Loading...
HomeMy WebLinkAbout11-Development Services e e e CITY OF SAN BERNARDINO REQUEST FOR COUNCIL ACTION From: Valerie C. Ross, Director Resolution awarding a contract to L. A. Builders, Inc. for 1-215 Freeway Segment 3 Sewer Line Relocation (SW08-08) per Plan No. 11916. Subject: Dept: Development Services Date: June 20, 2007 File Nos. 3.7747 MCC Date: July 16,2007 Synopsis of Previous Council Action: None. Recommended Motion: Adopt Resolution. I/uJ;,;u f/J?ffl" Valerie C. Ross Contact Person: Mark Lancaster, Deputy Director/City Engineer Phone: 3305 Supporting data attached: Staff Report, Resolution & Map Ward: 3 FUNDING REQUIREMENTS: Amount: $1,150,000 Source: (Ace!. Nos.) 242-362-5504-7747 Acc!. Description: Segment 3 Sewer Relocation along the 1- 215 Freeway (SW08-08) Finance: Council Notes: 1/lfI/b7 Agenda Item No._J / _ e e e CITY OF SAN BERNARDINO REQUEST FOR COUNCIL ACTION STAFF REPORT Subject: Resolution awarding a contract to L. A. Builders, Inc. for 1-215 Freeway Segment 3 Sewer Line Relocation (SWOS-OS) per Plan No. I 1916. Background: Caltrans recently began construction of Segment I of the widening of the 1-215 Freeway through the City of San Bernardino. Segment I extends from Rialto Avenue to 9th Street. Segment 3, which will extend from Inland Center Drive to Rialto Avenue, is currently in the design phase and will begin construction in early 200S. Caltrans has determined that certain City owned sewer mains in Inland Center Drive, "I" Street, Walkinshaw Street, and several alleys will conflict with widening of the freeway and must be relocated. In order to accommodate the freeway widening project, the City prepared plans for relocation of the conflicting sewers and solicited construction bids. Under terms of Utility Agreement No. 19359 dated June 29, 2005, between the City and Caltrans, Caltrans will reimburse the City's cost for the relocation. This project, in general, consists of the following: 1. 2. 3. Demolition of existing sewer manholes. Installation of new sewer mains and reconnection of sewer laterals. Repair or replacement of roadway improvements. The plans and specifications for this project were completed and the project was opened to public bidding on May I, 2007. The project was advertised locally in the San Bernardino County Sun Newspaper, F. W. Dodge, Construction Bid Board, High Desert Plan Room, San Diego Daily Transcript, Sub-Hub Online Plan Room, Reed Construction Data, Bid America Online, Construction Bid Source, Bid Ocean, the City's web sites, and with the San Bernardino Area Chamber of Commerce. Bids have been received and are listed below: Name of Bidder City Amount of Basic Bid L. A. Builders, Inc. Van Nuvs $ 867,888.00 DLSB, Inc. Fontana $ 929,902.00 WEKA Inc. Redlands $ 958, [44.00 Ross A. Guv & Son, Inc. Fallbrook $ 1,042,632.00 Trautwein Construction Riverside $ [,17[,959.00 Genesis Construction Hemet $ 1,248,777.00 Engineer's Estimate $ 977,680.00 Based on review of the sealed competitive bids received, staff has determined L. A. Builders, Inc. of Van Nuys, the apparent low bidder, has met the minimum requirements of the specifications and bid 2 06/26/20079: 19 AM e e e CITY OF SAN BERNARDINO REQUEST FOR COUNCIL ACTION STAFF REPORT - Continued guidelines; and, therefore, recommends that the Mayor and Common Council award the referenced contract to L. A. Builders, Inc. The estimated project costs are as follows: $ 867,888.00 $ 130,184.00 $ 151,928.00 $ 1,150,000.00 If approved, this project is expected to begin construction in August of 2007 and be completed by December of 2007. Financial Impact: This project is proposed to receive funding in FY 2007/08 Budget in Account No. 242-362-5504-7747 "SW08-08 Segment 3 Sewer Relocation along 1-215Freeway". Caltrans will reimburse the entire cost of this work, including staff cost, under terms of Utility Agreement No. 19359 dated June 29, 2005, e copy attached) between the City and Caltrans. Recommendation: Adopt Resolution. Attachments: "I" Vicinity Maps "2" Agreement No. 19359 ] 06120/2007 ll:I 8 AM City of San Bernardino, California Department of Public Works, Division of Engineering SEWER RELOCATION FOR 1-215 FWYWIDENING FROM INLAND CENTER DR TO MILL ST Sf TfSTCT1l W BOt:OICT Sf I;; W HILLCREST ST ~~ ~ VICINITY MAP N.TS. STATE OF CALIFORNIA. DEPARTMENT OF TRANSPORTATION UTILITY AGREEMENT R ~/ I ).) (REV 4/2000) ATI ACHMENT "2" Page I of4 e Dist 8 Co SBd Rte 215 M.P. 4.116.7 EA 007179 Federal Aid No.: ACNHI-NHI-2151(178) Owner's File: FEDERAL PARTICIPATION: On the Project Yes X No On the Utilities Yes X No UTILITY AGREEMENT NO. 19359 DATE r!i/l';/(:./~ The State of California. acting by and through the Department of Transportation, hereinafter called "STATE," proposes widening and realignment of State Route 215 in the City of San Bernardino from 0.4 KM south of Orange Show Rd. to 0.2 KM south of Rialto A ve., and the City of San Bernardino Development Services Department. hereinafter, called "OWNER,", owns and maintains sewer lines within the limits of STATE'S project which requires relocation of the City of San Bernardino Development Services Department's sewer lines as indicated by their relocation plan to accommodate STATE'S project. It is hereby mutually agreed that: I. WORK TO BE DONE e In accordance with Notice to Owner No. 19359. dated June 29, 2005, OWNER shall replace and relocate as shown on plan attached to Notice To Owner. All work shall be performed substantially in accordance with OWNER's Plan. consisting of three sheets. a copy of which is on file in the District Office of the Department of Transportation at 464 W. Fourth Street, San Bernardino, CA 92401-1400. Deviations from the OWNER's Plan described above initiated by either the STATE or the OWNER, shall be agreed upon by both parties hereto under a Revised Notice To Owner. Such Revised Notices To Owner, approved by the STATE and acknowledged by the OWNER, will constitute an approved revision of the OWNER's Plan described above and are hereby made a part hereof. No work under said deviation shall commence prior to receipt by the OWNER of the Revised Notice To Owner. Changes in the scope of the work will require an Amendment to this Agreement in addition to the Revised Notice To Owner. II. LIABILITY FOR WORK Existing facilities are located in their present position pursuant to rights superior to those of the STATE and will be relocated at STATE expense. III PERFORMANCE OF WORK OWNER agrees to cause the herein-described work to be performed by a contract with the lowest qualified bidder, selected pursuant to a valid competitive bidding procedure, and to furnish or cause to be furnished all necessary labor, materials, tools. and equipment required therefore, and to prosecute said work diligently to completion. e Pursuant to Public Works Case No, 2001-059 determination by the California Department of Industrial Relations dated October 25, 2002, work performed by OWNER's contractor is a public work under the definition of Labor Code section 1720(a) and is therefore subject to prevailing wage requirements. OWNER shall verify compliance with this requirement in the administration of its contracts referenced above, UTILITY AGREEMENT (Cont.) ATTACHMENT "2" Page 2 of4 R W 13~5 '(REV 4/2000) UTILITY AGREEMENT NO. 19359 e IV. PAYMENT FOR WORK The STATE shall pay its share of the actual cost of the herein-described work within 90 days after receipt of OWNER's itemized bill in quintuplicate, signed by a responsible official of OWNER's organization or prepared on OWNER's letterhead, compiled on the basis of the actual cost and expense. The OWNER shall maintain records of the actual costs incurred and charged or allocated to the project in accordance with recognized accounting principles. It is understood and agreed that the STATE will not pay for any betterment or increase in capacity of OWNER's facilities in the new location and the OWNER shall give credit to the STATE for the salvage value of any material or parts salvaged and retained or sold by OWNER. Not more frequently than once a month, but at least quarterly, OWNER will prepare and submit progress bills for costs incurred not to exceed OWNER's recorded costs as of the billing date less estimated credits applicable to completed work. Payment of progress bills not to exceed the amount of this Agreement may be made under the terms of this Agreement. Payment of progress bills which exceed the amount of this Agreement may be made after receipt and approval by STATE of documentation supporting the cost increase and after an Amendment to this Agreement has been executed by the parties to this Agreement. e The OWNER shall submit a fmal bill to the STATE within 360 days after the completion of the work described in Section 1. above. If the STATE has not received a final bill within 360 days after notification of completion of OWNER's work described in Section 1. of this Agreement, and STATE has delivered to OWNER fully executed Director's Deeds, Consents to Common Use or Joint Use Agreements as required for OWNER's facilities, STATE will provide written notification to OWNER of its intent to close its file within 30 days and OWNER hereby acknowledges, to the extent allowed by law, that all remaining costs will be deemed to have been abandoned. The fmal billing shall be in the form of an itemized statement of the total costs charged to the project, less the credits provided for in this Agreement, and less any .amounts covered by progress billings. However, the STATE shall not pay final bills which exceed the estimated cost of this Agreement without documentation of the reason for the increase of said cost from the OWNER. If the fmal bill exceeds the OWNER's estimated costs solely as the result of a Revised Notice To Owner as provided for in Section 1., a copy of said Revised Notice To Owner shall suffice as documentation. In any event, if the fmal bill exceeds 125% of the estimated cost of this Agreement, an Amended Agreement shall be executed by the parties to this Agreement prior to the payment of the OWNER's final bill. Any and all increases in costs that are the direct result of deviations from the work described in Section 1. of this Agreement shall have the prior concurrence ofST ATE. Detailed records from which the billing is compiled shall be retained by the OWNER for a period of three years from the date of the fmal bill and will be available for audit by STA TE and/or Federal auditors. OWNER agrees to comply with audit principles and standards as set forth in 48 CFR, Chapter I, Part 31. e I e e e UTILITY AGREEMENT (Cont.) RW ]J-;(REV 4/1000] ATTACHMENT "2" Page 3 of4 UTILITY AGREEMENT NO. 19359 V. GENERAL CONDITIONS All costs accrued by OWNER as a result of STATE's request of January 27, 2003, to review, study andlor prepare relocation plans and estimates for the project associated with this Agreement may be billed pursuant to the terms and conditions of this Agreement. If STATE's project which precipitated this Agreement is canceled or modified so as to eliminate the necessity of work by OWNER, STATE will notify OWNER in writing and STATE reserves the right to terminate this Agreement by Amendment. The Amendment shall provide mutually acceptable terms and conditions for tenninating the Agreement. OWNER shall submit a Notice of Completion to the STATE within 30 days of the completion of the work described herein. It is understood that said highway is a Federal aid highway and accordingly, 23 CFR 645 is hereby incorporated into this Agreement. UTILITY AGREEMENT (Coot.) ATTACHMENT "2" Page4of4 RW 1J~5.{REV 4/2000) e I UTILITY AGREEMENT NO. 19359 CERTIFICATION OF FUNDS I hereby certifY upon my own personal knowledge that budgeted funds are Available fOf the period d purpose of the expenditure shown here. Ir / ( s,- FUl'\D TYPE EA AMOL'NT Design Funds $ Construction Funds $ RW Funds 007179 $ 3,337,092.00 HQ Account g Officer ITEM CHAP .J.Llv- J? NY! 3,y' ,y l - ?C STAT Date FY AMOUNT i5/ /t{ V) 7.ttJ. ,II ;in) IN WITNESS WHEREOF, the above parties have executed this Agreement the day and year above written. ity of San Bernardino I By I PAT CIA L. SMIT Right of Way Project Delivery Manager San Bernardino Office Southern Right of Way Region DITH VALLES AYOR APPROVAL RECOMMENDED: e 10 tI2f~/~ D te By ~# t-z.'8-o~ S EN ~~ Date Chief Right of Way Utilities Branch San Bernardino Office Southern Right of Way Region By: LAWRENCE KELLY Utility Coordinator San Bernardino Office Southern Right of Way Region DO NOT WRITE BELOW - FOR ACCOUNTNG PURPOSES ONL Y PLANNING AND MANAGEMENT TO COMPLETE UNSHADED FIELDS: T DOCUMENT SUF CHG CODE NU BER FIX DIST UNIT D1ST VA ' 23 440 08 EA 007179 SUB JOB SPECIAL DESIGNATION 919359 UTILITY COMPLETES: OBJ DOLLAR FFY FA CODE AMOUNT 05 6 054 $ 3,337,092.00 ~. Sign:> {,/ Print>." - '- ./ , ;{ I "\{( J-t:. -/!'i' R/W Planning and Management .,..../ '. :-'} Sign> Print> EA FUNDING VERIFIED: ..J Date , Utility Coordinator Date Distribution: 3 originals to R/W Accounting 3 originals returned to R1W Planning & Management e ADA Notice For individuals with disabilities. this document is available in alternate fonnats. For information call (916) 654-5413 Voice. CRS: 1-800-735-2929. or write Right of Way, 1120 N Stn:ct. MS-3?, Sacramento. CA 95814. e e e 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 RESOLUTION NO. RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AWARDING A CONTRACT TO L. A. BUILDERS, INC. FOR 1-215 FREEWAY SEGMENT 3 SEWER LINE RELOCATION (SW08-08) PER PLAN NO. 11916. BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AS FOLLOWS: SECTION 1. 1. A. Builders, Inc., 15635 Saticoy Street, Suite H, Van Nuys, CA 91406 is the lowest responsible bidder for 1-215 Freeway Segment 3 sewer line relocation (SW08-08) per Plan No. 11916. A contract is awarded accordingly to said bidder in a total amount of $867,888.00, with a contingency amount of$151,928.00, but such award shall be effective only upon being fully executed by both parties. All other bids, therefore, are hereby rejected. The City Manager is hereby authorized and directed to execute said contract on behalf of the City; a copy of the contract is on file in the office of the City Clerk and incorporated herein by reference as fully as though set forth at length. SECTION 2. This contract and any amendment or modifications thereto shall not take effect or become operative until fully signed and executed by the parties and no party shall be obligated hereunder until the time of such full execution. No oral agreements, amendments, modifications or waivers are intended or authorized and shall not be implied from any act or course of conduct of any party. SECTION 3. This resolution is rescinded if the parties to the contract fail to execute it within sixty (60) days of passage of the resolution. IIII '1\6. II 7 /1~/tJ1 , e 1 2 3 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AWARDING A CONTRACT TO L. A. BlliLDERS, INC. FOR 1-215 FREEWAY SEGMENT 3 SEWER LINE RELOCATION (SW08-08) PER PLAN NO. 11916. 4 I HEREBY CERTIFY that the foregoing Resolution was duly adopted by the Mayor e 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 26 e 27 28 and Common Council ofthe City of San Bernardino at a meeting thereof, held on the day of ,2007, by the following vote, to wit: Council Members: AYES NAYS ABSTAIN ABSENT ESTRADA BAXTER BRINKER DERRY KELLEY JOHNSON MC CAMMACK City Clerk The foregoing resolution is hereby approved this day of ,2007. Patrick J. Morris, Mayor City of San Bernardino Approved as to form: JAMES F. PENMAN, 25 City Attorney 2 k. . .., " k. ""~ ~- - ~. ~. 'a.,._ ., . ... .... ...... ...." .... ~. COUNCIL MEETING - 07/16/07 RESOLUTION 2007-248 ITEMII 11 CITY OF SAN BERNARDINO STATE OF CALIFORNIA BID AND CONTRACT DOCUMENTS O/P/6/N/lL FILE NO, 3. 7407 ACCT, NO, 245.365-5504-7407 PLANS AND SPECIAL PROVISIONS NO. 11916 FOR 1-215 FREEWAY SEGMENT 3 SEWER LINE RELOCATION ~ .;.:-c-",).' , \1\ ,\.,r '--"")if, ~.'.~ ':P"/-:---~:"'A "'~ ';<:"/~" '''''','- ' , "'" ,v/.,-" -tit"'"'' ",',;,'\ ,: ~'1" ;;/" ~ . "~\': \\ .: C!j, .. ' -_\\ t:!t:'" t<(. ,II /,'*~E"'.';L0J(-~/~;/ J,";) , .,,-, -,-/... '/ :' ' ---- /'" (.1,_ <5\. ../. .;:,~ _s,.'. ,~~,'- (',' "\ ,~ .....,,'/; '~'/';:-""" \"" /,":",,/ (- --.......