi Public Works Department open or close any valve in the existing City water system. Requests for valve operation shall be made to the Engineer at least 48 hours in advance. In cases where customer service will be interrupted, the request shall be made at least 48 hours in advance and the Contractor shall make satisfactory preparation for the planned work to minimize the interruption. The procedure shall be reviewed and: approved by the City prior to the start of construction. (d) Connection Details: Connections shall be made per Standard Plan 409. The number and location of Contractor owned and furnished bypasses shall be determined by the Contractor. Upon request, the City will open its valve to the new pipe after the mains and services have been installed and backfilled and thrust blocks have cured for 48 hours. 6.1 PSWTOI/msw6 (e) Water Main Acceptance Tests: Official test for acceptance shal I norma y be conducted after compaction has been completed. Pressure Test: All piping shall be tested to a pressure of impounds per square inch. All material, equipment and labor for testing shall be approved by the City prior to testing and shall be furnished without cost to the City of Lodi. The system will be tested as directed by the Engineer as a unit or in sections not to exceed 1,000 lineal feet. Each unit tested shall successfully meet the requirements herein specified. The water services shall be considered as part of the main for test purposes and no allowance for additional leakage shall be made. Unless otherwise directed by the Engineer, testing shall be accomplished by opening hydrants and service line cocks at the high points of the system and blowoffs at all deadends. The valve controlling the admission of water into the section of pipe to be tested should be opened slowly and fully before closing the hydrants or blowoffs. After the system has been filled with water and all air expelled, all the valves controlling the section to be tested shall be closed, and the line remain in this condition for a period of not less than 24 hours. The pipe shall then be refilled, if necessary, and subjected to a maintained pressure of not less than 150 pounds per square inch for a period of two hours. Allowable leakage shall not exceed the following: Pipe diameter in inches GPH per 100 couplings 6 8 10 12 1.84 2.45 3.07 3.68 All leaks that are found shall be immediately corrected and the system again subjected to the same test. All repairs of any damage to the pipes and their appurtenances, or to any other structures, resulting from or caused by these tests, shall be performed by the Contractor as the Engineer may direct, all without cost to the City of Lodi. Bacterioloqical Test: After the successful completion of the pressure tests, bacteriologic samples shall then be taken at locations specified by the Water/Sewer Supervisor. Thi City will take these tests. Results of tests will take at least 3 days. Repeat tests, if needed, will be at the Contractor's expense. The Contractor may have the samples PSWTOI/msw6 C collected and tested by a State certified laboratory, with results delivered to the Water/Sewer Superintendant. (f) Final Connections to Existing Mains: After notification of passing bacteriological ests, the connections to the existing mains shall be completed by the Contractor per Standard Plan 409. Requests for City valve operation shall be made per these specifications. As each connection is made, the main shall be flushed such that the flow is away from the existing water system. Each connection shall be flushed in this manner until the entire new water system is flushed, all under the direction of the Engineer. Burlap wrapping shall be removed from all hydrants. At this point, the City will take over operation of water system. The Contractor will be responsible for the cost of repairing any damage to the system until acceptance by the City Council. (g) Payment: Full compensation for furnishing all labor, materials, tools, equipment, excavating, backfilling, testing, disinfecting and flushing and for doing all work involved in installing the water system shown on the plans and as specified in these Special Provisions shall be included in the appropriate contract item and no additional compensation will be allowed therefor. 