-. '" /~t/ O~' C'\ i~,' ';'r . :::~~~ DIVISION OF PUBLIC WORKS DEPARTMENT OF DEVELOPMENT SERVICES CITY OF SAN BERNARDINO FEBRUARY, 2007 BIDS WILL BE RECEIVED UP TO THE HOUR OF 2:00 P.M. ON JUNE 5 ,2007 I . e~III13IT I'A- V DESCRIPTION OF THE COMPONENTS OF THESE PLANS AND SPECIAL PROVISIONS The "Bid and Contract Documents" for this project consists of three (3) Parts as follows: PART I - Administration PART II - Special Provisions The above two (2) parts are bound together in one (1) manual titled "Bid and Contract Documents" PART III - PLANS, One (1) separately bound set 1-215 FREEWAY, SEGMENT 3 SEWER LINE RELOCATION Contents for Bid and Contract Documents.doc CITY OF SAN BERNARDINO TABLE OF CONTENTS PART I ADMINISTRA nON NOTICE INVITING BIDS BID DOCUMENTS BID FORM BID SCHEDULE BIDDER'S INFORMATION AND SIGNATURE & BIDDER'S ACKNOWLEDGEMENT OF ADDENDUMS DESIGNATION OF SUBCONTRACTORS WORKERS' COMPENSATION INSURANCE CERTIFICATION NON-COLLUSION AFFIDAVIT FORM OF BID BOND MBEIWBE INFORMATION - GOOD FAITH EFFORTS REFERENCES PART II SPECIAL PROVISIONS INSTRUCTIONS TO BIDDERS SECTION 1 - SPECIFICATIONS AND PLANS SP-l SECTION 2 - BID BONDS AND MBE/WBE REQUIREMENTS AND CONDITIONS SP-5 SECTION 3 - AWARD AND EXECUTION OF CONTRACT SP-8 SECTION 4 - CONSTRUCTION SCHEDULE & COMMENCEMENT OF WORK, TIME OF COMPLETION & LIQUIDATED DAMAGES SP-ll SECTION 5 - LEGAL REQUIREMENTS SP-l3 SECTION 6 - GENERAL SP-19 SECTION 7 . UTILITIES SP-30 SECTION 8 - DESCRIPTION OF WORK SP-34 SECTION 9 - TRAFFIC CONTROL SP-36 SECTION 10 - MOBILIZATION SP-39 SECTION 11 THROUGH SECTION 15 BLANK SP-40 SECTION 16 - PORTLAND CEMENT CONCRETE SP.41 SECTION 17 THROUGH SECTION 27 BLANK SP-43 SECTION 28 - IMPORTED BACKFILL AS ORDERED BY THE ENGINEER SP-44 SECTION 29 - SHORING OF EXCAVATION SP--l5 SECTION 30 THROUGH SECTION 32 BLANK SP-47 SECTION 33 - SEWER PIPE SP-48 SECTION 33C - RECONNECTION AND ADJUSTMENT OF SEWER LATERALS SP.51 SECTION 34 - MANHOLES SP-54 SECTION35 - RESTORATION OF ASPHALT CONCRETE PAVEMENT SP-56 SECTION 36 THROUGH SECTION 49 BLANK SP-58 SECTION 50 - REMOVAL & RESTORATION OF EXISTING IMPROVEMENTS EXCEPT STREET PAVEMENT SP-59 APPENDIX A FEDERAL REQUIREMENTS FOR FEDERAL-AID CONSTRUCTION PROJECTS APPENDIX B FEDERAL & STATE OF CALIFORNIA MINIMUM WAGE RATES SOILS REPORT STANDARD DRAWINGS PROJECT LOCATION SURVEY DOCUMENTS CONTRACT AGREEMENT PART I ADMINISTRATION Engineer's Estimate (Range Only): $950,000 to $1,000,000 NOTICE INVITING SEALED BIDS NOTICE IS HEREBY GIVEN that the City of San Bernardino will receive bids for: 1-215 FREEWAY SEGMENT 3 SEWER LINE RELOCATION in accordance with Special Provision No. 11916 in file in the Office of the City Engineer, Third Floor, San Bernardino City Hall. Deliver all bids to the City Engineer's Office, Third Floor, City Hall, 300 North "D" Street, San Bernardino, California, with the bidder's name and address, the specification title and number and "SEALED BID " clearly marked on the outside of the envelope Said bids will be received up to the hour of 2:00 p.m. , on, Tuesdav, June 5 , 2007, at which time all of said bids will be publicly opened, and examined and declared in the City Engineer's Conference Room, Third Floor, City Hall. No bid will be received unless it is made on a bid form furnished by the City with the unit prices written in words and also shown in figures for each item, and with the total of each item and total of all items filled in. All bids shall be signed, sealed and accompanied by cash, cashier's check, certified check or bid bond made payable to the City of San Bernardino, in the amount of ten percent (10%) of the bid. Such cash, check or bond shall be given as a guarantee that the bidder will enter into the contract if awarded to him. In the event the bidder refuses to execute said contract, the use by the public of the improvements will be delayed, and the public will suffer great damage. From the nature of the case, it would be extremely difficult and impractical to fix said amount of damages. Therefore, the City and the bidder agree that the above sum of ten percent shall be paid to the City upon the condition above set forth as liquidated damages and not as a forfeiture. All bonds furnished pursuant to this notice must be underwritten by a surety company having a rating in Best's most recent Insurance Guide of "A" or better. Bonds must be issued by a surety who is listed in the latest version of U.S. Department of Treasury Circular 570 and is authorized to issue bonds in the State of California. The Form of Bid Bond is contained in the Bid Documents in Part I of the Special Provision. Notarization of the signatures of both the Principal and the Surety and the Power of Attorney of the signing Surety shall accompany this form. Pursuant to law, the Mayor and the Common Council of the City of San Bernardino, by Resolution No. 90-358 and any and all amendments thereto which are hereby referred to and made a part thereof by references as fully as though set at length herein, have ascertained and determined the general prevailing rate per diem wages, and of per diem wages for legal holidays and overtime work for each craft or type work of worker needed in the execution of contracts under jurisdiction of said Mayor and Common Council. The Contractor shall pay the higher of the latest State or Federal Prevailing Wage Determination Said prevailing rates of wages shall conform to Section 1773 of the Labor Code, the general prevailing wage rates in the county, or counties, in which the work is to be done have been determined by the Director of the California Department of Industrial Relations. These wages are available from the California Department of Industrial Relations' Internet web site at http://www.dir.ca.gov/dirdatabases.html. Future effective general prevailing wage rates, which have been predetermined and are on file with the California Department of Industrial Relations are referenced but not printed in the general prevailing wage rates. The Contractor may substitute securities for any monies withheld by the Agency to ensure performance under the contract as provided for in Section 10263 and Section 22300 of the California Public Contract Code. It shall be mandatory upon the Contractor to whom the contract is awarded and upon any subcontractor under him to pay not less than specified rates to all laborers, workers, and mechanics employed by them in the execution of the contract, and to prevent discrimination in the employment of persons because of race, creed, color, or national origin, as set forth in the provisions of Resolution No. 7414 of the Mayor and Common Council of the City of San Bernardino. The Contractor shall possess a Class "A" License or Appropriate Specialty License(s) at the time the contract is awarded. The prime Contractor shall perform, with his own organization, contract work amounting to at least 50 % ofthe contract price. A Non-mandatory Pre-Bid Meeting will be held on Wednesdav, Mav 23. 2007, at 2:00 p.m., in the office of the City Engineer, Public Works Division of Development Services, Third Floor, City Hall, 300 North "D" Street, San Bernardino, CA 92418. This meeting is to provide information, to answer questions, to inform bidders of MBEs/WBEs subcontracting and material supply opportunities, and to make the prime Contractor aware of the City's outreach program as it relates to minority hiring and participation. Bidder's attendance at this meeting is recommended, but the prime may certify that they are familiar with the program and attendance is not required. Attendance and/or certification may be used as part of the good faith effort. Certified minority (MBE / WBE) subcontractors and material suppliers for the San Bernardino area located in Caltrans District 8 can be obtained by accessing the United Certification Program DBE directory on the California Department of Transportation DBE website at http://www.dot.ca.govlhq/bep/index. The City of San Bernardino reserves the right to waive any informalities or inconsequential deviations from contract specifications, or to reject any and all bids. No bidder may withdraw his bid within ~ working days from the date of bid opening. The City reserves the right to take all bids under advisement for a period of 90 days. Plans and Specifications may be obtained from the City Engineer's Office, Third floor, City Hall, 300 N. "D" Street, San Bernardino, California 92418, upon a non-refundable payment of $35.00 for each set if picked up in person. Upon request. the Plans and Special Provisions may be mailed for an additional charge of $5.75 per set. If there are any questions regarding this project, please contact the City Engineer's Office, in writing, as follows: City Engineer's Office Third Floor San Bernardino City Hall 300 North "D" Street San Bernardino, CA 92418 Subject: 1-215 FREEWAY, SEGMENT 3, SEWER LINE RELOCATION PLANS AND SPECIAL PROVISIONS NO. 11916 Attention: Robert Sepulveda, Engineering Associate, Project Manager Tel: (909) 384-5167; Fax: (909) 384-5155 E-mail: sepulvedaJo@sbcity.org Responses will be provided to written questions only. No written response will be provided to verbal questions. CITY OF SAN BERNARDINO -Rac1J .JJ (J&v~, RACHEL G. CLARK ~ 4 !~:tth a~ etJL NOTICE TO ADVERTISE: SPECIFICA nON NO. 11916 SHALL APPEAR IN FIRST ISSUE NOT LATER THAN DATE 5/1/07 and 5/7/07 (FIVE DA VS BETWEEN FIRST & SECOND PUBLICATION) SIGNATURE DATE BID DOCUMENTS BID FORM TO THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO The undersigned declares that he has carefully examined the location of the proposed work, that he has examined the Plan and read the accompanying instructions to bidders and hereby proposes to furnish any and all required labor, materials, transportation and service for the 1-215 FREEWAY SEGMENT 3 SEWER LINE "RELOCA nON In strict conformity with Plans and Special Provisions No. 11916, of the Public Works Division, Department of Development Services for the City of San Bernardino and also in accordance with Standard Specifications for Public Works Construction, 2006 Edition. Undersigned proposes and agrees if this bid is accepted, that he will contract with the City of San Bernardino, in the form of the copy of the contract annexed hereto, to provide all necessary machinery, tools, apparatus and other means of maintenance, and to do all the work and furnish all the materials specified in the contract, in the manner and time therein prescribed, and that he will take in full payment therefor the following unit prices or lump sum prices, to-wit: BID SCHEDULE PLAN NO. 11916 1-215 FREEWAY SEGMENT } SEWER LINE RELOCA nON ITEM ESTIMA TED DESCRIPTION OF ITEMS UNIT PRICE TOTAL NO. OUANTITY UNIT AND UNIT PRICE WRITTEN IN WORDS INFIGliRES IN FIGURES. \. LS MOBILIZATION, at the Lump Sum price of f(jt( TY FIliP TJI~t15A-N{) Dollars $ 'df,OIJ~.tn &' OIJ//Jb Cents LS . 2. LS TRAFFIC CONTROL, at the Lump Sum price of ' /;; Oj~-'!.~-'f '-'f /4 711ttlW'olP Dollars $/~ooo.oo & Ob/lbO Cents LS 3. LS SHORING OF EXCA V A TION, at the Lump Sum price of TW5NTY Tllb(./(/,NP Dollars & Cents LS $ J(), Obo . 00 . 4. 900 TN IMPORTED BACKFILL, as ordered by the Engineer, at Tl'lfN'J;. Tt4It? Dollars J~ 19, f()o.~ & ~D 16b Cents.per TON $ /TN S 5. 2,333 LF INSTALL 8" PVC SEWER MAIN, including connecting to existing manhole, at_ /'IIt/ETY F/~ Dollars C;.r s ~21, uJ.f'. P'b & bD/lttU Cents per UN. FT. S ILF 6. 2,652 LF INSTALL 10" PVC SEWER MAIN, including connecting to existing manhole, at_ /'IINF~ FM Dollars '1S t5/ "/lib, (;0 Cents per UN. FT. S ILF S & MIfT/) , 7. 258 LF INSTALL 12" PVC SEWER MAIN, including connecting to existing manhole, at _ (J/'I6I1UN/)I(5!J fIFTeeN Dollars 11.f 21,ftltJ.&1J & "/~ Ce"ts fer UN. FT. S ILF S 8. 10 EA INSTALL SEWER MANHOLE, per CITY Std. No. 301, at fll/l TIlt?tI~ANj) f/1/5 IItlNJ)J(E/) Dollars $ f,5NJ rEA ;;;000.00 & ClUb1J Cents per EACH S BID SCHEDULE PLAN NO. 11916 1-215 FREEWAY SEGMENT 3 SEWER LINE RELOCATION ITEM ESTIMATED DESCRIPTION OF ITEMS UNIT PRICE TOTAL NO. OUANTITY UNIT AND UNIT PRICE WRITTEN IN WORDS IN FIGURES IN FIGURES 9. 3 EA INSTALL DROP SEWER MANHOLE, per CITY Std. No. 302, at ~/K TII~fA5ANP Dollars ("p()() $ /f,PIJO,d/) & 00 /In Cents per EACH $ rEA 10. EA REMOVE Elisting & CONSTRUCT DROP SEWER MANHOLE, Modified to 5'!D, per CITY Std. No. 301 & 302, at fiGHT TIIMJAtlP SIX /luNp/(fl) ,F!r7Y EI&#r Dollars $ iftJ! R,~'!. ~() & DIJ'-' Cents per EACH rEA $ , 11. 5 EA REMOVE Existing & CONSTRUCT SEWER MANHOLE, per CITY Std. No. 301 t'/6/IT {fUW/O Dollars $ i. ()OO Ijd,CJt!P,Pb & (lQ I~' Cents per EACH rEA $ , 12. 6 EA REMOVE Elisting SEWER MANHOLE, at 7/1J1J 17Ipu~ANP Dollars $ .2.,PIJe) rEA $ /t,QlJtl,~() & Cents per EACH . 13. 2 EA REMOVE Elisting SEWER CLEANOUT, at (;Nl TH~U5ANp Dollars $ ( 0(;0 rEA 1, 6C10, t>tJ & Cents per EACH $ 14. 44 EA CUT & RECONNECT Existing 4" SEWER LATERAL to NEW SERVICE MAIN, Including Concrete Plug of old connections, at TWIJ TllfJUSAf{P FIVe IIWNP/fffl) Dollars sJ/' /;f; / / 0, 6IJO, t1() & (I'I/IJP Cents per EACH rEA $ . 15. 9 EA ABANDONMENT of MANHOLE and SEWER MAIN, at Pi'll TJI~W5ANO Ftll(7Y Dollars $ ? tJtI() $1.J~().CJO & 0111/" Cents per EACH lEA . BID SCHEDULE PLAN NO. 11916 1-215 FREEWAY SEGMENT 3 SEWER LINE RELOCATION ITEM ESTIMATED NO. OUANTlTY UNIT DESCRIPTION OF ITEMS AND UNIT PRlCE WRlTTEN IN WORDS UNIT PRICE IN FIGURES TOTAL IN FIGURES 16. 8 EA PLUG Existing SEWER LINE INLE,!, I OUTLET at MANHOLE, at_ FIVP flfHPIfG'f) & () IN) Dollars Cents per EACH $ fOP lEA $ '!rtJPP.t?tJ 17. 195 SF REMOVE Existing and CONSTRUCT PCC CROSS GUTTER, to meet Existing Spandrels and gutter, per CITY Std. No. 20 I, at TII/I(~ FIt/$- & I~() Dollars Cents per SQ. FT. $ 35" ISF $ t. It!: /;t? . TOTAL BID SCHEDULE $ ft7 t!fJ) 0 2 67.~~1J~ ) BID NOTES: The unit price must be written in words and also shown in figures. All blank spaces appearing above must be filled in. In case of discrepancy in Bid Amounts, "UNIT" prices shall govern over extended amonnts, and "WORDS" shall govern over figures. The total price must be extended for each item of work and the total of all items inserted in the space provided. Bidders shall complete and submit entire BID DOCUMENTS section as their bid to the City. Failure to do so will result in the bid being non-responsive. The CITY shall award a contract to the lowest responsible bidder. Total bid price for the entire contract work shall include the cost of labor, materials, equipment parts, implements, taxes and supplies necessary to compete the project, as based on the City Engineer's estimate of quantities of work. BIDDER declares that this Bid is based upon careful examination of the work site, Bid and Contract Documents. BIDDER'S INFORMATION AND SIGNATURE: It is the understanding of the undersigned that the work hereinabove described shall be commenced within JQ. working days from the date of the "Notice to Proceed", and shall be completed within 50 working days from the date of said notice, as directed in SECTION 4 of these Special Provisions. The undersigned further agrees that in case of default in executing the contract, or furnishing necessary bonds, all within the specified time, the proceeds of the Bidder's Guaranty accompanying this bid shall be paid to the City of San Bernardino as liquidated damages. Licensed in accordance with an act providing for the registration of Contractor, LICENSE NO.: 7LJf'J''I/ CLASSIFICATION: II{I, C-f'tIlA? FIRM NAME: L.A.!J/;1//'IJff{~./NC. BUSINESS ADDRESS: /5(,)5 SAT/toy Sr. SUITf /I VAN NUY(. tI 9/'1tJ~ . BUSINESS PHONE: {/IR)1HJ;/1 FAX: (m)m-J,7Z'l CELL: (PI?)5J./'- 7ftZ EXPlRA TION DATE: '1/M/dP' . If an individual, so state. If a firm or co-partnership, Jist the names of all individuals or co-partners composing the firm. If a corporation, list the names of tlie president, secretary, treasurer and manager thereof: C/JRPOfl.A TION Legal Status of Firm Is Bidder currently a certified DBE? Yes [' No 11 NAME (S) AWN CAMillI (P#SIPfNT) WI/If{ MYAN (/lief Af!SIPFIYT) Af,PN GAMtlft (~etlfeTM() TAMIl f))(AN (Tle,tlSUf(Cf{) ADDRESS (ES) ISfJJf r,ATltb'l S1. WITt' /lIIAN NtlY~, M 1/?t1t . , r Iflt~f SArJ~Y ~1. SWlff 16 /IAN /J/Urr, tit 71'1N~ - ~IfMf ~ A-~II~- - )A'Mf ~ )ttJlIi- SIGNATURE OF BIDDER~4t_C/" ~ ....... Dated: JIANt ,. ,200'1- BIDDER'S ACKNOWLEDGEMENT OF ADDENDUMS: ADDENDUM NO.1 DATE: ADDENDUM NO.2 DATE: ADDENDUM NO.3 DATE: ADDENDUM NO.4 DATE: L.,4. "WItH/{( II/C. BIDDER'S FIRM NAME DESIGNATION OF SUB-CONTRACTORS - SP 11916 In compliance with the provisions of Section 4100-4110 of California Public Contract Code of the State of California, and any amendments thereof, each bidder shall set forth the name and location of each subcontractor who will perform work or labor or render service to the Contractor. Name & Address Under Which Licensed Agency & No. of MBE/WBE CERT. (If Applicable) Sub-Contractor's Phone-No. Sub-Contract Amount Work to Be Performed 1. t/lTItl-IN/r 5T,fuaUJf.!'S -if7J /AIII/twtf,b.:. rt?1- "P-.J~Yf $ 'I~Jn.~ fp-~ M,1"J1J1' /)a?/ff If-' it; 2t f1 2 SUP/fA'K/ff{ 5M~f jP~E- . tv. ilff.#CT ~li'9!'I 'ItJI?-J?9-UJ2 $ 3, 9p".n -!l~ nT26eJt-'tIJ MHj P#' ,wfl~t:~~ II CVt-9J'Y . 1- L/CI;IIJ(I;. (I- l.FJ 1(. r- (If, 'II#?,.N~) 5FHlP( H,#'Il/ItfJ PAINT 5T,fI,P;,.<,6 1, ~6~j(M~'} 1tJ'?- Jft'-/~ $ J1.f'h.C1 //1WA/ti 4. $ 5. $ 6. $ IF ADDITIO~AL SPACE IS REQVIRED, PLEASE DVPLlCATE THIS SHEET DO :-;OT WRITE ON THE BACK WORKERS' COMPENSATION INSURANCE CERTIFICATION I am aware of the provisions of Section 3700 of the Labor Code requiring every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Contractor: NAME OF FIRM: /. .,A. IJIAI/.-PfIfS, /Ne. BY: .AlON GAMUt/"- TITLE: I,fF~/PfNf DATE: ,J 5 Jb?' I I (This affidavit shall be executed by all bidders at the time of bid submittal. Failure to execute the affidavit on this page will result in rejection of bid.) NON-COLLUSION AFFIDAVIT To the Division of Public Works, Department of Development Services, City of San Bernardino, State of California: The undersigned in submitting a bid for perfonning the following work by.contract, being duly sworn, deposes and says: That he or she is of the party making the foregoing bid, that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine -and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; communication, or conference with al)yone to fix any overhead, profi~ or cost element of the bid price, or of that of any' other bidder, or to secure any advantage against the public body awarding the contract on anyone interested in the proposed contract; or take any action in restraint of free competitive bidding in connection with such contract; that all statements contained in the bid are true; and further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. t.,4. &W/t/JEI?S, INC.. Finn Name ~ ---..... Signature of Bidder 1 AtON 6AMtlft/PI{~SIPtNr Printed Name a6d Title /S~JJ SATI~y Sf. SlAITt H, /IAN Nt/'I$, tA o//I!~~ Business Address /ffZLJ2 D/tKfNS 57.# ItJf, 5HllfMIIN ()!1-K{ tIr &J/'1~ '3 Place of Residence Subscribed and sworn to before me this day of ,20_ Signed Notary Public in and for the County of , State of California. My Commission expires On Year CALIFORNIA ALL.PURPOSE ACKNOWLEDGMENT ':(:-,- State of California County of L~S ANetLe)' -~ <'=====""'0==""'1 I I } ss. ~.~ On Jliltlf f: J.,M1 Dale , before me, ...,.. w,~ ,c'\.",J..} ,..,v{C:Cr personally appeared ~ I - .JEFFREY W. NICHOLS ". COMM. .1568799 ! _PUIUC _CAU_ LOS ANGeLES COUNTY C-. Exp. APRIL 12, 2009 Place Notary Sea! Above ALM GA-)1Ue~ ~)ofSigf1er(S) ~ersonally known to me o proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instr Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: o Individual o Corporate Officer - Title(s): o Partner - 0 Limited 0 General o Attorney in Fact o Trustee o Guardian or Conservator o Other: Signer Is Representing: Number of Pages: Top of thumb here I ."