6.607 Pie .Manhole Excavation and Backfill Excavation and ackfill for installing or removing pipe and tieing into manholes shall conform to the provisions in Section 19.3 of the Standard Specifications and these Construction Specifications. Pavement removal shall conform to Section 6.603, Clearing and Grubbing, of these Special Provisions. All excavation shall be ma a tothelines and grades shown on the plans. Where mud, peat or any unstable or objectionable material is encountered at or within 6 inches of the bottom of any excavation, such material shall be removed to a depth of at least 12 inches below the established grade and the trench brought to grade by placing a suitable material thoroughly compacted in place, all as approved by the Engineer. Trench width, bedding and backfill for pipe shall conform to "Pipe Bedding and Backfill Requirements," Standard Plan 501. The bedding shall be Class C unless otherwise specified on the plans. Trench backfill shall attain a relative compaction of 90 per cent. Backfill around manholes may be made with native material and shall attain a relative compaction of 92 per cent. Ponding or jetting of backfill to the top of pipe is allowed, unless otherwise shown on the plans. Backfill shall be brought to subgrade and the existing surface shall be replaced with the structural section shown on the plans. 6.9 PSWT01/msw6 Trench backfill shall be accomplished as soon as possible after the pipe has been installed, and all tenches shall be compacted and brought to grade by the end of the working day, with a maximum of 50 feet of trench left open at the end of the working day. Full compensation for pipe and manhole excavation, backfill, catch basin and storm drain riser, as specified un=^r these Special Provisions shall be included in the contract price paid for various items and no additional compensation will be allowed therefor. 6.608 Excavation Safety Excavation safety shall conform to the provisions n ections 5-1.02A and 7-1.O1F of the Standard Specifications and these Construction Specifications. In making excavations for the project, the Contractor shall be fully responsible for providing and installing adequate sheeting, shoring and bracing as may be. necessary as a precaution against slides or cave-ins and to fully protect all existing improvements of any kind from damage. The Contractor shall obtain a permit from the Division of Industrial Safety and shall submit a copy of approved permit to the Engineer prior to the start of excavation. The cost of the permit shall be included in the total bid cost. If the shoring and bracing plan varies from the shoring system standards established by the Construction Safety Orders, the plans shall be prepared by a registered civil or structural engineer. The criteria given by the California Department of Industrial Relations are MINIMA for the conditions shown thereon. In addition to shoring the excavation as specified, it shall be the Contractor's responsibility to provide any and all additional shoring required to support the sides of the excavation against the effects of loads which may exceed those derived by using the criteria set forth by said governing agency. The Contractor shall be solely responsible for any damages that may result from Contractor's failure to provide adequate shoring to support the excavations under any or all of the conditions of loading which may exist or which may arise during the construction project. The contract price paid per lump sum for excavation safety shall include full compensation for furnishing all labor, materials, permit and equipment, and for doing work involved as specified under these Special Provisions and no additional compensation will be allowed therefor. 