-' Cl 1997 National Notary Association' 9350 De Solo Ave., P.O. Box 2402. Chatsworth, CA 91313.2402 ,"", Prod. No. 5907 Reorder: Call Toll-Free 1-800-876-6827 , ~ ~ I ~ FORM OF BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, L.A. BUILDERS,. INC. as Principal, and FIRST NATIONAL INSURANCE COMPANY OF AMERICA as Surety. are hereby and firmly bound unto the Citv of San Bernardino , State of California, hminafter referred to as "Obligee" in Ibe penal sum of ten percent (10% 1 of the lotal amount of the bid of the Principal submitted to the Obligee for the work desClibed below, for lhe payment of which sum we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors and assigns, THE CONDITION OF TInS OBLIGATION IS SUCH, TIiAT: WHEREAS, the Principal has submitted to Obligee, a cenain Bid, anached hereto and hereby made a pan heltof to enter inlOaCOntTaClinwriting,forthe 1-215 FREEWAY SEGMENT 3 SEWER LINE RELOCATION ( Copy here the exact title description of work, including location as it appears on the proposal) for which bids are to be opened on JUNE 5, 2007 ( fllSen date of opening) NOW,1REREFORE, a. If said Bid shall be rejected, or in the alternate, b. If said Bid shall be accepted and the Principal shall ~ecute a contract in the FOlTll of contract allached hereto (properly completed in accordance with said Bid) and shall furnish a bond for his faithful perfOlTlllnce of said contrac~ and shall in all other respects perform the agre~ment created by the acceptance of said Bid, then this obligation shall he void; otherwise, the same shall remain in force and effecl; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no even~ exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and ilS bond shall be in no way impaired or affecled by any extension of the time within whieh the Obligee may accept such Bid; and said Surety does hereby waive notice of any such extension. Signed, this 25 t h d.ay of MAY ,20~. IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as are cotpol1ltions have caused their corpol1lle seals to be bereto affixed and these presents to be signed by their proper officers. the day and year fitS! mentioned. L.A. BUILDERS, INC. V Principal By: A '0'- C.., Signature AMERICA (SEAL) FIRST NATIONAL INSURANCE COMPANY OF (SEAL) Surety ~~ / ,. Signature IH.O/V &AMLlEt, fAtS/PfNf Printed Name and Title SHAWN BLUME, ATTORNEY-IN-FACT Printed Name and Title NOTE: Nolarizalion of Principal and Sunty sisnatures and Pow,r of Anorney of the Surety shall accompany this fonn, CALIFORNIA ALL.PURPOSE ACKNOWLEDGMENT State of CALIFORNIA County of RIVERSIDE On i)!iJS/07 DATE before me, R. CISNEROS "NOTARY PUBLIC" NAME, TJTLE OF OFFICER - E.G., "JANE DOE. NQTAAY PUBUC" personally appeared SHAWN BLUME NAME(S) Of SIGNERI51 iUi personally known to me - OR - 0 proved to me on the basis of satisfactory evidence to be the personf,s'f whose name(.8? is/~ subscribed to the within instrument and ac- knowledged to me that he/~/~ executed the same in his/nJr/t~ir authorized capacity{iJorl;), and that by his/tJ.e'r/t~r signature~ on the instrument the person(;i1', or the entity upon behalf of which the person~ acted, executed the instrument. if) R. CISNEROS - COMM. #1488731 NOTARY PUBLIC. 8ALIFORNIA RIVERSIDE C UNlY My Comm. Exolres June 7 2008 WITNESS my hand and official seal. ?~ SIGNATURE OF NOTARY OPTIONAL Though Ihe deta below Is nol required by law, il may prove valuable to persons relying on the document and ODuld prevent fraudulent reattachment 01 this lonm. CAPACITY CLAIMED BY SIGNER o INDIVIDUAL o CORPORATE OFFICER DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT TlTLE(S) o PARTNER(S) o LIMITED o GENERAL NUMBER OF PAGES o ATTORNEY-IN-FACT o TRUSTEE(S) o GUARDIANICONSERVATOR o OTHER: DATE OF DOCUMENT SIGNER IS REPRESENTING: NAAE OF PERSON(S) OA ENTITY(IESI SIGNER(S) OTHER THAN NAMED ABOVE 80-'133 3/94 01993 NATIONAL NOTARY ASSOCIATION. 8236 Remmel Ave., P.O. Box 7184 . Canoga Park, CA 91309-7184 . Gmm. POWER OF ATTORNEY AIsl NaUun811111uranct Compeny of AlMrtca S.recoPlllZ8 SeltUI, WA 98185 No. 6966 KNOW ALL BY THESE PRESENTS: 1I1at FIRST NATIONAL INSURANCE COMPANY OF AMERICA, a Wa.hIngtoo corporelloo. doao hereby appoint "'-""SHAWN BLUME; ROSEMARY CISNEROS: JEREMY PENDERGAST: MICHAEL D. STONG; Riverside, Callfomla- lis trua and lawful allomay(.)-In-fact, wfth rull authorlly 10 allBOute 00 behaf of Iha company lIdellly and .ul9ly bond, or undertakings ond other documenls of a slmlar cheracler I'sued by the compony In the course of Ils business. and to bind FIRST NATIONAL INSURANCE COMPANY OF AMERICA thereby as fully 0,11 such Instrumenls hod been duly OllBOuted by Is regularly eloclod _,. atlls home oII1co. IN WITNESS WHEREOF, FIRST NATIONAL INSURANCE COMPANY OF AMERICA has executed and ettoelad thoee preoents thl, 8th day of March 2007 ~~~ STEPHANIE DALEVJNATSON, SECRETARY ~' TIM MIKOLAJEWSKI, SENIOR VICE-PRESIDENT, SURETY CERTFtCATE Extnad flam tho By-Lews of FIRST NATIONAL INSURANCE COMPANY OF AMERICA: 'Ar1IcIe V, SodIon 13. - FIDELITY AND SURETY BONDS ... the P""'dent, eny VIce P...IdenL tha Sacralaly, and any Assillant Vlco PresIdent appointed for Ihot puoposa by the ol!lcar In cheIlle of suI9Iy oporaUons, shall ooch have ouIhorIIy 10 appoint Individuals as atlomeyo-ln-fad or undor olher appropltolo lilies wfIh auIhoI1ty to axecuta 00 behallof the campeny ftdelty and ....Iy bonde and olher documanl, of simler chorad..11ISUod by the company In the cotnII of lis bualn...... On any Inslnment making or evidencing .uch appOOlmonL Iho IIIgnolu18S may be _.d by _. On any In_I confonlnCl such authortly or on any bond or undert8king of the COfTl)8f1y, the 8881, or 8 facslmile lhereor, mIIY be Imprused or afftxed or In any other manner reproduced; provfded, however, that the seal shal not be neceu.-y (0 Ihe validity of wry luch Instrument or undert8k1ng: EldI1ICI flam e RosoIudon 0' the Bawd 01 Dlroctons of FIRST NATIONAL INSURANCE COMPANY OF AMERICA adopted JuI, 28. 1970. .On eny cer1lflcate executed by the Secretery or an 8881st8nt .ecrelary of the Company se~ aut. (I) The provIaIon,oI Mlde V, Seclloo 13 oflho By-Lows, end (II) A copy of tho powor-ol-altomey appointment, OIlocutad _11ft...Ia, and (II) Ce~ng thetaold powor-ol-ellomey eppolnlmsnl 15 In fulllorco end effect, Iha ,Ignature 01 tho cortlf\llng offtcer may be by locslmio. and tho aosl 01 the COmpony may be a facslmllelharaof." I. Slophanlo Daley-Watsoo . SOCl1llary of FIRST NATIONAL INSURANCE COMPANY OF AMERICA. do hereby COl1tfy Ihot the foregoing exlt8ct1 of the By-LBWS and of 8 Resolution of the Board of Dlrectonl of this corporaUon. and of . Power of Attorney Issued purwent thereto. are true and correct. end that both the By-laws, the ReaoIuUon and the Power of AUorrey ar. aln In 'Lil foree and otred. IN WITNESS WHEREOF,I hllYe hereunto 8.1::!./~nd alld affixed the faellmlle ...1 of seld corporatlan Iftlo d 5Th day of J!lA-Y ,~ S-1049JDF 4105 ~~~ STEPHANIE DALEY-WATSON, SECRETARY ~ 8nd the Slrf,co bOO IJ8 r.gIsSer8d Intdemarts of s.reco Corporation. WEB POF CALIFORNIA ALL.PURPOSE ACKNOWLEDGMENT '" State of California County of L05 AN'EtG5 On JUtlt ~./(}1:; ,before me, personally appeared Place Notary Seal Above ~~C<',/!":('~6('C<',C<'.iX',(!}..'Y. }ss. r N . and Tille of OtrlCef' (e.g., "Jane Doe. Notary Pu le1 AL.lJN 6A/fItltL ~oISigner(S) ~rsonally known to me o proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the i ent. Though the information below is not required by law. it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: o Individual o Corporate Officer - Title(s): o Partner - 0 Limited 0 General o Attorney in Fact o Trustee o Guardian or Conservator o Other: Signer Is Representing: Number of Pages: Top of thumb here '" C 1997 National Notary Association. 9350 De SotoAve., P.O. Bolt 2402' Chatsworth, CA 91313.2402 ,", Prod. No. 5907 ReOI'der: ~d ToIl.Free '-800-876-6827 , ~ PART II SPECIAL PROVISIONS SPECIAL PROVISIONS INSTRUCTIONS TO BIDDERS SECTION 1 I-I SPECIFICATIONS AND PLANS 1'-1.01 GENERAL -- The work embodied herein shall be done in accordance with the Standard Specifications for the Public Works Construction, 2006 Edition, and City of San Bernardino Standard Drawings, insofar as the same apply and in accordance with the following Special Provisions. 1-1.02 DEFINITIONS -- Whenever in the Standard Specifications the following terms are used, they shall be understood to mean and refer to the following: Al!:encv The City of San Bernardino. Board The Mayor and Common Council for the City of San Bernardino. City Enl!:ineer The City Engineer, Division of Public Works, Department of Development Services for the City of San Bernardino. Laboratorv The laboratory to be designated by the City of San Bernardino to test materials and work involved in the contract. Office of the District - Whenever, in the Standard Specifications, reference is made to the office of the District or the District's office. such references shall be deemed made to the City of San Bernardino's Public Works Division Office, located in the City of San Bernardino's Development Services Department. SP-l The mailing address for the City of San Bernardino's Public Works Division is: City of San Bernardino Development Services Department Public Works Division 300 North "0" Street, 3rd Floor San Bernardino, CA 92418 Office or Office of Structures Desil!:n - Office of the City of San Bernardino Public Works Division Resident Enl!:ineer - City Enl!:ineer The Resident Engineer is the City of San Bernardino's City Engineer, registered as a Civil Engineer in the State of California, or the designated representative of the City of San Bernardino's City Engineer, registered as a Civil Engineer in the State of California. State Hil!:hwav Enl!:ineer - The City of San Bernardino's City Engineer, registered as a Civil Engineer in the State of California. Transportation Buildinl!: - Sacramento - The City of San Bernardino Public Works Division Office, City Hall, 3rd Floor. Notice Advertisinl!: for Bids - Notice Inviting Sealed Bids. Standard Specifications - Standard Specifications for Public Works Construction "Green Book". Other terms appearing in the Standard Specifications, and these Special Provisions, shall have the intent and meaning specified in Section 1-2, "Definitions", in the Standard Specifications. 1-1.03 STANDARD SPECIFICATIONS - The Standard Specifications for the Agency are contained in the most current edition of the STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, "GREEN BOOK", as written and promulgated by the Joint Cooperative Committee of the Southern California Chapter of the American Public Works Association and the Southern California District of the Associated General Contractors of California. SP-2 The Standard Specifications set forth above will control the general provisions for this Contract except as amended by the Plans, Special Provisions, or other contract documents. Only those Sections requiring amendment or elaboration or specifying options are called out. In case of conflict between the Standard Specifications and the Special Provisions, the Special Provisions shall take precedence over and be used in lieu of such conflicting portions. References in the Special Provisions to "CAL TRANS Standard Specifications" shall mean the Standard Specifications (MAY, 2006) of the State of California, Department of Transportation. References in the Special Provisions to Standard Plans shall mean the Standard Plans for the City of San Bernardino or other governing agency as specified. Applicable Standard Plans for this project are contained in the "Standard Drawings", section of these Specifications. Where the Plans or Specifications describe portions of the work in general terms, but not in complete detail, it is understood that the item is to be furnished and installed complete and in place, that only the best general practice is to prevail and that only materials and workmanship of the first quality are to be used. Unless otherwise specified, the Contractor shall furnish all labor, materials, tools, equipment, and incidentals and do all the work involved in executing the Contract. The Contractor shall meet or exceed the applicable Public Works Policies and Procedures unless directed otherwise by these Special Provisions or as directed by the Engineer. Plans and specifications must conform to the requirements of the City of San Bernardino, American Concrete Institute (ACI), Uniform Building Code (UBC), Uniform Plumbing Code (UPC), Caltrans Standard Specifications, these Special Provisions and the Standard Specifications for Public Works Construction (Green Book), latest edition. 1-1.04 TAXES -- No mention shall be made in the proposal of Sales Tax, Use Tax, or any tax, as all amounts bid will be deemed and held to include any such taxes, which may be applicable. 1-1.05 INTERPRETATION OF PLANS AND DOCUMENTS -- If any person contemplates submission of a bid for the proposed contract and is in doubt as to the true meaning of any part of the services to be performed, they may submit a written request for an interpretation or correction thereof. The person submitting the request will be responsible for its prompt delivery. SP-3 Any interpretation or correction of the proposed documents shall be made only by addendum duly issued and copy of such addendum will be faxed and mailed or delivered to each person of record as receiving a set of such documents. The City will not be responsible for any other form of explanation or interpretation of the proposed documents. 1-1.06 ADDENDA OR BULLETINS -- All Bidders are advised as to the possibility of issuance of addenda affecting the items, scope or quantity of the work required for this project. Each Bidder shall be fully responsible for informing themselves as to whether or not any such addenda have been issued. The effect of all addenda to the Contract Documents shall be considered in the bid and said addenda shall be made a part of the Contract Documents and shall be returned with them. Failure to cover in a bid any such addenda issued may render the bid irregular and may result in its rejection by the City. 1-1.07 PLANS AND SPECIFICATIONS TO BE PROVIDED -- The City will provide the Contractor with five (5) sets of Plans and Specifications at no cost after the A ward of Contract. The Contractor shall obtain all additional sets at its own cost. SP-4 SECTION 2 2-1 BID BONDS AND MBE/WBE REQUIREMENTS AND CONDITIONS 2-1.01 GENERAL n Bids must submitted on the bid form contained herein. All bids shall be signed, sealed and accompanied by cash, cashier's check or bid bond made payable to the City of San Bernardino, in the amount of ten percent (10%) of the bid. Such cash, check or bond shaH be given as a guarantee that the bidder will enter into the contract if awarded to him. In the event the bidder, to whom the contact is awarded, refuses to execute said contract, and/or fails to file the necessary bonds and insurance certificate within ten (10) working days after the date of the City's Notice of Award, the Bidder shaH forfeit the bid bond to the City. Bynot executing the contract, the use by the public of the improvements wiH be delayed and the public wiH suffer great damage. From the nature of the case, it would be extremely difficult and impractical to fix the amount of said damage. Therefore, the City and the bidder agree that the bid guarantee of 10% of the bid shaH be paid to the City as forfeiture. Bid bonds shall be underwritten by a surety company having a rating in Best's most recent Insurance Guide of "A" or better. Bonds must be issued by a surety who is listed in the latest version of U.S. Department of Treasury Circular 570 and is authorized to issue bonds in the State of California. The Form of Bid Bond is contained in the Bid Documents in Part I of the Special Provisions. Notarization of the signatures of the Principal and the Surety and the Power of Attorney of the signing Surety shaH accompany this form. Any bid not accompanied by such bid bond will be rejected as invalid. 2-1.02 MINQRITY AND WOMEN'S BUSINESS ENTERPRISES -- A policy for establishing goals for participation of Minority and Women's Business Enterprises (MBE/WBE) was adopted by Resolution No. 95-409 of the Mayor and Common Council of the City of San Bernardino, on 11-20-95. This outreach program superseded Resolution No. 93- 411 and the Standard Operation Procedures dated January 1994. Bidder's outreach efforts (good faith efforts) must reach out to MBEs, WBEs and all other business enterprises. Prime bidders could reasonably be expected to produce a level of participation by interested subcontractors of ...Ii.. % MBE and i % WBE on this project. Bidders shaH make every reasonable effort to solicit bids from MBE/WBEs. A justification shaH be provided to support the rejection of any bid from a minority or women's business enterprise, certified by Caltrans. sP-s 2-1.03 MINORITY. WOMEN AND OTHER BUSINESS ENTERPRISES AND CITY PROCUREMENTS n It is the policy of the City of San Bernardino to provide Minority Business Enterprises (MBEs), Women Business Enterprises (WBEs) and all other enterprises an equal opportunity to participate in the perfonnance of all City contracts. Bidders shall assist the City in implementing this policy by taking all reasonable steps to ensure that all available business enterprises, including local MBEs and WBEs, have an equal opportunity to compete for and participate in City contracts. Bidders' good faith efforts to reach-out to MBEs, WBEs and all other business enterprises shall be detennined by the following factors: (1) The bidder attended pre-solicitation or pre-bid meetings, if any, scheduled by the City to infonn all bidders of the requirements for the project for which the contract will be awarded. The City may waive this requirement if the bidder certifies it is infonned as to those project requirements. (2). The bidder identified and selected specific items of the project for which the contract will be awarded to be perfonned by sub-contractors to provide an opportunity for participation by MBEs, WBEs and other business enterprises. The bidder shall, when economically feasible, divide total contract requirements into small portions or quantities to pennit maximum participation ofMBEs, WBEs and other business enterprises. (3) The bidder advertised for bids from interested business enterprises not less than ten calendar days prior to the submission of bids, in one or more daily or weekly newspapers, trade association publications, minority or trade oriented publications, trade journals, or other media specified by the City. (4) The bidder provided written notice of its interest in bidding on the contract to those business enterprises, including MBEs and WBEs, having an interest in participating in such contracts. All notices of interest shall be provided not less than ten calendar days prior to the date the bids were required to be submitted. In all instances, the bidder must document that invitations for sub-contracting bids were sent to available MBEs, WBEs and other business enterprises for each item of work to be perfonned. The Mayor's Affinnative Action Office shall be available to help identify interested MBEs, WBEs and other business enterprises. (5) The bidder documented efforts to follow up initial solicitations of interest by contracting the business enterprises to detennine with certainty whether the enterprises were interested in perfonning specific portions of the project. (6) The bidder provided interested enterprises with infonnation about the Plans. Specifications and requirements for the selected sub-contracting work. SP-6 (7) The bidder requested assistance from organizations that provide assistance in the recruitment and placement of MBEs, WBEs and other business enterprises not less than fifteen days prior to the submission of bids. (8) The bidder negotiated in good faith with interested MBEs, WBEs and other business enterprises and did not unjustifiably reject as unsatisfactory bids prepared by any enterprises, as determined by the City. As documentation the bidder must submit a list of all sub-bidders for each item of work solicited, including dollar amounts of potential work for MBEs, WBEs and other business enterprises. (9) The bidder documented efforts to advise and assist interested MBEs, WBEs and other business enterprises in obtaining bonds, lines of credit, or insurance required by the City or Contractor. If the City has established expected levels of participation for MBE and WBE sub- contractors, failure to meet those levels shall not be a basis for disqualification of the bidder. A determination of the adequacy of a bidders' good faith effort must be based on due consideration of the indicia of good faith as set forth above. In the event that the City is considering awarding away from the lowest bidder or not awarding a contract to a proposed bidder because the bidder is determined to be non-responsive for failure to comply with the good faith indicia set forth above, the City shall, if requested, and prior to the award of the contract, afford the bidder the opportunity to present evidence to the Mayor and Common Council in a public hearing of the bidders' good faith efforts in making its outreach. In no case should the City award away pursuant to this program if the bidder makes a good faith effort but fails to meet the expected levels of participation. For the purposes of this Policy, "minority" shall be synonymous with "minority person" as defined in California Public Contract Code Section 2000(f). Nothing herein restricts the discretion of the City to reject all bids in accord with Charter Sections 140 and 238 or Chapter 3.04 of the San Bernardino Municipal Code. The directions set forth herein shall take effect immediately, and all City Departments shall modify their implementation programs to the extent such programs are inconsistent with this policy. 