6.609 Storm Drain Pipe Storm drain pipe shall be either concrete pipe or asestos cement pipe. Concrete pipe shall conform to the provisions in Section 65 of the Standard Specifications and these Special Provisions. The Contractor's attention is specifically directed to the following 6.10 PSWTOI/msw6 sections of Section 65 of the Standard Specifications: I. Section 65-1.03 2. Section 65-1.06 3. Section 65-1.06A 4. Section 65-1.07 V" Joints Cement Mortar Laying Culvert Pipe Concrete pipe installed under this contract shall conform to ASTM Specificatitin C14, latest revision, Class 2, or ASTM Specification C-76, latest revision Class III, and shall have tongue and groove joints or rubber gasketed joints conforming to ASTM Specifi-cation 443, latest revision. For mortared joints, a band of portland cement mortar shall be placed around the exterior of the pipe joint. The joint sha,l:l be properly wrapped with special canvas or cloth diapers to hold the mortar as it is placed, and immediately covered with moist backfill material. Asbestos cement pipe shall conform to the provisions in Section 64 of the Standard Specifications and these Special Provisions. The Contractor's attention is specifically directed to the following sections of the Standard Specifications: 1. Section 64-1.04 Earthwork 2. Section 64-1.06 Laying Culvert Pipe Asbestos cement pipe shall conform to ASTM Specifications, 0663, Type II, latest revision, Class 111. The asbestos cement pipe shall have either rubber gasket or plastic joints and shall conform to Section 64-1.03 of the Standard Specifications. Tying pipe into manholes shall be made by carefully breaking an opening in the wall of the manhole and inserting the pipe so the end is flush with the inside wall. After insertion, the annular space shall be tightly packed with a "dry" cement mortar. Surfaces to be in contact with the mortar shall be t►.oroughly moistened and then scrubbed with portland cement paste. The mortar shall be troweled smooth and flush with the interior surface of the manhole. The Contractor's attention is called to the fact that the existing storm drain lines will be carrying miscellaneous drainage. The necessary steps shall be taken to prevent flooding of the trench and/or excavations where ties into the system are made. Payment for tying into the existing system, as shown on the plans, shall be included in the contract price per lineal foot of storm drain pipe. The contract price paid per lineal foot for storm drain pipe shall include full compensation for furnishing all labor, materials, tools and equipment, excavation, backfill, tie-ins, trench pavement replacement, and for doing all work involved in installing the pipe 6.11 PSWT01/msw6 shown on the plans and as specified under these Special Provisions, and no additional compensation will be allowed therefor. 6.610 Miscellaneoi:s Concrete Curb, gutter, sidewalk, wheelchair ramps and catc basinTs shalTbe constructed as shown on the plans and shall conform to the provisions in Section 73 of the Standard Specifications and these Special Provisions. (a) Compaction: Concrete subgrade shall be compacted to the depth and density shown on the plans. Areas disturbed by the Contractor or previously not under concrete shall be compacted to 90% minimum relative compaction, eight inches deep. The area between the right-of-way line and the back of sidewalk shall be graded to 1 -inch per foot and sufficient compaction effort and moisture shall be applied to this area to prevent settlement. (b) The curb, gutter, sidewalk and driveways shall be of monolithic ccnstruction. Construction joints shall be edged and shall conforni to the proposed scoring pattern. Expansion joint n;aterial shall be installed to the full depth of the concrete at locations shown on the plans and as designated by the Engineer. After the back form hds been removed, the void shall be backfilled to grade with clean native top soil. (c) Concrete: Portland cement concrete shall be Class "B" conforming to Sections 90 of the Standard Specifications. All concrete used shall be mixed completely in a truck mixer, commonly known in the industry as "transit -mixed concrete." (d) Forms Forming requirements shall conform to the provisions in S ction 73 of the Standard Specifications. If clean, neat lines can be cut, the Contractor may pour against undisturbed earth upon prior approval by the Engineer. If any sloughing or caving of material occurs, both front and back forms may be required. Forms shall be true to lines and grades as shown on the plans. Forms previously used shall be thoroughly cleaned before re -use. Before concrete is placed within any form, all inside surfaces of the forms shall be thoroughly coated with an approved oil. All forms shall be free of any foreign material previous to placing concrete. 