2-1.04 SUBMISSION OF MBE/WBE INFORMATION - GOOD FAITH EFFORTS - The Contractor may submit the MBE/WBE INFORMATION - GOOD FAITH EFFORTS document with the contract Bid Documents prior to the hour of the bid opening. If this document is not submitted with the Bid Documents, it must be submitted to the Public Works Division, upon request, by 4:30 p.m. on the fourth working day following the day of the bid openmg SP-7 SECTION 3 3-1 A WARD AND EXECUTION OF CONTRACT 3-1.01 GENERAL -- Award of the contract will be made by the Mayor and the Common Council at a Council meeting. The bidder, to whom the contract is awarded, shall file with the Engineer all required bonds and insurance policies, and execute the contract within 10 calendar days after receiving notification of the award. Failure to file the stipulated documents and execute the contract within the prescribed time shall constitute good and sufficient grounds for rescission of the award and payment of 10% of the bid to the City as liquidated damages. 3-1.02 CONTRACT BONDS -- The Payment and Faithful Performance Bonds shall be filed with the Engineer before the contract is executed by the City in accordance with Section 2- 4, "CONTRACT BONDS", of the Standard Specifications. The contract bonds, including Payment Bond (Material and Labor Bond) and Performance Bond shall be underwritten by a surety company having a rating in Best's most recent Insurance Guide of "A" or better. Bonds must be issued by a surety who is listed in the latest version of U.S. Department of Treasury Circular 570 and is authorized to issue bonds in California. 3-1.03 DISOUALIFICATION OF BIDDERS -- In the event that any Bidder acting as a prime contractor has an interest in more than one submitted bid, all such submitted bids will be rejected and the Bidder will be disqualified. This restriction does not apply to subcontractors or suppliers who may submit quotations to more than one Bidder and, while doing so, may also submit a formal bid as a prime contractor. No contract will be executed unless the Bidder is licensed in accordance with the provisions of the State Business and Professions Code. The Contractor shall fill out all documents contained in the Bid Document section. and comply with all the requirements of the Bid Documents and specifications contained in the Special Provisions. SP-8 3-1.04 AWARD OF CONTRACT -- Following a review of the bids, the City shall detennine whether to award the contract or to reject all bids. The award of contract, if made, will be to the lowest responsible Bidder as detennined solely by the City. Additionally, the City reserves the right to reject any or all bids, to accept any bid or portion thereof, to waive any irregularity and to take the bids under advisement for the period of time stated in the legal notice inviting sealed bids as may be required to provide for the best interest of the City. The Contractor's original signature on the Bid Fonn shall constitute a commitment on the part of the Bidder to furnish the items as set forth in the Bid Fonn, the Instructions to Bidders, the Plans, the Special Provisions and the Notice Inviting Bids. The Bidder to whom the contract is awarded shall be notified upon approval of the contract by the City Council. The Notice Inviting Sealed Bids, the Instructions to Bidders, the Bid Fonn, the Plans, Special Provisions and Standard Specifications, Addendum, together with any attachments, shall be considered as part of the contract between the City and the Contractor to whom the contract is awarded. In no event will an award be made until all necessary investigations are made as to the responsibility and qualifications of the Bidder to whom the award is contemplated. 3-1.05 REOUIRED EXAMINA nON OF ALL CONTRACT DOCUMENTS A. Before submitting a Bid, each Bidder shall thoroughly examine and be familiar with the Specifications, Plans, and addenda, or any other Contract Documents. The submission of a Bid shall constitute an acknowledgement upon which the City may rely that the Bidder has thoroughly examined and is familiar with all the Contract Documents. B. The failure or neglect of a Bidder to receive or examine any of the Contract Documents shall in no way relieve that Bidder from any obligation with respect to its Bid or to the Contract. No claim for additional compensation will be allowed which is based upon a lack of knowledge of any Contract Documents. C. The Bidder shall not be allowed any extra compensation by reason of any matter or thing, concerning that which such the Bidder might have fully infonned himself prior to the bidding. D. No Bidder shall at any time after submission of a bid make any claim or assertion that there was any misunderstanding or lack of infonnation regarding the nature or amount of work necessary for the satisfactory completion of the job. SP-9 3-1.06 REOUIRED INSPECTION OF THE SITE -- A. Bidders are required to inspect the site of the work to satisfy themselves by personal examination, or by such other means as they may prefer, of the location of the proposed work, and of the actual conditions, including subsurface of, and at, the site of the work. B. If, during the course of examination, a Bidder finds facts or conditions that appear to be in conflict with the letter or spirit of the bidding documents, the Bidder shall notify the Engineer immediately. C. Submission of a Bid by the Bidder shall constitute conclusive evidence that, if awarded the Contract, it has relied and is relying on its own examination of the following: 1. The site of the work. 2. Access to the site. 3. All other data and matter requisite to the fulfillment of the work. 4. The Bidder's own knowledge of existing facilities on and in the vicinity of the site of the work under the Contract. 5. The conditions to be encountered. 6. The character, quality, scope and complexity of the proposed work. 7. The quality and quantity of the materials to be furnished. 8. The requirements of the Specifications, Plans, any addenda, or any other Contract Documents. D. The information provided by the City is not intended to be a substitute for, or a supplement to, the independent verification by the Bidder to the extent such independent investigation of site conditions is deemed necessary or desirable by the Bidder. SP-IO SECTION 4 4-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK TIME OF COMPLETION AND LIOUIDATION DAMAGES 4-1.01 GENERAL Attention is directed to the provIsIOns in Section 6-1, "Construction Schedule and Commencement of Work", in Section 6-7.1, "Time of Completion" and in Section 6-9, "Liquidated Damages" of the Standard Specifications and these Special Provisions. 4-1.02 WORKING DAYS -- The Contractor shall diligently prosecute the work to completion before the expiration of ..2!L WORKING DAYS from the date of the "NOTICE TO PROCEED" 4-1.03 LIOUIDATED DAMAGES -- The Contractor shall pay to the City of San Bernardino the sum of $500.00 per day for each calendar day's delay in finishing the work in excess of the number of working days prescribed above. In case all the work called for is not completed in all parts and requirements within the time specified, the City shall have the right to grant or deny an extension of time for completion, as may seem best to serve the interest of the City. The Contractor will not be assessed with liquidated damages during the delay in the completion of the work caused by acts of God or of the Public Enemy, acts of the State, fire not due to acts of Contractors .or Subcontractors, epidemics, quarantine, restrictions, freight embargo, unusually severe weather, or delays of Subcontractors due to such causes provided that the Contractor shall, within ten (10) days from the beginning of such delay, notify the City, in writing, of the cause of the delay. The City will ascertain the facts and the extent of the delay, and the findings thereon shall be final and conclusive. The Contractor's proposed Construction Schedule shall be submitted to the Engineer within ten (10) working days after the date of the Notice of Award of the Contract. The schedule shall be supported by written statements from each supplier of materials or equipment indicating that all orders have been placed and acknowledged and setting forth the dates that each item will be delivered. The schedule shall be in the form of a tabulation, chart or graph. SP-ll 4-1.04 PROGRESS REPORTS AND ACCOUNTING OF CONTRACTOR WORKING DAYS -- The Contractor shall submit periodic Progress Reports to the Engineer by the tenth of each month. The report shall include an updated Construction Schedule. Any deviations from the original schedule shall be explained. Progress payments will be withheld pending receipt of any outstanding reports. Section 6-7.3. "Contract Time Accountin)!". o(the Standard Specifications is superseded bv these Special Provisions. The Engineer or his/her designee will make a daily determination of each working day to be charged against the contract time. Per contract written request, the Engineer will provide working and non-working days to the Contractor. 4-1.05 INSPECTION -- The contractor is responsible to notify the Public Works/Engineering Division 48 hours prior to start of any work. Any work performed without inspection by the City is subject to rejection and removal of work performed, and at contractor expense, the work will have to be reconstructed. At the inspector's request and the contractor's expense, any pipes less than 24" must be inspected by camera for joint grouting and any other inspection. For inspection after regular working hours, see Section 6-1.06 "HOLIDAYS. WORKING DAYS AND HOURS", of these Special Provisions. SP-12 SECTION 5 5-1 LEGAL REQUIREMENTS 5-1.01 INSURANCE REQUIREMENTS -- Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his agents, representatives, employees or subcontractors. The Contractor shall indemnify and save harmless the City of San Bernardino, the State of California, the County of San Bernardino and/or any incorporated city from all claims or suits for damages arising from the prosecution of the contract work, as more fully described in Subsection 5-1.06, "Contractor's Liability". . The Contractor agrees to protect, defend and indemnify the City of San Bernardino against loss, damage or expense by reason of any suit claims, demands, judgements and causes of action caused by the Contractor, its employees, agents or any subcontractor, or by any third party arising out of or in consequence of the performance of all or any operations covered by the Certificate of Insurance. The Contractor, at its option, may include such coverage under Public Liability coverage. 5-1.02 LIABILITY INSURANCE -- The Contractor's attention is directed to Section 7-3, "Liability Insurance", of the Standard Specifications, providing that the Contractor shall furnish the City with a policy or certificate of liability insurance prior to execution of the contract. All of the Insurance Policies shall name the City of San Bernardino as an additional insured. The endorsement shall be provided by/or agent of the insurance company and shall be notarized to that affect. ACCORD Forms are not acceptable, nor forms signed by the broker, unless they have Power of Attorney to bind the insurance provider. (See attached sample forms.) Contractor shall maintain minimum limits of insurance no less than: 1. General Liability: $1,000,000.00 per occurrence and $2,000,000.00 aggregate for bodily injury, personal injury and property damage. Commercial General Liability Insurance or other form with a general aggregate limit shall apply separately to this project/location; SP-13 2. Products/Completed Operations: $1,000,000.00 per occurrence and $2,000,000.00 aggregate; 3. Automobile Liability: $1,000,000.00 per accident for bodily injury and property damage; 4. Emplover's Liabilitv: $1,000,000.00 per accident for bodily injury or illness; 5. Course of Construction: Completed value of the project. 5-1.03 WORKER'S COMPENSA nON INSURANCE -- The Contractor's attention is directed to Section 7-4, "Worker's Compensation Insurance", of Standard Specifications, providing that the Contractor shall file a signed certification Certificate of Worker's Compensation Insurance before execution of the contract. 5-1.04 PAYMENT OF PREY AILING WAGE RATE -- The Contractor and all subcontractors shall pay each craft or worker employed on this project not less than the prevailing wage rates specified in Resolution No. 90-358 of the Mayor and Common Council of the City of San Bernardino. The Engineer shall have the right to interview any craft or worker on the project site in order to verify payment of prevailing wage rates in accordance with Resolution No. 90-358. Prevailing wage shall comply with current rates and all updates. 5-1.05 PAYROLL RECORDS -- The Contractor's attention is directed to the following provisions of Labor Code Section 1776 (Stats.1978, Ch. 1249). The Contractor shall be responsible for the compliance with these provisions by his subcontractors. (a) The Contractor and all subcontractors 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 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: SP-14 (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. (c) Each Contractor shall file a certified copy of the records enumerated in subdivision (a) with the Engineer on a weekly basis. It will be the Contractor's responsibility to submit the records enumerated in subdivision (a) for all his subcontractors, in addition to his own employees. Failure to submit the records enumerated in subdivision (a) on a timely basis shall constitute good and sufficient reason for withholding the partial payments for work accomplished. 5-1.06 CONTRACTOR'S LIABILITY -- The City of San Bernardino, the Mayor, the City Councilor the Engineer shall 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 of the materials or other things used or employed in performing the work; or for injury to any person or persons, either workers or the public; or for damage to any person or persons, either workers or the public; or for damage to adjoining property from any cause which might have been prevented by the. Contractor, or his workers, or anyone employed by him; against all of which injuries or damages to persons and property the Contractor, having control over such work, must properly guard. The Contractor shall be responsible for any damage to any person or property resulting from defects, obstructions, or any time before its completion and final acceptance, and shall indemnify and save harmless the City of San Bernardino, the Mayor, the City Council and the Engineer from all suits or actions of every name and description brought for, or on account of, any injuries or damages received or sustained by any person or persons, by the Contractor, his servants or agents, in the construction of the work or in consequence of any negligence in guarding the same, in improper materials used in its construction, by or on account of any act or omission of the Contractor or his agents, and so much of the money due the Contractor under and by virtue of the Contract as shall be considered necessary by the City may be retained by the City until disposition has been made of such suits or claims for damages aforesaid. If, in the opinion of the Engineer, the precautions taken by the Contractor are not safe or adequate at any time during the life of the Contract, the Engineer may order the Contractor to take further precautions, and if the Contractor shall fail to do so, the Engineer may order the work done by others and charge the Contractor for the cost thereof, such cost to be deducted from any monies due, or becoming due, the Contractor. Failure of the Engineer to order such additional precautions, however, shall not relieve the Contractor from his full responsibility for public safety. SP-15 5-1.07 ATIORNEY'S FEES AND ARBITRATION -- The prevailing party in any legal action to enforce or interpret any provisions of this Agreement will be entitled to recover from the losing party all attorney fees, court costs and necessary disbursements in connection with that action. The costs, salary and expenses of the City Attorney and members of his office, in connection with that action, shall be considered as attorney's fees for the purposes of this Agreement. Caltrans Standard Specifications Section 9-1.10 regarding Binding Arbitration is hereby specifically excluded from this Contract. 5-1.08 WITHDRAWAL OF BIDS -- A bid may be withdrawn by a written request signed by the Bidder. Such requests must be delivered to the City's designated official prior to the bid opening hour stipulated in the "Notice Inviting Bids" or an amended date and hour stipulated in a signed addenda to the Special Provisions. The withdrawal of a bid will not prejudice the right of the Bidder to submit a new bid, providing there is time to do so. Bids may not be withdrawn after said bid opening hour without forfeiture of the bidder's bid guarantee. 5-1.09 IRREGULAR BIDS -- Unauthorized conditions, limitations, or provisions attached to a bid will render it irregular and may cause its rejection. The completed bid forms shall be without interlineations, alterations, or erasures. No oral, telegraphic, or telephonic bid, modification, or withdrawal will be considered. 5-1.10 CITY BUSINESS REGISTRATION CERTIFICATE -- The Contractor warrants it possesses, or shall obtain, and maintain during the term of this Agreement, a business registration certificate pursuant to Title 5 of the City of San Bernardino Municipal Code, and any and all other licenses, permits, qualifications, insurance and approvals of whatever nature that are legally required of contractor/consultant/vendor to practice its profession, skill or business. Contractor shall obtain a City of San Bernardino Business Registration its own expense. SP-16 ACCORD CERTIFICATE OF INSURANCE DATE (MMNYIOD) 00/00/00 THIS IS TO CERTIFY THAT THE POUCIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOlWITHSTANDING ANY REQUIREMENT, TERM, OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POUCIES DESCRIBED HEREIN IS SUBJECT TO AU. THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POUCIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. eo LTR PRODUCER COMMERCIAL ASSOCIATES INS., INC. 1226 EAST LA PALMA AVE. ANAHEIM, CA 92807 (714) 524-4949 FAX: (7145) 524-4940 INSURED YOUR COMPANY NAME AND ADDRESS COVERAGES TYPE OF INSURANCE POLICY NUMBER GENERAL LIABILITY x COMMERCIAL GEN LIABILITY A a CLAIMS 0 OCCUR MADE OWNER'S & CONTRACTOR'S PROf 102267576 x AUTOMOBILE LIABILITY X ANY AUTO AlL OWNED AUTOS B BAP 5197135 SCHEDULED AUTOS HIRED AUTOS NON-OWNED AUTOS GARAGE LIABILITY ANY AUTO WORKERS COMPENSATION AND EMPLOYER'S LIABILITY c THE PROPRIRETORl PARTNERS/EXECUTIV E OFFICERS ARE INCL EXeL THIS CERTIFICATE ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND. EXTEND. ORAL TER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE COMPANY A COMPANY B COMPANY C COMPANY D CNA - TRANSCONTINENTAL CNA - VALLEY FORGE CHUBB GROUP - FEDERAL INSURANCE POLICY EFFECTIVE DATE (MMIYY/DD) POLICY EXPIR DATE (MMlYY/DDI LIMITS 02101198 EACH OCCURRENCE $ 1000 000 FIRE DAMAGE ANY ONE FIRE $ 500000 MED EXP (ANY ONE PERSON) $ 5,000 02/01199 PERSONAL & ADV INJURY $1,000 000 GENERALAGREGATE $ 2,000,000 PRODUCTS-COMP/OP AGG $2,000,000 COMBINED SINGLE LIMIT $ 1 000000 BODILY INJURY PER PERSON BODILY INJURY PER ACCIOENT PROPERTY DAMAGE PER ACCIOENT AUTO ONLY - EACH ACCIDENT OTHER THAN AUTO ONL '( EACH ACCIDENT OTrlER THAN AUTO ONL '( AGGREGATE WORKERS COMP X STATUTORY LIMITS $ $ $ E,L. EACH ACCIDENT $1,000,000 $1,000,000 $1,000,000 02101198 02101/99 E.L. DISEASE EA EMPLOYEE EL DISEASE POLICY LIMIT OTHER DESCRIPllON OF OPERATIONSlLOCA TlONSNEHlCLESISPEClAL ITEMS JOB LOCATION: ALL CALIFORNIA OPERATIONS OF THE NlAMED INSURED RE: (INSERT PROJECT NAME) BELOW NlAMES AS ADDITIONAL INSURED WITH RESPECT TO GENERAL LIABILITY AS REQUIRED BY PROJECT CONTRACT CERTIFICATE HOLDER THE CITY OF SAN BERNARDINO DEPARTMENT OF DEVELOPMENT SERVICES DIVISION OF PUBLIC WORKS 300 NORTH "D" STREET, 3". FLOOR SAN BERNARDINO, CA 92418-0001 ACCORD 25-8 1195 CANCELLATION SHOULD ANY OF THE ABOVE OESCRIBED POUCIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUEINO COMPANY WlU MAlL.1i.. DAYS WRITTEN NOTICE TO THE CERTIFICATE HOlDER NAMES TO THE LEFT. AUTHORIZED REPRESENTATIVE JOHN E. SMITH (SIG!\iAn.RE) @ACCORDCORPORATlON SP-17 COMMERCIAL GENERAL LIABILITY NAMED INSURED: POLICY NUMBER: THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY ADDITIONAL INSURED n_m OWNERS, LESSES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART-OCCURRENCE SCHEDULE NAME OF PERSON OR ORGANIZATION: CITY OF SAN BERNARDINO DEVELOPMENT SERVICES/PUBLIC WORKS 300 NORTH "D" STREET, 3RD FLOOR SAN BERNARDINO, CA 92418-0001 SIMPLE ONLY (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" for that insured by or for you. NOTE: MUST BE SIGEND BY AUTHORIZED REPRESENTATIVE FOR PROVIDER SUPPLY POWER OF ATTORNEY GIVING AUTHORITY TO BIND CG 20 10 11 85 Authorized Representative for CNA Insurance Group Golden Eagle Insurance Company SP-18 SECTION 6 6-1 GENERAL 6-1.01 INCREASED OR DECREASED QUANTITIES -- If the total pay quantity of any item of work subject to the provisions in Section 3-2.2.1, "Contract Unit Prices" ,"increased or decreased quantities", of the Standard Specifications varies by more than 25 percent, compensation payable to the Contractor will be determined in accordance with said Section 3- 2.2.1 and these Special Provisions. When the compensation payable for the number of units of an item of work performed in excess of 125 percent of the Engineer's Estimate is less that 51,500 at the applicable contract unit price, the Engineer reserves the right to make no adjustment in said price if he so elects, except that an adjustment will be made if requested in writing by the Contractor. Such Contractor's request shall be accompanied by adequate, detailed data to support costs of the item. Should the total pay quantity of any item of work required under the contract be less than 75 percent of the Engineer's Estimate, therefor, the Engineer reserves the right to make no adjustment in said price if he so elects, except that an adjustment will be made if requested in writing by the Contractor. Such Contractor's request shall be accompanied by adequate, detailed data to support costs of the item. The payment of the total pay quantity of such item of work will in no case exceed the payment which would be made for the performance of 75 percent of the Engineer's Estimate of the quantity at the original contract unit price. 6-1.02 SOUND CONTROL REOUIREMENTS -- Sound control shall comply with Chapter 8.54 of the City of San Bernardino Municipal Code and these Special Provisions. The noise level from the Contractor's operations between the hours of 9:00 p.m. and 6:00 a.m. shall not exceed 86 dbA at the distance of 50 feet. This requirement in no way relieves the Contractor from responsibility for complying with local ordinances regulating noise levels Said noise level requirements shall apply to all equipment on the job or related to the job, including but not limited to trucks, transit mixers or transient equipment that mayor may not be owned by the Contractor. The use of loud sound signals shall be avoided in favor of light warnings except those required by safety laws for the protection of personnel. SP-19 6-1.03 NA TrONAL POLWT ANT DISCHARGE ELrMINA TrON SYSTEM (NPDES) REQUIREMENTS -- The Contractor shall adhere strictly to Sections 7-8 and 7-10 of the Standard Specifications for Public Works (Green Book) through the entire project. The Contractor, without limitation, shall be responsible to provide and implement Best Management Practices to comply with National Pollution Discharge Elimination System (NPDES) standards and practices. The Contractor shall be responsible, to the fullest extent possible, not to permit any contaminants, including soil, to enter any drainage system. Contractor shall be responsible to be prepared to provide hay bales or similar devices to prevent erosion from being washed into the storm drain system. The Contractor shall be responsible to maintain equipment so that oil, grease, gasoline, diesel fuel, et aI., does not contaminate areas subject to run-off. The Contractor and its Surety shall fully indemnify the City for any pollution damage and/or cleaning costs. AII construction on off-site or on-site improvements shall adhere to NPDES (National Pollution Discharge Elimination System) Best Management Practices to prevent deleterious materials or pollutants from entering the City or County storm drain systems. The following are the areas to be addressed where aOl'licable: 1. Handle, store and dispose of materials properly. 2. A voiding excavation and grading activities during wet weather. 3. Construct diversion dikes and drainage swales around working sites. 4. Cover stockpiles and excavated soil with secured tarps or plastic sheeting, 5. Develop and implement erosion control plans. 6. Check and repair leaking equipment away from construction site. 7. Designate a location away from storm drains for refueling. 8. Cover and seal catch basins whenever working in their vicinity. 9. Use vacuum with all concrete sawing operations. 10. Never wash excess material from aggregate, concrete or equipment onto a street II. Catch drips from paver with drip pans or absorbent material. 12. Clean up all spills using dry methods. 13. Sweep all gutters at the end of each working day. Gutters shall be kept clean after leaving construction site, 14. Call 911 in case of a hazardous spill. 15. Keep a running log of all activities in connection with the Storm Water Pollution Prevention Plan (SWPPP) 16. Name a person, on site, responsible for complying with S.W,P,P,P, Best Management Practices (BMPs). Best Management Practices shall be defined as any program, technology, process, siting criteria, operating method, 'measure, or device which controls, prevents, removes, or reduces pollution. The Contractor shall obtain and refer to the California Storm Water Best Management Practice Handbooks, Volume 3 Construction BMP Handbook and the County Regional Best Management Practices Handbook for Construction Activities. SP-20 The Contractor shall have a minimum of two (2) readily accessible copies of each publication on the Work site at all times. The Contractor shall implement the following BMPs III conjunction with the construction operation and activities: CONSTRUCTION PRACTICES Water Conservation Practices Dewatering Paving Operations Structure Construction and Painting MATERIAL MANAGEMENT Material Delivery and Storage Material Use Spill Prevention and Control WASTE MANAGEMENT Solid Waste Management Hazardous Waste Management Contaminated Soil Management Concrete Waste Management Sanitary/Septic Waste Management VEHICLE AND EOUIPMENT MANAGEMENT Vehicle and Equipment Cleaning Vehicle and Equipment Fueling Vehicle and Equipment Maintenance VEGETATIVE STABILIZATION Scheduling Preservation of Existing Vegetation Temporary Seeding and Planting Mulching PHYSICAL STABILIZATION Geotextiles and Mats Soil Stabilizer/Dust Control Temporary Stream Crossing Stabilized Construction Roadway Stabilized Construction Entrance SP-21 RUNOFF DIVERSION Sodding, Grass Plugging, and Vegetative Buffer strips Earth Dikes, Drainage Swales, and Lined Ditches Top and Toe of Slope Diversion Ditches/Berms Slope Drains and Subsurface Drains VELOCITY REDUCTION Flared Culvert End Sections Outlet ProtectionlVelocity Dissipation Devices Check Dams Slope Roughening/TerracinglRounding SEDIMENT TRAPPING Silt Fences Straw Bale Barrier Sand Bag Barrier Brush or Rock Filter Storm Drain Inlet Protection Sediment Traps Sediment Basin Additional BMPs may be required as a result of a change in actual field conditions, contractor activities, or construction operations. When more than one BMP is listed under each specific BMP category, the Contractor shall select the appropriate and necessary number of BMPs within each category in order to achieve the BMPobjective. BMPs for contractor activities shall be continuously implemented throughout the project. Resourcesto implement BMPs for erosion control and sedimentation shall be readily available and implemented throughout the construction phase and whenever the National Weather Service predicts rain within 24 hours. BMPs for erosion control and sedimentation shall also be implemented prior to the commencement of any contractor activity or construction operation that may produce run-off, and whenever run-off from other sources may occur. The CITY, as a permittee, is subject to enforcement actions by the State Water Resources Control Board, Environmental Protection Agency, and private citizens. The CITY may assess the Contractor a penalty of $1,000 for each calendar day that the Contractor has not fully implemented the BMPs specified for the Contract and/or is otherwise in noncompliance with these provisions. In addition, the CITY will deduct, from the final payment due the Contractor, the total amount of any fines levied on the CITY, plus legal and staff costs, as a result of the Contractor's lack of compliance with these provisions and/or less than complete implementation of the specified BMPs. SP-22 Full compensation for the implementation of BMPs, including the construction, removal, and the furnishing of all necessary labor, equipment, and materials, shall be considered as included in the prices bid for the various items of work Storm Water Pollution Prevention Plan (SWPPP). A Storm Water Pollution Prevention Plan (SWPPP) shall be defined as a report that includes site map(s), identification of construction and contractor activities that could pollute storm water, and a description of measures and practices to control the potential pollutants. The preparation and implementation of the SWPPP is intended to ensure that the Contractor will make every reasonable effort to prevent the pollution of water resources during the period of construction. All projects, regardless of size, shall have a SWPPP developed prior to the performance of any soil disturbing activities. Projects over one acre are placed under the regulations of the National Pollutant Discharge Elimination System (NPDES) General Permit for Storm Water Discharge Associated with Construction Activity. In the State of California, these regulations are adopted by the State Water Resources Control Board and as such projects that fall into this category must submit a Notice of New Construction (NONC) to the State Water Resources Control Board (SWRCB) to obtain a waste discharge identification number (WOlD). This information is available for review and downloading on the State of California, Department of Transportation web site at http://www.dot.ca.gov/hq/construclstormwater/manuals. SWPPP's over one acre shall be prepared under the supervision of, and signed by, a Civil Engineer registered by the State of California. All SWPPP's shall include and incorporate BMPs that address contractor activities, erosion, and sedimentation control. The SWPPP shall also include and incorporate appropriate BMPs for run-off generated by construction activities and other non-storm water sources. During all periods of construction, excavated soils which are stored on-site shall be completely covered with waterproof material and sand (or gravel) bagged or bermed in order that, in the event of a storm, no soil becomes mixed with or transported by storm water run-off. If, during construction operations, field conditions change in a manner which, in the opinion of the Field Engineer, significantly deviates from how the SWPPP, as approved by the CITY, addressed the current construction operation, the Field Engineer may direct the Contractor to revise the current construction operation and/or the SWPPP. Such directions will be made in writing and will specify the items of work for which the SWPPP is inadequate. No further work on these items will be permitted until the Contractor revises the construction operations to the satisfaction of the Field Engineer and/or until the Contractor submits a reVIsed SWPPP and receives CITY approval. The Field Engineer will notify the Contractor of the acceptance or rejection of the revised SWPPP within seven (7) working days from the date of submittal. SP-23 The SWPPP shall be submitted to the CITY for review and approval a minimum of twenty (20) working days prior to the commencement of construction operations in accordance with 6-1.03 of these Special Provisions. Full compensation for preparation of the SWPPP, revisions to the SWPPP, and all other related costs shall be considered as included in the prices bid for the various items of work. The City's NPDES Division shall be contacted prior to any work to determine whether or not the project will require the development of a Water Quality Management Plan (WQMP). THE CONTRACTOR SHALL COMPLY WITH THESE REQUIREMENTS AND CITY ENGINEER'S DIRECTIONS DURING THE COURSE OF CONSTRUCTION. 6-1.04 PERMITS AND LICENSE -- The Contractor shall pay for and obtain a City Business Registration prior to the execution of the contract. Prior to the commencement of work, the Contractor shall obtain a construction permit at no cost from the City of San Bernardino, Public Works Division, Engineering Section, located at San Bernardino City Hall, 300 North "D" Street, 3'd Floor, San Bernardino, CA 92418. The permit shall be kept in a readily available place on the job site at all times during construction. While no fee will be charged for the permit, no permit will be issued unless the Contractor provides a code reference number from USA. Contractor shall obtain all required permits from all other City of San Bernardino Departments/divisions and/or agencies including, but not limited to, Building Division, Public Services - Sewer, Water, County Flood Control, Railroad, Caltrans, Fish & Game, Corp. of Engineers, Regional Water Quality Board, etc., at his/her own expense, unless otherwise stated in the Plans and Specifications. These fees and permits shall include water and sewer hook-up, meter, inspection and flagging fees. Contractor shall obtain a City of San Bernardino Business License at his/her own expense. 6-1.05 EXTRA WORK AND MARKUP -- Any extra work done shall conform to the provisions of Section 3.3, "Extra Work", of the Standard Specifications, subject to the restrictions of Section 20452 and 20455 of the Public Contract Code. A. Work bv Contractor The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: I) 2) 3) 4) Labor Material Equipment Rental Other items and Expenditures 20 15 15 15 SP-24 To the sum of the costs and markups provided for in this subjection, compensation for bonding shall be at the rate specified by the bonding company. B. Work bv Subcontractor When all or any part of the extra work is performed by a Subcontractor, the markup established above shall be applied to the Subcontractor's actual cost of such work, also a markup of 10 percent on the first $5,000.00 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000.00 of the subcontracted portion of the extra work may be added by the Contractor. 