6.12 PSWT01/msw6 (e) Concrete Placement: Concrete shall not be placed without approva o the Engineer. Placing concrete without notifying the Engineer may be reason for rejection of the work. Prior to placing concrete, the subgrade and inside face of the forms shall be thoroughly wetted as the Engineer may direct. Concrete shall not be deposited when it appears likely that the air temperature may fall below 40° F. during the placing of concrete or within the following 24 hours, unless special approval has been received from the Engineer prior to placing of concrete. Concrete which, in the opinion of the Engineer, has been damaged by freezing, shall be removed and replaced. The Contractor shall install bench mark monuments as shown on the plans. The City of Lodi will furnish the bench mark monuments without cost to the Contractor. (f) Finishin : After steel troweling, the concrete surfaces shall—be given a fine hair broom finish. Brooming on sidewalk shall be transverse to the length of curb. All exposed concrete surfaces shall be finished unless otherwise directed by the Engineer. Score marks and weakened plane joints shall be located as shown on the plans and directed by the Engineer. (g) Cure: Concrete cure shall be accomplished by either the water, pigmented curing compound or waterproof membrane method and shall conform to the provisions in Section 90-7 of the Standard Specifications. White pigmented curing compound shall not be used on exposed surfaces. (h) Tolerancps: Dimensional tolerances for concrete work are ;ted YeTow. Work done outside of these tolerances will be .ejected by the Engineer. Curb, gutter, sidewalk thickness: up to I" below specified thickness. Flow line: Puddles shall not exceed I" in depth, 6 inches in width or 10 feet in length. Grinding in excess of }" and the use of epoxy fillers are not acceptable. Sidewalk crossfall: Total crossfall on 5 -foot sidewalks shall be within i" of design. Catch basins: The opening shall be a full 8 inches across the face of the catch basin with the top properly aligned within 3 inches of the base. 6.13 PSWTOI/msw6 (i) _Payment: Curb and gutter, sidewalk, and commercial rd ays shall be paid for under the various contract items and shall include full compensation for furnishing all labor, materials, including the cast-iron frames and grates, tools and equipment, and for doing all work involved in their construction as shown on the plans and as specified under these Special Provisions, and no additional compensation will be allowed therefor. 6.611 Traffic Control: Traffic control shall conform to the applicable provisions in Section 7 of the Standard Specifications and particular attention is directed to Section 7-1.08 and 7-1.09, and to Section 5.407, "Public Convenience and Safety," of these Srecifications. The Contractor shall conduct his/her operation so as to offer the least possible obstruction and inconvenience to the public traffic, residents and property owners. Residents and property owners shall be provided with adequate access during all phases of the work. Two-way traffic shall be maintained on Stockton Street, emergency access during workhours on other streets. At least one-way traffic shall be maintained on other streets at the end of each work day. The Contractor shall be responsib.le for supplying, installing and maintaining such fences, barriers, lights, signs and flagmen as are necessary to give adequate warning to the public at all times that r the road or street is under construction and of any dangerous conditions to be encountered as a result thereof. All barricades to be used at night shall be reflectorized with "reflective sheeting." A minimum of 50 square inches of reflective sheeting shall be used on each side of the barricade. Reflective -type paint will not be acceptable. All flag personnel shall wear brilliant fluorescent red or orange jackets while flagging traffic. All construction signing shall conform to the "State of California Uniform Sign Chart" for shape and color. All traffic control equipments shall be removed when it is no longer required. If it becomes necessary for the City of Lodi to install additional barricades within the construction area in order to provide adequate safety to the public, there will be a charge to the Contractor of $5 per barricade per day. When required by the Engineer, the Contractor shall submit to the City Engineer, along with the work progress schedule, a sketch showing the proposed signing and barricading to be used during the construction of this project. Upon request, the City will furnish a set of plans to the Contractor for this purpose. 6.14 PSWT01/msw6 The Contractor will be required to kee-- oil residents notified of the work schedule as it of -acts their access. All existing warning, regulatory and information signs shall be maintained in a visible location during all phases of the construction by the Contractor. Full compensation for traffic control shall be considered as included in the price paid for storm drain pipe and no additional compensation will be allowed therefor. 6.612 Finishing, : Finishing roadway shall conform to the prov —i o in e– ction of the Standard Specifications and these Special Provisions. Upon completion of the work, and prior to requesting final inspection, the work area shall be thoroughly cleaned of all rubbish, construction forst,,, stakes, excess material and equipment, and all portions of the work shall be left in a neat and orderly condition. The final inspection will not be made until this has been accomplished. Full compensation for finishing roadway shall be considered as included in the price paid for various contract items, and no additional compensation will be allowed therefor. r .7 ST —zt.. mt SA. 04W kocp Wis• to;& si sl Ito" lot% I LIAR& Pt out lowom It ii Mrs cm" r-71 JiROJECT LOCATION tw—" L1. Blow .00 ft -v VICINITY MAP Scale: 1% 1200' I WA r F 021* a IEW m CITY OF LODI %V PUBLIC WORKS DEPARTMENT SQUARE -TYPE CURBS GUTTER, SIDEWALK AND RESIDENTIAL DRIVEWAY C:cnns E� �2�— SQ.G.�'�J of 5-fd SpaGs., 1'iz"rncrx cggr—¢gar-2 �• V L GHT BROC�A FINISH , IMPERVIOUS MEMBRkNE CURE SEE aLTERaaTE SIDEWALK GRACE ;a PE2.PT. TRANSVERSELY Sr O-• ti TD DEW4' STANDAR 51 ALK. 2 ` " - 'r ';• \ \ \� \ \\�`� 8" 9C% R.C. CONCRETE SU6ORAOE cowkPACTION ,p PC'IQ A$ V0'I:LITN,IC 5ECT1CU T ' ; CURB, GUTTER e SIDEWALK SECTION —TELT E pt, ..1�A'f C.RA 1= .E? CT. 5TANCAt SLOPE A RE5I0EN71AL DQ'VE'%':AY t 690% R.C. CONCRETE SUBGRADE COMPACTION PE51DENTIAL DRIVEWAY SECTION IF JOINT I S GREAT - 1 ER THAN j:" W 1 OE JOIN' CILLEV, T IT 511ALL BE FILLED l 'N". N' AND ENO C.G _ WITH PETROLAST►C PCb* MAX SPAC,N G MATERIAL_ jl SCOrkE UNE5- / 6ENCH MARK MONJMENT5 1 ( '`ALL 13E FURN151-IE_0 eY T:a[ DETAIL CITY OF l.OD1 BUT SHALL WEnK _NED PLA`,E-,j0INT 13E 1N5TALLED 6`r TMC CONTRACTOR IF SH :"Jtl ON THE PLAN. 3' PL4N ON"Q'.1"t t'.'FAKcNED PLANE JOINTS AT 12' N T E R'.'.A LS. Down MED D No Pev.sed 9y Approved By _ STD 1 II/ 79 t �' CnKked J 8 G ti ./. �� .,` � fa—� 17 w2 .- ptn JULY 197 v br Arwits D,rtctor PLAN - _ R . 11!,0! 7/71 •. .'. tu« e....... ew CITY OF LODI PUBLIC WORKS DEPARTMENT COMMERCIAL -TYPE GUTTER AND DRIVEWAY C� ----- - A G_,t; ¢ (;y p:GQ/) 6- s�dew��k (7-yp, n �i SSC �.c�r C t✓or hiGcr: Gurb GUt fir- �Sfd. P/pn /35� oi' �:✓C�r¢ 7y,P¢ C;,,irb � Gutt�r�S�d P/ori //Z� iTYf AGO'% Scc��or� C f?�t�cc/ Guru t GLjF'/con /36) r 9L-,) • Tv. •'c o/ �r Gof�`c1 L�u�^t B���crs� Fir»sh S¢cf�o.� �r-rvt2wo 7- s //-13C7"' ViOU� I�Z�T7brc�r�d G:lrrs i 1. Fcr�r-f- may bQ. 7 %K o.r�or,� s�z O�CFrO�Gr-ic7tQ etc./Ori 2. 04 bbDuh-ftt�t2.� _ foll- nr,C-�h it only 1�6 G � Q r5 rn�foll�.d. SECTII;N AA 1FJOItJT 15 � GREATER THAN /4 WIDE IT SHALL. 6E 1� - •• a �,• FILLED WIT" PETRO e M LA5TIC MXTER1AL TAIL WE.hKE.NEt5 LADLE JO%N-r A -� 2E. L_1NES PER s�(�Ev��G: K sz'=-). PLAN \ LIKIIT Or ;":'r<F MEsv "Io -'i0-6". ro- 1\ � i I ( / pro-,,,, MED Chec►ed J 8 G h JULY 1975 r�DRIVEWAY WIDTH —�-+ --� 3' TRA►IS IT 1 O N CONSTRiC' %%Eat*ENEG PLAN PLAN =INT5 AT ENO OF TRAN5rrioN* 4ND CENTER OF C.RIVEWAY Rw sed Ey pproved 0y PV K 'wks Di,ecsor STD PLAN ""r CITY OF LODE' PUBLIC WORKS DEPARTMENT % t -i , 'I I I , � -Z SIDEWALK REPAIR PLAN Varisis V0ri,7 Width 0" 4* Concrete sidewoll-t SIDEWALK DETAIL i. m-,+r.h w-ilh cind c-:av Ini pattern with C, 4. t-iqht b'.'O: 5. Ir i ? cure vrpgr r, MED Checked i a G Checked Dore JULY 1975 If icint is greater than 'V. \AA*de if sholl be n - r fi,'Ied with patro)oStic (rater' al DETAIL PLANt-- J01 NT 8 Approved BV Isec )�;,k% D.rector -q-1- 7$ A I , "? STD 117 PLAN CITY OF LODI PUBLIC WORKS DEPARTMENT ROLLED CURB, GUTTER a SIDEWALK 4'-6" I' 2' 2" 6" Foce of Curb Score line Top I.. of Curb 4 1 •• zt. ( 2 jX/i 1' 90•i. R.C. concrete \ \ : �,a-'. • r:►a... 6" 8 _� subgrode compaction 6"R d Ik S I t See alternate Sl ewa ec Ion 4'-6" I' 2Tr_. l IScore tine 6" 4 1 L_. a/tt �1 2 90.4�� - :•�• a� �4a• 6" 7Rcoom7ncretesubgrpactio\�\� I\ Curb Return Section I lolnt Is greater t n wide it shall be filled An �petrolastic material. 