6-1.06 HOLIDAYS. WORKING DAYS AND HOURS -- The Contractor's activities shall be confined to the hours between 7:00 a.m. and 4:30 p.m., Monday through Friday, excluding holidays, as defined in this section. Deviation from these hours will not be permitted without the prior consent of the Engineer, except in emergencies involving immediate hazard to persons or property. No traveled lane shall be closed during rush hour, (7:00 a.m. to 8:30 a.m. and 4:30 p.m. to 6:00 p.m., unless approved by the Engineer. The Contractor shall coordinate with the Engineer regarding working hours prior to start of construction. In the event of either a requested or emergency deviation, inspection service fees will be charged against the Contractor. The service fees will be calculated at overtime rates, including benefits, overhead and travel time. The Contractor will coordinate inspections with the Public Works Inspector 48 hours prior to any work being done during evenings or Saturdays. Designated legal Holidays are: January 1st, the third Monday in January, the third Monday in February, the last Monday in May, July 4th, the first Monday in September, November 11th, Thanksgiving Day and the Friday following, December 25th and the wOl:king day preceding or following (as directed by the Mayor and Common Council) and the last working day of the year. When a designated legal holiday falls on a Sunday, the following Monday shall be a designated legal holiday. When a designated legal holiday falls on a Saturday, the preceding Friday shall be designated a legal holiday. 6-1.07 PAYMENTS -- Attention is directed to Section 9-3, "Payments", and 9-3.2, "Partial and Final Payment", of the Standard Specifications and these Special Provisions. No partial payment will be made for any materials which are furnished, but not incorporated in the work. The Contractor shall submit "As Built" project drawings to the Engineer prior to the release of final payment and/or bonds. SP-25 6-1.08 PROJECT APPEARANCE n The contractor shall maintain a neat appearance to the work including use of street sweeping. In any area visible to the public, the following shall apply: When practicable, broken concrete and debris developed during clearing and grubbing shall be disposed of concurrently with its removal. If stockpiling is necessary, the material shall be removed or disposed of weekly unless otherwise specified. 6-1.09 DISPOSAL OF EXCESS EXCAVATED OR REMOVED MATERIAL n Unless otherwise specified, all excess excavation or removed material shall become the property of the Contractor and shall be disposed of by him away from the site of the work. 6-1.10 SURVEYING SERVICE -- Surveying and/or contract staking shall be done per Section 2-9.2 of the Standard Specifications and these Special Provisions. The Contractor shall perform and be responsible for the accuracy of surveying adequate for construction. A California registered Civil Engineer licensed to perform surveying or a California registered Land Surveyor shall perform any surveying or staking, as directed by the Engineer, at the expense of the Contractor. The Contractor shall preserve construction survey stakes and marks for the duration of their usefulness. If any construction survey stakes are lost or disturbed and need to be replaced, such replacement shall be by the Contractor at the expense of the Contractor. In case of missing or incorrect ties, the Contractor's Surveyor shall restore ties as necessary at the expense of the Contractor. The Contractor shall submit to the City a copy of all survey notes and a Certificate Record of Survey. All existing monumentation shall be tied and recorded prior to construction. Comer Records shall be filed, pre and post construction, in accordance with Section 8771 of the Business and Professions Code (AB 1414). Final monumentation of alignments and new R/W lines shall be performed in accordance with the State of California Surveys Manual (latest edition). Record of Surveys or In-Lieu Maps, as applicable, shall be prepared and filed. One reproducible (mylar) copy of all filed maps and one photocopy of all filed Comer Records or Records of Survey shall be delivered to the City within 30 days of such filings. 6-1.11 APPROVED MATERIALS - Wherever the expression "or approved equal" is used, it shall be taken to mean the approval by the City Engineer of any substitution of material or material specified herein. All substitution requests shall state the reason for the request and the difference in price between the item specified and the requested substitution. SP-26 All substitution requests shall be submitted to the City Engineer in writing five (5) working days prior to the bid opening. No requests for substitutions will be considered by telephone. The Contractor shall submit to the Engineer for review and approval six (6) copies of all shop drawings. The Contractor shall make any corrections to shop drawings required by the Engineer. 6-1.12 CITY-FURNISHED MATERIALS - City-furnished material, when applicable as specified in other sections of these Special Provisions, shall comply with the following: A. Materials, if furnished by the City, will be made available as specified in these Special Provisions. The Contractor is responsible for loading, unloading, hauling and handling, and placing City-furnished materials. B. The Contractor shall inspect and assure itself of the amount and soundness of such materials. C. The Contractor will be held responsible for all materials furnished to it, and shall pay all demurrage and storage charges. City-furnished materials lost or damaged from any cause whatsoever shall be replaced by the Contractor. The Contractor will be liable to the City for the cost of replacing City-furnished material and such cost may be deducted from any monies due or to become due the Contractor. 6-1.13 CLAYTON ACT AND CARTWRIGHT ACT n Section 4551 of the State Government Code specifies that in executing a public works contract with the CITY to supply goods, services or materials, the Contractor or Subcontractor offers and agrees to assign to the CITY all rights, title and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2 commencing with Sec. 16700) of Part 2 of Division 7 of the Business and Professions Code, arising from purchase of goods, services or materials pursuant to the contract or subcontract. This assignment shall become effective when the CITY tenders final payment to the Contractor without further acknowledgement by the parties. 6-1.14 PROJECT ERRORS. OMISSIONS. INCONSISTENCIES. AND/OR DISCREPANCIES n In the event of errors, omissions, inconsistencies, and/or discrepancies among two or more portions of the Contract Documents, the Engineer may direct the Contractor to follow the most stringent requirements at no additional cost. Sp.27 If errors, omiSSIOn, inconsistencies, and/or discrepancies appear in the Contract Documents or in the work done by others affecting this work, the Contractor shall immediately notify the Engineer prior to proceeding with the work, and the Engineer shall issue appropriate instructions. If the Contractor proceeds with the work so affected, without instructions from the Engineer, the Contractor shall remove the incorrect work or make the necessary corrections to comply with the Engineer's instructions at no cost to the City of San Bernardino. In case of conflicts, errors, omissions, inconsistencies, and/or discrepancies on the plan sheets, it is assumed that the bid included the cost for implementing and/or constructing the discrepancy that would have the highest dollar value. 6-1.15 EMERGENCY INFORMATION -- The names, addresses and telephone numbers of the Contractor and subcontractors, or their representatives, which can be reached and will respond to calls 24 hours/day, shall be filed with the Office of the City Engineer prior to beginning work. 6-1.16 MAINTENANCE OF EXISTING IMPROVEMENTS -- The Contractor shall protect and maintain all existing improvements and facilities in place to remain from the first day of work under this contract to acceptance. Contractor is responsible for replacing any damaged improvement or facility to original condition or better. 6-1.17 CONTRACTOR'S SAFETY RESPONSIBILITY -- The Contractor shall be solely and completely responsible for conditions of the job site, including safety of all persons and property during performance of the work. This requirement shall apply continuously and not be limited to normal working hours. Safety provisions shall conform to U.S. Department of Labor (OSHA), the California Occupational Safety and Health Act, and all other applicable Federal, State, County, and City laws, ordinances, regulations, codes, the requirements set forth below, and any regulations that may be detailed in other parts of the Contract Documents. Where any of these are in conflict, the more stringent requirement shall be followed. 6-1.18 SAFETY SUPERVISOR AND MEETINGS -- A. The Contractor shall appoint an employee as safety supervisor who is qualified and authorize to supervise and enforce compliance with the Safety Program. The Contractor shall notify the Engineer in writing prior to the commencement of work of the name of the person who will act as the Contractor's Safety Supervisor. SP-28 B. The Contractor will, through and with his Safety Supervisor, ensure that all of its employees, and its subcontractors of any tier, fully comply with the Project Safety Policies. The Safety Supervisor shall be a full-time employee of the Contractor whose responsibility shall be for supervising compliance with applicable safety requirements on the work site and for developing and implementing safety training classes for all job personnel. C. The Contractor and its affected subcontractors shall attend safety coordination meetings. The minutes of their meetings shall be submitted to the Engineer. 6-1-19 MEETINGS-- A. The Contractor shall attend weekly progress meetings at the project site. B. In general, these meetings will be attended by the Contractor, the Engineer or his designee, and any subcontractors, suppliers, distributors or other concerned individuals with issues or items to discuss. C. Meeting minutes will be taken by the Engineer or his/her designee. The meeting minutes will be available to the Contractor at the following weekly meeting. The Contractor shall be responsible to distribute the meeting minutes to all parties performing work under his contract. D. The Engineer shall have the authority to require that a mandatory meeting be held at any time during normal work hours. E. These meetings shall be attended by the Contractor, the Engineer or his/her designee, and may subcontractors specified by the Engineer. 6-1.20 PAYMENT -- Full compensation for conforming to the requirements of Section 6 shall be considered as included in the prices paid for the various contract bid items of work involved and no additional compensation will be allowed therefor. SP.29 SECTION 7 7 -I UTILITIES 7-1.01 GENERAL n The location of all utility substructures that may affect the work shall comply with Section 5, "Utilities", of the Standard Specifications and these Special Provisions. Notify the Engineer immediately of any conflict. Match existing products. The Contractor is responsible for coordinating work with the utility owners. Certain companies, governmental agencies, or their contractors may be working within the construction area. Certain utility facilities at various locations within the project limits may be removed, relocated, abandoned, or installed by companies' or agencies' contractors. The Contractor shall coordinate his work with utility owners and their contractors. The Contractor shall exercise due caution to prevent any damage to/or movement of these utility facilities. Listed below are the utilities that may be affected, with the designated contact person. These names and phone numbers are listed for information purposes only. The Contractor is responsible for verifying phone numbers and contact persons. 1. SOUTHERN CALIFORNIA EDISON COMPANY 287 Tennessee Street Redlands, CA 92373 Phone: (909) 307-6788 Attn: Ben Murguia 2. SOUTHERN CALIFORNIA GAS COMPANY 1981 West Lugonia Avenue Redlands, CA 92373 Phone: (909) 335-7772 Attn: Devry Jennings 3. SAN BERNARDINO MUNICIPAL WATER DEPARTMENT Water Utility Division 195 North "D" Street San Bernardino, CA 9240 I Phone: (909) 387-7224 Attn: Ellis Williams SP-30 4. VERIZON 1980 Orange Tree Lane, Suite 100 Redlands, CA 92374-2803 Phone: (909) 748-6644 Attn: Fernando Lopez 5. TIME WARNER TELCOM OF CALIFORNIA (A DELPH/A , COMCAST) 1500 Auto Center Drive Ontario, CA 91761-1561 Phone: (909) 795-3349 Attn: Stewart King 6. TIME WARNER TELCOM OF CALIFORNIA (ADELPHlA; TC I) 1500 Auto Center Drive Ontario, CA 91761-1561 Phone: (909) 798-8588 Attn: Mark Davenhauer 7. TIME WARNER TELECOM OF CALIFORNIA 3281 Guasti Road, Suite #350 Ontario, CA 91761 Phone: (909) 456-3697 Attn: Richard Wilkerson Cell: (714) 801-6141 8. A.T. & T. - OSP Engineering Cable Maintenance & Right of Way 2741 N. Main Street Walnut Creek, CA 94596-2714 Phone: (925) 944-8416 Attn: Rosemary Hamill 9. A.T.&T. (SBC-PAC/FICBELLTELEPHONE) ATTN: Right-of-Way Liaison 1265 N. Van Buren Street, Room #180 Anaheim, CA 92807 Phone: (714) 666-5401 Attn: Susan Morgan 10. SPRINT COMMUNICA nONS Attn: Outside Plant Engineering 282 South Sycamore Street Rialto, CA 92376 Phone: (909) 874-7450 Attn: Lynn Durrett SP-31 11. MCI - Western Region OSP Outside Plant Construction 157 S. Lilac Street Rialto, CA 92376 Phone: (909) 421-5309 Attn: Chuck Trimble 12. CHARTER COMMUNICATIONS - N/A 13. EAST VALLEY WATER DISTRICT - N/A 14. SAN BERNARDINO COUNTY INFORMATION SERVICES NETWORK SERVICES Attn: Randy Miller, Division Chief 670 E. Gilbert Street San Bernardino, CA 92415 Phone: (909) 388-5910 Attn: Michele Watson 15. OMNITRANS 1700 W. 5th Street San Bernardino, CA 92411 Phone: (909) 379-7153 Attn: Allen Wild - Stops & Station Changes 16. CITY OF SAN BERNARDINO INFORMATION SERVICES - COMMUNICATIONS 300 North "D" Street 4th Floor , San Bernardino, CA 92418 Phone: (909) 384-5947 Attn: Larry Martin 17. CITY OF SAN BERNARDINO PUBLIC SERVICES DEPARTMENT STREET DIVISION 234 S, Mt. View A venue San Bernardino, CA 92408 Phone: (909) 384-5143 Attn: Elias Shehab SP-32 18. CITY OF SAN BERNARDINO PUBLIC SERVICES DEPARTMENT TRAFFIC SIGNALS 234 S. Mt. View, # 110 San Bernardino, CA Phone: (909) 384-5129 Attn: Scott Zehm 7-1.02 CONTRACTOR'S RESPONSIBILITY -- The Contractor shall verify the location of all underground utilities and services, including potholing, before proceeding with the excavation work, requesting in advance the services of inspectors from the utility companies in order to ascertain said locations. Damage to underground utilities resulting from neglect on the part of the Contractor shall be corrected and paid for by the Contractor. 7-1.03 COOPERATION AND COLLATERAL WORK -- The Contractor shall conform to the requirements of Section 7-7, "Cooperation and Collateral Work", of the Standard Specifications. 7-1.04 UTILITIES NOTIFICATION -- The Contractor shall notify all owners of public utilities seventy two (72) hours in advance of excavating around any of their facilities and substructures and shall also provide the same notice to Underground Service Alert of Southern California, telephone number 1/800/422-4133. 7-1.05 UTILITIES INTERFERENCE Utilities which are found, by exploratory location or by excavation, to interfere with the construction of this project will be relocated, altered, or reconstructed, or the Engineer may order changes in location, line or grade of the project structure, to be built in order to avoid said utility. The Contractor may coordinate the work with the utility owners. Abandoned utilities, which interfere with the construction of any portion of this project, may be cut by the Contractor, the interfering portion of the utility removed and open ends of the pipe sealed with a suitable plug or cap. 7-1.06 PAYMENT -- Full compensation for conforming to the requirements of this Section, not otherwise provided for, shall be considered as included in the prices paid for the various contract bid items of work involved and no additional compensation will be allowed therefor. SP-33 SECTION 8 8-1 DESCRIPTION OF WORK 8.1-01 DESCRIPTION OF WORK -- The description of work to be done consists, in general, of installing sewer pipe, manholes, cutting and reconnecting existing 4" sewer laterals, removal and replacement of manholes, abandoning of sewer manhole, sewer main and lateral, removal and reconstructing concrete cross gutter, and such other items or details, not mentioned above, that are required by the Plans, Standard Specifications, or these Special Provisions shall be performed, placed, constructed or installed. 8-1.02 ORDER OF WORK -- BLANK 8-1.03 CLEAN UP AND DUST CONTROL -- Clean up and dust control shall conform to provisions in Section 7-8.1, "Clean Up and Dust Control", of the Standard Specifications. The Contractor shall water down the site during periods of high winds as directed by the Engineer, including periods when the work is not actually in progress. Failure to respond to a directive to water the site in a prompt manner will result in the City making other arrangements to have this item of work done and the costs billed to the Contractor, or it shall be paid for by the Contractor as a deduction from his contract. 8-1. 04 PROJECT LOCATIONS n See separate bound Plans. The work to be done shall include furnishing all materials, equipment, tools, labor, taxes and incidentals as required by the Contract Documents to construct the project. Addenda issued during the time of bidding shall become a part of the documents furnished to all bidders for the preparation of bids, shall be covered in the bids, and shall be made a part of the contract. Each Bid shall include specific acknowledgement in the space provided of receipt of all Addenda issued during the bidding period. Failure to so acknowledge Addenda may result in the Bid being rejected as not responsive. SP-34 8-1.03 PRE-BID INQUIRIES -- NO ORAL representations or interpretations will be made to any Bidder as to the meaning of the Specifications, Plans, any addenda, or other Contract Documents. Written requests for an interpretation, or to identify a potential omission, discrepancy, or misunderstanding will be accepted until one week prior to bid opening. If there are any questions regarding this project, please contact: City Engineer's Office Third Floor 300 North "0" Street San Bernardino, CA 92418 Subject: 1-215 FREEWAY, SEGMENT 3, SEWER LINE RELOCATION PLANS & SPECIAL PROVISIONS NO. 11916 Attention: Robert Sepulveda, Engineering Associate, Project Manager Tel: (909) 384-55167; Fax: (909) 384-5155 E-mail: sepulveda Jo@sbcity.org SP-35 SECTION 9 9-1 TRAFFIC CONTROL 9-1.01 GENERAL -- Attention is directed to Section 7-10, "Public Convenience and Safety", of the Standard Specifications for Public Works Construction, 2006 Edition and these Special Provisions. Warning signs, lights, con~s, barricades and devices for use in performance of work upon highways shall conform to the "Manual on Uniform Traffic Control Devices", current edition, and the "California Supplement", current edition. The Contractor shall submit and obtain City approval for traffic control and traffic detour plans prior to the commencement of operations on a street. Traffic control and detour plans shall be based on the most recent "Manual on Uniform Traffic Control Devices", current edition, and the "California Supplement", current edition. All temporary traffic striping, and maintenance shall be done by the Contractor, including placement of temporary tape on all crosswalks. The Contractor shall restore all existing striping to original configuration as directed by the Engineer. All warning, regulatory and construction signs shall be fully reflectorized. The traffic cones to be used shall be thirty-six inches (36") in height, rubber or plastic, and be reflectorized. All work areas that remain after dusk must be properly illuminated at night to the satisfaction of the Engineer. The Contractor shall take all necessary measures to obtain a normal flow of traffic to prevent accidents and to protect the work throughout the construction stages until completion of the work. The Contractor shall be responsible for implementing the approved traffic control plan based on the most recent "Manual on Uniform Traffic Control Devices", current edition, and the "California Supplement", current edition. The Contractor shall make the necessary arrangements to provide and maintain barriers. cones. barricades, construction warnings, regulatory signs and any other safety control devices, including flagmen. The Contractor shall take measures necessary to protect all other portions of the work during construction and until completion, providing and maintaining all necessary barriers, barricade lights and striping, including crosswalks. In addition to the foregoing traffic control and safety measures, the Contractor shall immediately implement any measures requested by the Engineer defined as nect;ssary to ensure the proper flow of traffic, the protection of the public and/or the safety of the workers. SP-36 The Contractor shall maintain at all times the ability to respond to calls from the Engineer, including during non-working hours, to replace or provide additional traffic control or safety devices as required. All places of business and residences along the streets that are within the limits of any work shall be notified by the Contractor in writing at least seven (7) days prior to commencement of work. This notification shall explain the sequence of work and indicate any restrictions of parking and access. Verbal notification shall be given to all places of business and residences at least 18 hours in advance of commencing work that will affect access to and from their properties. 9-1.02 TURN RESTRICTIONS -- The Contractor shall post appropriate SIgnS restricting turns when directed to do so by the Engineer. 9-1.03 PARKING RESTRICTIONS Unless otherwise specified herein, the Contractor may post temporary "NO PARKING" signs within the area of work as required to facilitate construction operations, with prior approval of the Engineer. The Contractor shall furnish, maintain, and install (seven days prior to the start of work) all "TEMPORARY NO PARKING" signs with the duration of the no parking time written on them. The Contractor will be responsible for posting, removing, and maintaining these signs as required for this project. The Contractor shall make his own arrangements relative to keeping the working area clear of parked vehicles. The Contractor shall obtain prior approval from the Engineer for removal of vehicles. 9-1.04 TRAFFIC LANES -- Traffic lanes shall have a minimum width of 10 feet with a minimum of one lane open in each direction. A minimum shoulder width of 2 feet shall be provided adjacent to curbs, posts and other similar obstructions, and 5 feet shall be provided adjacent to any excavation, unless otherwise authorized by the Engineer. 9-1.05 ACCESS TO ABUTTING PROPERTY AND ROAD AND TRAVEL LANE CLOSURE -- The Contractor shall so conduct his operations as to offer the least possible obstruction and inconvenience to the public. Convenience access to abutting properties shall be maintained and remain open, unless approved by the Engineer. SP-3? If lane closures are approved by the Engineer, the full width of the traveled way shall be open for use by public traffic from 4:00 p.m. to 8:30 a.m., all day for Saturdays, Sundays, and designated legal holidays, after 3:00 p.m. on Fridays and the day preceding designated legal holidays, and when construction operations are not actively in progress on working days. The Contractor shall install signs to notify the public of days and times that traveled lanes or roads will be closed seven (7) days in advance of lane or road closures. No traveled lane will be closed without authorized approval given by the Engineer. If any traveled lane or road is allowed to be closed by the Engineer, the Contractor shall install signs to notify the public of days and times that traveled lanes or roads will be closed seven (7) days in advance of the lane or road closure. Personal vehicles of the Contractor's employees shall not be parked 0 the traveled way at any time. 9-1.06 PUBLIC CONVENIENCE -- During the progress of work, adequate provisions shall be made by the Contractor to accommodate the nonnal vehicular and pedestrian traffic along streets, roads, and highways, immediately adjacent to or crossing the work, so as to cause a minimum of inconvenience to the general public. Emergency vehicles shall be pennitted access at all times to any street. 9-1.07 FLASHING ARROW SIGNS -- The Contractor shall furnish and maintain flashing arrow signs (F AS) during lane closures or detours on streets. The Engineer shall detennine when F AS is required at any location. 9-1.08 PAYMENT -- Full compensation for furnishing and installing signs, lights, flares, barricades and other traffic control devices necessary to expedite passage of public traffic through the work area shall be considered as included in the lump sum contract bid price for "TRAFFIC CONTROL", and no additional compensation will be allowed therefor. The provisions in this Section may be modified or altered if, in the opinion of the Engineer, public traffic will be better served and work expedited. Said modifications or alterations shall be adopted immediately and shall be considered paid in full as a part of the lump sum contract bid price for "TRAFFIC CONTROL", and no additional compensation will be allowed therefor. SP-38 SECTION 10 I 0-1 MOBILIZATION 10-1.0 I GENERAL -- Mobilization shall comply with the requirements of Section 9-3.4, "Mobilization", of the Standard Specifications. Mobilization may include, but not be limited to, the following principle items: 1. Submittal and modification, as required. of the Construction Schedule. 2. Providing a Project Office. 3. Review of the Site. 4. Obtaining all required Transportation Permits. 5. Submittal of all required insurance certificates and bonds as required by these Specifications 6. Moving onto the site, including, but not limited to: a. Equipment b. Arranging for and erection of Contractor' s work and storage areas. 7. Installing construction fencing and temporary construction power and wiring. 8. Providing a minimum of one restroom facility for each twenty-five (25) workers occupying the site. Facilities may include existing functioning restrooms, or portable chemical facilities. or any combination thereof, and shall count as one for each urinal or one for each water closet (as required). 9. Installing all temporary utilities (as required). ro. Establishing required fire protection provisions. I I. Posting all OSHA required notices and establishment of safety programs. 12. Posting of all Department of Labor notices. 13. Having the Contractor's superintendent at the job site full-time and responding 24 hours per day. 14. Air and water quality protective measures, as necessary, and without limitation. 15. Potholing and other research and review as necessary to verify site conditions and utility locations. 16. Demobilization of the Site. 17. Any other item as specified. 10-1.02 PAYMENT - The Contract lump sum price paid for "MOBILIZATION" shall be deemed to include the cost of work in advance of construction operation and not directly attributable to any specific bid item and no additional compensation will be allowed therefor. SP-39 SECTION 11 THROUGH SECTION 15 BLANK SP-40 SECTION 16 16-1 PORTLAND CEMENT CONCRETE 16-I.oI GENERAL - Portland Cement Concrete construction shall comply with Section 201-1, "Portland Cement Concrete", and Section 303-5, "Concrete Curb, Walks, Gutters, Cross Gutters, Alley Intersections, Access Ramps and Driveways", of the Standard Specifications, as shown on the Plans, Standard Drawings and these Special Provisions. Portland Cement Concrete shall be Class 520-C-2500, with a maximum slump of four (4) inches. 16-1.02 PCC CROSS GUTTER -- Concrete cross gutter, modified to meet existing spandrels or gutter, shall be constructed in accordance with the City's Standard Drawing No. 20 I, as shown on the Plans, and as directed by the Engineer. The above-referenced City Standard Drawings and American Public Works Association Standard Plan are made a part of these Specifications. All work shall conform to the above standards to the extent feasible; however, emphasis shall be given to matching dimensions of adjoining improvements, subject to concurrence of the Engineer. The Contractor will be responsible for replacement of any pull boxes and/or pull box covers damaged prior to and/or during construction. The Contractor shall protect all existing structures and facilities which are adjacent to the limits of the work to be done under this contract, in accordance with Section 7-9, "Protection and Restoration of Existing Improvements", of the Standard Specifications and these Special Provisions. 16-1.03 BONDING - Joints between new and existing concrete shall be given surface preparation as follows: 1. Joints made with the mass of existing concrete by cutting, chipping, or grinding shall be cleaned free of all loose deleterious material by thorough brooming and compressed air jetting. SP-41 2. Original surfaces or existing concrete shall be cleaned free of bitumens, grease, paint, and other deleterious materials and clean aggregate of at least 3/8-inch size shall be exposed by abrasive blast cleaning or machine scarifying. 16-1.04 PAYMENT - The contract bid unit price paid per square foot for construction of "REMOVE Existing and CONSTRUCT PCC CROSS GUTTER", shall include full compensation for furnishing all materials, equipment and incidentals, and for doing all the work involved in constructing concrete cross gutter to meet existing, including saw cutting and removal of existing c,oncrete, any unclassified excavation and/or unclassified fill, complete in place, as shown on the Plans, per the Standard Specifications, these Special Provisions, and as directed by the Engineer, and no additional compensation will be allowed therefor. SP-42 SECTION 17 THROUGH SECTION 27 BLANK SP-43 SECTION 28 28-1 IMPORTED BACKFILL AS ORDERED BY THE ENGINEER 28-1.01 GENERAL - Imported backfill shall be placed as ordered by the Engineer. Material used for imported backfill shall comply with Section 306-1.3.7, "Imported BackfiH", of the Standard Specifications, and backfill shall comply with Section 306-1.3.5, ""Jetted Bedding and Backfill Compaction Requirements", and shall have a sand equivalent of not less than 30. 28-1.02 PAYMENT - The contract bid unit price paid per ton for "IMPORTED BACKFILL, as Ordered by the Engineer", shall include full compensation for doing all the work involved in furnishing and placing imported backfill, complete in place, and no additional compensation will be allowed therefor. The provisions contained in Section 3-2, "Changes Initiated by the Agency", of the Standard Specifications shall not apply to imported backfill for trenches, and no adjustment therefor shall be made in the contract unit price for increased or decreased quantities of imported backfill for trenches. SP-44 SECTION 29 29-1 SHORING OF EXCA V A TION 29-1.01 GENERAL - The Contractor shall furnish all labor, equipment, and materials required to design, construct, maintain, replace, and remove all shoring, sheeting lagging, cribbing, piling or other types of support for the walls of the open excavations required for the construction of this project. 29-1.02 PERFORMANCE - Attention is directed to the "Construction Safety Order", "Trench Construction Safety Orders", "Tunnel Safety Orders", and the "General Safety Order", issued by the Division of Industrial Safety of the State of California, Department of Industrial Relations and to any and all other applicable laws ordinances, or regulations to which the Contractor is required by law to conform. He shall provide himself with copies of these "Orders", "Laws", and have a copy of each at the site of his operations and shall be governed by . the requirements thereof. The requirements concerning shoring, sheeting, and bracing of excavations and those concerning warning signs, lights and barricades are of particular importance. All excavations 5 or more feet in depth shall be braced In accordance with the requirements of Section 306-1.1.6 of the Standard Specifications. The Contractor shall take precautionary measures to protect, in place, all existing structures and fences during excavation. At least one lane shall be open to local traffic only at all times during construction. The Contractor shall submit to the Engineer, at least 48 hours in advance of any excavation, a detailed plan showing a design of shoring, bracing, sloping, or other provisions to be made for worker protection from the hazard of caving ground during an excavation. No excavation shall be done until such plan has been approved in writing by the Engineer, and a permit has been obtained from the State Division of Industrial Safety in accordance with the requirements of Section 7-10.4.1 of the Standard Specifications. The Contractor shall have on file with the City of San Bernardino, Department of Development Services, Division of Public Works, a copy of CAL/OSHA permit for any excavation over five feet in depth and into which persons are required to descend. SP-45 29-1.03 PAYMENT - The contact bid lump sum price paid for "SHORING OF EXCAVATION", shall be deemed to include full compensation providing all equipment and material and for doing all the work involved in shoring, per the Standard Specifications, these Special Provisions and as directed by the Engineer, and no additional compensation will be allowed therefor. SP-46 SECTION 30 THROUGH SECTION 32 BLANK SP-47 SECTION 33 33-1 SEWER PIPE 33-1.01 GENERAL -- Sewer pipe, of the sizes shown on the Plans, shall comply with Section 207-17, "PVC Plastic Pipe", of the Standard Specifications and these Special Provisions. Solid wall PVC plastic pipe shall have a Standard Deflection Ratio ( SDR ) of 26 or better. 33-1.02 INSTALLATION -- Sewer pipe of the sizes shown on the Plans shall be installed in accordance with manufacturers recommendation and with Section 306, "Underground Conduit Construction", of the Standard Specifications. The Contractor shall make all excavations necessary to construct and install all pipelines shown on the Plans. Excavation shall include the removal of all asphalt and/or concrete pavement and other materials or obstructions of any nature that would interfere with the excavation of the work. All removed asphalt, concrete and other unsuitable materials shall become the property of the Contractor and shall be disposed of outside of the right-of-way in accordance with Section 300-2.2, "Unsuitable Materials", and Section 300-2.6, "Surplus Material", of the Standard Specifications. The minimum width of excavation for sewers shall be 12 inches (6 inches on each side) more than the exterior diameter of the pipe, exclusive of bells and branches. Where sheeting is placed, the width shall be to the face of the sheeting. The maximum width of the excavation measured at the top of the pipe, which includes the width required for sheeting, shall be 16 inches (8 inches on each side) more than the outside diameter of the pipe, exclusive of bells and branches. Bedding material shall conform to the requirements of Section 306-1.2.1, "Bedding" of the Standard Specifications. SP-48 Where the foundation consists of soft or yielding material, a minimum of 4 inches of bedding shall be provided. The cost of furnishing and placing imported bedding material shall be included in the price bid for pipe installed complete in place, and no additional compensation will be allowed therefor. If the bottom of the excavation is found to consist of rock or any material that by reason of its hardness cannot be excavated to give a uniform bearing surface, said rock or other materials shall be removed for at least 3 inches below the bottoms of the pipe and be refilled to grade, at the Contractor's expense, with bedding material. 33-1.03 TESTING PIPELINES -- The pipe lines shall be tested in accordance with Section 306-1.4.4, "Air Pressure Test", of the Standard Specifications. In addition to the "Air Pressure Test", a "Mandrel Test" shall be used for PVC pipe, in accordance with Section 306- 1.2.12 of the Standard Specifications and these Special Provisions. After backfilling a compaction of PVC pipe, the sewer pipeline shall be cleaned and mandrelled. The mandrel shall be rigid with 9 runners. Its length shall be greater than or equal to the pipe diameter, and diameter of the mandrel shall be at least 96 percent of the specified inside diameter of the pipe being tested. A valid certification of the mandrel's dimensional integrity shall be provided and the Engineer must approve the mandrel prior to testing. Mandrel testing shall be performed in the presence of the Engineer. In pipes where the mandrel sticks, the pipe shall be dug up and replaced as deemed necessary by the Engineer, backfilled, compacted, and retested with the mandrel. A pipe "Deflector" or "Rerounder", shall not be used to reround over deflected pipes. 33-1.04 ABANDONMENT OF CONDUCT -- Abandonment of existing sewer main shall comply with Section 306-5, "Abandonment of Conduits and Structures", of the Standard Specifications, these Special Provisions, as shown on the Plans, and as directed by the Engineer. 