6" it T .h:te Note s Detail 1. Construct weakened plane joints at 11' interval to match score lines. Weakened Plane Joint 2. Use impervious membrane cure. Broom finish. 3. Clots 8 concrete per Section 90 of Std. Spec., I<I/2 max. aggregate. - 4. Construct expansion joints at 200' max. 5. AU exposed edges shall be rounded to 2" radius. Bench Mark monuments will be furnished by the City of Lodi but shall be installed by the controctor if shown on the plan. 2 Exponsion joint filler at beginning and and of return. I' 11•• 5-r• Begin curb height transition; and a1 return or SICB 2� s ; 4" Score Lints Alternate weakened plane joint—Ste NoteMl 7wM JNo Re -ted e, ADn•o.•d D,TK.T.11/79 1' ,ly-11-'I'1 ST'D W"'.PLAN 136 J.B.G.P �Wo.�f DirKtaAUG 197 1& 17509 CITY OF LODI PUBLIC WORKS DEPARTMENT J ' � f--•2d� Concentric cone t Frome 9 Cover per Std Plon 309 Grode Ring(s) "min. t 3 r � t ('I'—ll3 min 1 1 e•e�-1 It tt r'_ A 480 MANHOLE Borrel 48"-1 I 3 P 1 • tet. Grout-,/- ' '` • �' •..' Vor`oble - . � (42' 4 44— •i- --h4__ - Construct smooth flow channel t 12"min. stub .-Btll end i t ,--Plugtlyp•) t 1 1 See Note 5 -See Note 3 t -Bose-see Note 2 A It NOTES 1. Barrel-, cone and grade ring sections shall conform to ASTM C4789 latest revision. Manufacturer to be approved by the Engineer. 2. Base shall consist of cast -in-place Class B concrete per Sec. 90 Cal Trans Std Specification. Prefabricated bases shall conform to Note i and be placed on 411 of fresh concrete bedding. 3. Rubber ring waterstop or manhole adapter required for PVC pipe installations. 4. Plugs shall be compression type as approved by the Engineer. 3. See Std Plan 123 for frame adjustment to grade details. 6. Backfill around MN shall be compacted to 95% R.C. min. K. T. K• o.r•_ Approved Approved � s-1,•� STD IK of" Director Da. 301 s-� tE � PLAN CITY OF LODI . • PUBLIC WORKS DEPARTMENT SIDE INLET CATCH BASIN .- -=-- -- I -- - —.--t-Type C 6 G. Its respect to )wn below. t 6" 1 I 4!- 6~--- 4*- IC DRIVEWAY TYPE CURB a GUTTER C I. Nonskid cover, frome, cnd grole. City of Lodi Std. Pion No.307 or equal r--8" Local depression 9%,,t. 30, min12" I 0.100.10% Int +.. •� t2r eo: — 164. 6" Concrete to be placed - against neat excavation W0 'dJwG JULY 1976 12"dla. NOTES (, The concrete shall conform to the following criteria. A. 2300 PS -1. of 28 dors. 8. I.V maximum aggregate C. dr slump of placing site. Q Light broom finish. E. impervious membrane cure. 2. When catch basin is to be construcfad with stub�f the stub shall extend beyond the toe the curb a gutter. STD 503 Works Director PLAN CITY OF LODI . • PUBLIC WORKS DEPARTMENT F A SIDE INLET CATCH .Tr . 0 It 1I � �0 11 II Cl p' 3/4" P.Ck Hole -7 l l Q C4 4 BASIN ASSEMBLY 3/4• Pick Hole Non -Skid Diamond Pattern on Cover E-- 0 11 M, ?d B �J L 21 - 3/4" LA 21- 3/4 " 19 - 3/1S • 2-1/4. 3/t5" 3/4. t/2" 3/4" L-2" 1-1/2"12"Angle-� SECTION A -A NOTES: 1. From* — Approx. Wt. 33 Lbs. 2. Cover — Approx. Wt. 26 lbs. 3. Grille — Approx.WF. 15 Los. 4. Material — Cost Iron %I.O. IL. R. MAY 1972 Approved By :'.bloc WoAs D.re or 9YCr� RCE 10770 VIEW B -B STC PLAN 307 CITY OF LODI • PUBLIC WORKS DEPARTMENT 3'- 3" See note�'5� r ing nut NOTES I. All water valves shall be class 150 8 with 2 inch square operating nuts,open left (clockwise to close) and shat) conform to AWWA standard C-504 for rubber seated butterfly valves. 2. Where the frame and cover is to be adjusted to grade it shall be done in conformance with Std. Plan 123."Frame and Cover Adjustment". 3. All water valves shall be located 3'-3" from tee or cross fittings as shown.or flanged connections may be used. Flanged fittings shall be used where lines ore to be extended at a later dote or as shown on the improvement plans. Operating nuts on flanged valves must be arranged per Detail A. 4. Concrete blocks may be used for valve and riser support; thrust blocks per Std Pion 405. 5. 3'-3" may be increased if reducers or adopters ore installed between tee and Valve. 10" Concrete pipe riser Concrete for valve support to be placed abave springline WATER VALVE INSTALLATION lt� 3'- 3''--�J I I 3=3" Operating nut must be located t left of the valve. looking down the main from the connection. FLG or FLG z RTS valve (Typ.) ` / Flanged Installation -Detail A', Frame and Cover City of Lodi Std. Plan No. 4013 Finish Grade Notch pipe to conform to valve body r—AWWA C-504 Butterfly Volvo Pipe shalt rest on concrete support; .eave gap for drainage. 3'-3" See nose 5 N R vi' d s Approved by S T D K. T. ,,� - f3.C.P � PLAN 402 iubli Works Dirtd« Oct. 1979 RC11750v r�•' CITY OF LODI' . • PUBLIC WORKS DEPARTMENT , C 90 Bend ,i a Plugged Tee THRUST BLOCK REQUIREMENTS No thrusting on cross except when ends are plugged. Yl � Tee 3 45 or 22Y 3 Horizontal Bend MINIMUM THRUST BLOCK IN SOUARE Pipe Sizes j 900 4130 6•' 3 2 BEARING AREAS FEET 22 0 Tee s Q e14. 2 2 8" 4 3 2 3 t0• I 6 4 3 4 8 S 3 6_ _12' 14 i' 12 1 7 4 'j Cross `=11ing Collor End cop Dead End �4 Reinforcing Bar Vertical Bend NOTES: 1. Concrete sholl be 2000 PSI minimum o1 28 days 2. Thrust blocks shoal be placed against undisturbed earth. 3. All fillings sholl be supported in concrete. 4. For fire hydrant Thrusting see Std Pion 401. I D -own JK No evv-- d 8 A provc1 by 17 OF C"""'dJeG STD \r"JULY 1976 nbt• wo.►. o;.ruw 6-25-76 PLAN 405 r rlo CITY CSF LODI' PUBLIC WORKS DEPARTMENT J no 1/2",x 1" HOLE -•i I-- I/2" --1/z" SECTION B - B own jo scked 49.G. '" MAY 1972 n NATER VALVE COVER DIAMOND PATTERN I i t/B" R 5/16" R 9 - 3/4" - 11" SECTION A - A NOTES: 1. FRAME - WT SO LBS 2. COVER - WT 16 LBS 3. MATERIAL - CAST IRON J PL aN 408 99� RCt 10720 J PL aN 408 ;- CITY OF LODI PUBLIC WORKS DEPARTMENT 2" Go:vonized iron pipe riser w/ end cop (greased 8 hand tight )- H City Valve Per Pions No services in this length Temporary Blow -Off TEMPORARY WATER BLOW -OFF AND CONNECTION DETAILS Frame S cover per Std Pion 408 Thrust block per Std Plan 405 w/ I/4 plywood n between concrete and ftonge Fittings II Double Strop Malleable Iron Saddle 2 Adopter, RT/ FLG 3 Bltnd Flange 4 Bypass Assembly: 2" Double Check Valve Assembly w/ H.D Gote Valves (3 Removeabte steel plate per detail: Steel plate— ig" thick 4; k__ Remove upper Its only to Bypass shown above ! remove plate. Temporary valve riser—t7At main for clarity, moy Flange adjusted to grade torr T.. be installed alongside Contractor shut-off to maintain cover Volvo Existing water system Water system under const. ---- Detail:A Temporary Connection with bypass 2"riser for temporary blowoff sadd Existing water system( Water system under construction Detail B: Temporary Connection without bypass Notes I. The Contractor shall a1 operate any City valves. 24 hours notice is required for operation by City. 2. All connections to the existing system sholl be mode per Details A or 0. Upon acceptance of the new system, the Contractor shod remove the 2" riser, plug the soddles and remove the steel plate. 3. The bypass sholl be checked by the Engineer prior to backfilling. 4. Double check valve assemblies sholl be; (or approved equal) Rockwell Model 7W Hersey Model No.I Febco Model 805 Clayton Model D Seoco Model VC 5 M R odel D4C r D M N R v. a prwovr By pa RCP �,�^r'��/ s � D jPvb'c Works Wrtckw 9 - PLAN�'SEPT-79 17309 CITY OF LODI . • PUBLIC WORKS DEPARTMENT PIPE BEDDING AND BACKF;LL REQUIREMEN i S CITY OF LODI PUBLIC WORKS DEPARTMENT Aggregate base . . . . . . . . . . AB Ahead . . . . . . . . . Ah Approximately . . . . . . Approx. Arc length . . . .L . . Mlsc. Asbestos c►rent pipe ACV Asphalt concrete . AC Atmospheric va(.uus breaker AVB Back. . . Bk. Back of walk . . . . . . . BCV Begin curb return .. . , . . . . . 9;R Begin curve . . . . . . . . . . BC Begin vertical curve . . . . . . . BVC Bench mark monuTent . . . . . . . . BM Cast -in-place concrete pipe . . CIPCP Cast Iron pipe . . . . . . . . . . C1P Centerline . . . . . . . . . . . rt Centerline survey monueent . . . ACCO:.. Center to Center . . . . . . . . . C -C Central angle. . . Q Central Caltfutnta 1ractlon CCT Class Cl. Cormlrcia: driveway Cos+m. Dr. Concrete . . . . . . . . . . . . Conc. Con. rete pipe . . .CP . . . RC •nstruct . . . . . . • Const. ,nstruction joint . . . . Const. it. Corrugated metal pipe . . . . . . CV2 Cubic yards . . . . . .. CY Curb, gutter L sidewalk C, G d S Diameter . . . . . . . . . . . . Dia. Dlstan,e . . . . . . . . . . Dist. Driveway . . . . . . . . . . . . . Dr. Driveway type . . . . . . Dr.type Drop inlet catch basin . . . . . DICS Each. . . . . . . . . Ea. Edf)e of pavement . • . . . . . EP Elevation . . . . . . . . . . . Elev. End curb return . . . . . . . . . ECR End curve.. . . . . . . . . . . EC End vertical curve . . . . . . . EVC Existing , Exist. Existing elevation Ex. O.CO Expansion joint . . . . . . . Exp, it. Finish grade . . . . . . . . . . . FG Fire hydrant . . . . . . . . . . . FH Flowllne . . . . . . . . . . . FL Galvanized . . . . . . . . . . . gaIv. Gas va1.e . . . . . . . . . . . . . GY Grade Break . . . . . . . . . . . . GB Guy poles . . . . . . . . . . . . . GP High pressure gas , . . . . . . . HPG Horizontal . . . . . . . . . . . hor. Industrial waste . . . . . . . . . 1W Inside diameter . . . . . . . . . . 1D Invert . . . . . . . . . . . . . Inv. Joint use pole . . . . . . . . . . . JP Lineal feet . . . . . . . . . . . . LF Low pressure gas . . . . . . . . . LPG `hwke`'JBG STANDARD ABBREuiATIONS LuT;) sum . . . . . . . . . . . . . LS Manhole . . . . . . . . . . . .MH Maxi -cum . . . . . . . . . . . . Max-. Mintmuw . . . . . . . . . . . . Min. Miscellaneous . . . . . . . . . Mlsc. North. South,East.West . . . . N.S.E.W Northerly, etc. . . . . . . . . N•ly Original ground . . . . . . . . . CG Parking meter . . . . . . . .PM Pavement . . . . . . . . . . . Pavt. Point of ce'npoune curve . . . . . POC Point of intersection . . . . . . PI Point of reverse curve . . . . . PRC Point on curve . . . . . . . . . PCC Point on tangent . . . . . . . . POT Power poles .• . . . . . . . PP Po"er (underground) . . . . . . .P Property line . . . . . . . . . . P�L Public utility easement . . . . . PUE Pull box . . . . . . . . . . . . PB Radius . . . . . . . . . . . . . . R Regulatory . . . . . . reg. Reinforce.(ed). (Ing) . . . . . reinf. Rtinforced concrete pipe . . . . RCP Relative compaction . . . . . . . RC Remote control valve . . . .t -'V Residential driveway . . . . Res. Dr. Right of way . . . . . . . . . . . R/11 Sanitary suer . . . . . . . . . SS Sheet . . . .. . . . . . . . Sht. Side Inlet catch basin . . . . . SICS Southern Pacific Railroad . . . . SPRR Specification . . . . . . . . Spec. Sprinkler head . . . . . . . . . Sp. Square feet . . . . . . . . SF Square type . . . . . . . . .. sq- type Standard . . . . . . . . . . . . Std. Station . . . . . . . . . . . Sta. Storm Drain . . . . . . . SD Street light conduit . . . .+ SL Subdivision . . . . . . . . . Subd. Tangent . . . . . T Telephone (underground) T Telephone Cable Marker TCM Telephone pole . .. . . . TP Television (underground) . . . . . TV Top of curb . . . . . . TC Traffic signal conduit . . . . . . TS Tree well . . . . . . . . . . .• Tx Typical . . . . . . . . . . . . Typ. Vertical curve . . . . . . . . VC Vitrified clay pipe . . . . . . VCP Mater . . . . . . . . . .. .W Mater service box . . . . . . . WSB Mates valveWV *WP* Weakened plane joint'. it. Woodbridge Irrigation Hist. WID P�, v+m►► D-,ecto, 6-25-76 R X01 STD PLAN 502 ;;. CITY OF LORI . • PUBLIC WORKS uEPARTMENT EXISTING ie"so --- 2-HPO- O OR v X H 04 0 CONSTRUCT DRAFTING SYMBOLS Centerlinr.! .1t -of -way — Property Line ---re"so•------ - SD, SS, 17 or :N (noted) - Other Unde-ground Utilities Jnoted) - Dr. Type C, G & S 0.00% ,ON- Drown K.T, NO atvnccl By Approved By Chocked J.B G. DoN ubr Wog►• D-recror AUG 1976 k i75.c9 Pine, Fir or Cedar Trees (diameter as noted) Hedge or Bush Grape Vine (spacing as noted) Slope of Invert (% as noted) STD 5®3 -zs-Tb C SAN - Sq. Type C, G & S - :ilnhole OR - Riser - Side Inlot Catch Basin O -• Drop Inlet Catch Basin A`" - Fire Hydrant N - Water Valve Ir - Blow -off + h - Cross, Tee & Elbow PgFv22 - Reducer & Bend PI - Cap Y Blind Flange © - Centerline Survey Monument ■ - City of Lodi Bench Mark 0 law - Traffic Signal Head —m - Pedestrian Head Electrolier (mast arm type) X - Electrolier (concrete standard) - Utility Pole (type as noted) - Guy Anchor - Sign (type as noted) - Street (dame Sign •PM - Parking Meter - Fence ( type as noted) - Deciduous & other Leafed Trees (diameter as noted) - Palm Trees (diameter as noted) 0.00% ,ON- Drown K.T, NO atvnccl By Approved By Chocked J.B G. DoN ubr Wog►• D-recror AUG 1976 k i75.c9 Pine, Fir or Cedar Trees (diameter as noted) Hedge or Bush Grape Vine (spacing as noted) Slope of Invert (% as noted) STD 5®3 -zs-Tb C SAN