33-1.05 BYPASSING SEWAGE -- The Contractor, when required, shall provide for the flow of sewage around the removed and replaced sewer main pipe, or sections of sewer pipe designated for repair, with designated PVC sewer main pipe as shown on the Plans. The bypass shall be made by plugging the line at an existing upstream manhole and pumping the flow into a downstream manhole or adjacent system. The pump and bypass lines shall be of adequate capacity and size to handle the flow. The Engineer may require a detail of the bypass plan to be submitted SP-49 33-1.06 PAYMENT -- The contract bid unit price paid perlinear foot, for the various sizes of sewer pipe, complete in place, shall include full compensation for performing all excavation, furnishing and placing the various sizes of pipe including plugs, bedding and backfill, bypassing sewage, removing existing sewer main pipe, restoring asphalt concrete pavement, saw cutting at existing joints as directed by the Engineer, and no additional compensation will be allowed therefor. Imported backfill will be paid for as a separate item of work Full compensation for the abandonment of existing sewer main, including providing all equipment and materials and for doing all the work involved in the abandonment of existing sewer main, as shown on the Plans, per the Standard Specifications, and as directed by the Engineer, shall be considered as included in the contract bid unit price paid per each for "ABANDONMENT of MANHOLE and SEWER MAIN", and no additional compensation will be allowed therefor. Payment for excavation, including removing asphalt concrete surfacing, shall be considered as included in the contract bid unit price paid for the various sizes of sewer pipe, and no additional compensation will be allowed therefor. Costs for compaction testing ordered by the Engineer shall be paid for in the following manner: 1. Tests which do not meet the required relative compaction shall be paid for by the Contractor, as a deduction from his contract. 2. Tests which do meet the required relative compaction will be paid for by the City. SP-50 SECTION 33C 33C-l RECONNECTION AND ADJUSTMENT OF SEWER LATERALS 33C-1.01 GENERAL -- Reconnection and adjustment of sewer laterals shall confonn to the provisions of Section 306-6, "Remodeling Existing Sewer Facilities", of the Standard Specifications, these Special Provisions, the City Standard Drawing No. 308, "Remodeling of Sanitary Sewer House Connections", and as directed by the Engineer. The Contractor shall schedule his operations so that the time and length requirements specified below for open trench shall not be exceeded. 1. Time Requirements for Open Trench -- At any location, the trench excavation, pipe and conduit installation, and backfill and the specified penn anent surfacing shall be satisfactorily completed as soon as . practical, but in no case more than 12 calendar days after removal of the existing pavement or surfacing. 2. Length Requirements for Open Trench -- Except by pennission of the Engineer, the maximum length of open trench where prefabricated pipe and conduit is used shall be 500 feet, or the distance necessary to accommodate the amount of pipe and conduit installed in a single day, whichever is the greater, in accordance with Section 306-1, "Open Trench Operations", of the Standard Specifications. 33C-1.02 DISPOSAL OF EXCESS EXCAVATED OR REMOVED MATERIAL .- Unless otherwise specified, all excess excavation or removed material shall become the property of the Contractor and shall be disposed of by him away from the site of the work. 33C-1.03 CUT AND RECONNECTION OF EXISTING SEWER LATERAL -- Cut of existing sewer lateral and extension and reconnection to new sewer main shall be perfonned in accordance with Section 306-6, "Remodeling Existing Sewer Facilities", City of San Bernardino Standard No. 308, and as directed by the Engineer. Sp.51 33C-1.04 PLUG OF ABANDONED PORTION OF EXISTING SEWER LATERAL - - Plug of the abandoned portion of existing sewer lateral shall be a 6" thick wall of cement mortar at open ends, and as directed by the Engineer. 33C-1.03 BACKFILLING, BEDDING AND DENSIFICATION Backfilling, bedding and densification shall comply with the requirements of Section 306-1.3, "Backfilling, Bedding and Densification", of the Standard Specifications, pipe manufacturer's installation instructions and details, and these Special Provisions and as directed by the Engineer. Backfill for trenching under the traveled way shall be compacted to a relative compaction of a minimum of 90%. Subgrade for asphalt concrete shall be compacted to a relative density of not less than 95%, for a depth of not less than 0.50 feet. Under no circumstances shall truck wheels be used for compacting soil. 33C-1.06 ASPHALT CONCRETE n Asphalt concrete shall comply with the requirements of Section 203-6, "Asphalt Concrete", and Section 302-5, "Asphalt Concrete Pavement", of the Standard Specifications and these Special Provisions. Temporary resurfacing shall comply with the requirements of Sub-section 306-1.5.1, "Temporary Resurfacing", of the Standard Specifications and these Special Provisions. Temporary resurfacing shall be placed over all backfill in streets, or other areas where the Contractor's operations have resulted in the removal of existing paving. Temporary resurfacing shall be placed as soon as the backfill is densified to the relative density or immediately when so directed by the Engineer. Permanent resurfacing shall comply with the requirements of Sub-section 306-1.5.2, "Permanent Resurfacing", of the Standard Specifications and these Special Provisions. Permanent trench resurfacing shall be one (I) inch greater in thickness than existing pavement and shall be feathered over existing pavement a minimum of 2 feet on each side of the trench as shown on the Plans and as directed by the Engineer. However, total thickness of the new asphalt concrete pavement shall not exceed a maximum of 8 inches in thickness. SP-52 Asphalt concrete pavement shall be PG 64-10. A self-propelled machine will not be required for any trench that is 2 feet or less in width. A tack coat shall be applied as directed by the Engineer. 33C-1.07 PAYMENT The contract bid unit price per each for "CUT & RECONNECT Existing 4" SEWER LATERAL to NEW SEWER MAIN", shall include full compensation for conforming to the requirements of this section, including saw cutting, removing and disposing of existing asphalt concrete pavement, constructing bedding, backfill and replacing 4" asphalt pavement in roadbed area, plug abandoned sewer main, plug the non- active old lateral connection and extend sewer lateral to new sewer main, per the Plan, the Standard Specifications, these Special Provisions and as directed by the Engineer, and no additional compensation shall be allowed therefor. Imported backfill will be paid for as a separate item of work. Costs for compaction testing ordered by the Engineer shall be paid for in the following manner: (I) Tests which do not meet the required relative compaction shall be paid for by the Contractor, as a deduction from his contract. (2) Tests which meet the required relative compaction will be paid for by the City. SP-53 SECTION 34 34-1 MANHOLES 34-1.01 GENERAL n Manholes shall be pre-cast concrete and shall conform with City Standard Drawing No.'s 300, 301 and 302 respectively. Frames and covers shall conform with City Standard Drawing No. 304. Pre-cast manholes shall be coated on the inside with Hunt's Process Black No. 120 or approved equal. The coating shall be applied before the manhole is installed in place. Frames and covers shall be adjusted to grade, after completion of the restoration of the asphalt concrete pavement. All covers shall be marked "CITY OF SAN BERNARDINO" The above referenced City Standard Drawings are included in the "Standard Drawings" in the APPENDIX of these Special Provisions. 34-1.02 ABANDONMENT OF MANHOLE -- Abandonment of existing sewer manholes shall comply with Section 306-5, "Abandonment of Conduits and Structures", of the Standard Specifications, these Special Provisions, as shown on the Plans, and as directed by the Engineer. 34-1.03 PAYMENT - The contract bid unit price paid per each for "INSTALL SEWER MANHOLE", "INSTALL SEWER DROP MANHOLE", "REMOVE Existing & CONSTRUCT SEWER DROP MANHOLE, Modified to 5' ID", "REMOVE Existing & CONSTRUCT SEWER MANHOLE", "REMOVE Existing SEWER MANHOLE", and "REMOVE Existing CLEANOUT", shall include full compensation for providing all equipment and materials and for doing all the work involved in the removal of existing manholes and cleanouts, and constructing of new manholes, including frame and covers, modification to 5' inside diameter as required, connecting to existing sewer main or new sewer main, and extra depth as required to form a complete installation, as shown on the Plans, per the Standard Specification, these Special Provisions and as directed by the Engineer, and no additional compensation will be allowed therefor. SP-S4 Full compensation for the abandonment of existing sewer manhole, including providing all equipment and materials and for doing all the work involved in the abandonment of existing sewer manhole, as shown on the Plans, per the Standard Specifications, and as directed by the Engineer, shall be considered as included in the contract bid unit price paid per each for "ABANDONMENT of MANHOLE and SEWER MAIN", and no additional compensation will be allowed therefor. Full compensation for the plugging of existing sewer line inlets/outlets at manhole, including providing all equipment and materials and for doing all the work involved. in the proper closure of existing inlets/outlets at manhole, as shown on the Plans, per the Standard Specifications, and as directed by the Engineer, shall be considered as included in the contract bid unit price paid per each for "PLUG Existing SEWER LINE INLET/OUTLET at MANHOLE", and no additional compensation will be allowed therefor. SP-55 SECTION 35 35-1 RESTORA nON OF ASPHALT CONCRETE PAVEMENT 35-1.01 ASPHALT CONCRETE PAVEMENT -- Asphalt concrete shall comply with the requirements of Section 203-6, "Asphalt Concrete", and Section 302-5, "Asphalt Concrete Pavement", of the Standard Specifications and these Special Provisions. 35-1.02 TEMPORARY RESURFACING -- Temporary resurfacing shall comply with the requirements of Sub-Section 306-1.5.1, "Temporary Resurfacing", of the Standard Specifications and these Special Provisions. Temporary resurfacing shall be placed over all backfill in streets, or to the areas where the Contractor's operations have resulted in the removal of existing paving. Temporary resurfacing shall be placed at noon as the backfill is densified to the relative density or immediately when so directed by the Engineer. 35-1.03 PERMANENT RESURFACING -- Permanent resurfacing shall comply with the requirements of Sub-Section 306-1.5.2, "Permanent Resurfacing", of the Standard Specifications and these Special Provisions. Permanent trench resurfacing shall be one (I ") inch greater in thickness than existing pavement and shall be feathered over existing pavement a minimum of 2 feet on each side of the trench as shown on the Plans and as directed by the Engineer. However, total thickness of the new asphalt concrete pavement shall not exceed a maximum of 4 inches in thickness. Restoration of asphalt concrete pavement driveway approach shall conform to the above as directed by the City Engineer. The Performance Grade of the asphalt concrete shall be PG 64-10. A self-propelled machine will not be required for any trench that is 2 feet or less in width. A tack coat shall be applied as directed by the Engineer. SP-56 35-1.04 PAYMENT -- Full compensation for "Restoration of Asphalt Concrete Pavement", shall be considered as included in the contract bid unit price paid per linear foot for "INSTALL VARIOUS SIZES OF SEWER MAIN", and no additional compensation will be allowed therefor. Cost of compaction testing ordered by the Engineer shall be paid for in the following manner: 1. Tests which do not meet the required relative compaction shall be paid for by the Contractor, as a deduction from his contract. 2. Tests which do meet the required relative compaction will be paid for by the City. SP-57 SECTION 36 THROUGH SECTION 49 BLANK Sp-58 SECTION 50 50-1 REMOVAL AND RESTORATION OF EXISTING IMPROVEMENTS EXCEPT STREET PAVEMENT 50-1.01 GENERAL All eXlstmg improvements (except utilities and street pavements) including, but not limited to curbs, gutters, cross gutters, spandrels, driveways and sidewalks, walls, fences, sprinkler systems, lawns, shrubs, trees, and traffic signs, traffic striping and traffic detector loops which are damaged or removed during the course of construction of the project shall be restored or replaced to a condition equal to or better than, in all respects, the existing improvements removed or damaged, unless otherwise specified or noted on the drawings. The removal and restoration of existing improvements shall be in accordance with the applicable provision of these Special Provisions, the Standard Specifications, Standard Drawing and the following requirements: 1. In the event a portion of curb, gutter or monolithic curb and gutter is damaged by the Contractor's operations, a minimum of 10 feet of curb, gutter or curb and gutter shall be removed and replaced regardless of how short a length is damaged. The Contractor shall begin said lO-foot section, if possible, at an existing joint or scoring line. If said 10-foot section ends within 3 feet of an existing joint or scoring line, then the removal shall extend to said joint or scoring line. 2. If concrete cross gutter is damaged by the Contractor's operations, the cross gutter shall be removed in its entirety and replaced. 3. Concrete sidewalk shall be removed in its entirety between scoring lines or between scoring line and joint. Prior to removal, scoring lines shall be saw-cut. 4. If a concrete driveway is damaged and is a single monolithic structure, it shall be removed in its entirety and replaced. 5. If a concrete driveway is damaged and is monolithic with the sidewalk, it shall be set off from the sidewalk by a saw cut along the edge of the sidewalk. The driveway shall then be removed in its entirety and replaced. SP-59 6. If the roadside signs are damaged during the construction, they shall be restored or replaced to a condition equal or better than the existing per the prior approval of the City's Traffic Section. New installation shall not impede into required ADA access distance around obstacles. A minimum clearance of 48" shall be maintained. 7. If existing fence is in conflict with the new construction, fence shall be relocated by the Contractor. Unless otherwise specified, all excess excavation or removed material shall become the property of the Contractor and shall be disposed of by him away from the site of work. 50-1.02 PAYMENT -- Full compensation for conforming to the requirements of this section, not otherwise provided for, shall be considered as included in the prices paid for the various contract items of work involved, and no additional compensation will be allowed therefor. SP-60 APPENDIX A FERERAL REQUIREMENTS FOR FEDERAL-AID CONSTRUCTION PROJECTS Local Assistance Procedures ;\lanual PS&E Checklist Instructions EXHIBIT 12-E Attachment A SECTION 14. FEDERAL REQt:IREME:"iTS FOR FEDERAL-AID CO:"iSTRUCTIO:"i PROJECTS GENERAL-The work herein proposed will be financed in whole or in part with Federal funds. and therefore all of the statutes, rules and regulations promulgated by the Federal Gov- ernment and applicable to work financed in \vhole or in part \vith Federal funds will apply to such work. The "Required Contract Provisions, Federal-Aid Construction Contracts. "Foml FH\VA 1273, are included in this Section 1-1- Whenever in said required contract provisions references are made to "SHA contracting ofticer," "SHA resident engineer." or "authonzed representative of the SHA," such references shall be construed to mean "Engineer" as defined in Section 1-1.18 of the Standard Specitications. ~ PERFOR:VIA:'oiCE OF PREVIOlCS CO:'oiTRACT.-In ad- dition to the pro\'isions in Section II. "Nondiscrimination." and Section VII, "SublettIng or Assigning the Contract," of the re- quired contract provisions, the Contractor shall comply with the following: The bidder shall execute the CERTIFICATION WITH RE- GARD TO THE PERFOR"tANCE OF PREVIOUS CON- TRACTS OR SUBCONTRACTS SUBJECT TO THE EQUAL OPPORTUNITY CLAUSE AND THE FILING OF REQUIRED REPORTS located in the proposal. No request for subletting or assigning any portion of the contract in exct:ss of 510,000 \vill be considered under the pro\'isions of Section VII of the reqUlred contract provisions unless such request IS accompanied by the CERTlFICA TIO;\, referred to above, executed by the proposed subcontractor. :"lON-COLLl"SION PROVISIOi'.-The provisions in this section are applicable to all contracts except contracts for Federal Aid Secondary projects. Title 23, United States Code. Section 112, requires as a condi- tion prt:cedent to approval by the Fedt:ral Highway' Administrator of the contract for this work that each bidder tile a sworn statement executed by, or on behalf of. the person. finn. association, or corporation to whom such contract is to be awarded, certifying that such person, firnl, association, or corporation has not, either directly or indirectly, entered into any agret:ment. participated in any collusion, or othef\vise taken any action in restraint of free competitive bidding in connection with the submitted bid. A tonn to make the non-collusion affidavit statement required by Section III as a certification under penalty of perjury rather than as a s\vorn statement as permitted by 28. CSC Sec. 1746. is included 10 the proposal. PARTlCIPATlO!'\ BY :V1I:-IORlTY BliSI"iESS E"i- TERPRISES I:" SlCBCO:'oiTRACTI:'oiG.-Pan n Title 49. Code of Federal Regulations applies to this Federal~aid project. Pertinent sections of said Code are incorporated in pan or in its entirety within other sections of these special provisions. Schedule B-Infonnation for Determining JOlllt Vt'Tlture Eli- gibility LPP 01-04. '\Iarch 15.2001 (This form need not be fil1t:d in if all joint venture fimls are minority' owned.) 1. Name of joint venture i Address of joint venture 3. Phone number of joint venture 4. Identify the firms which comprise the joint venture. (The :\'1BE partner must complete Schedule A.) a. Describe the role of the MBE firm in the joint venture. b. Describe very briefly the experience and business qualifications of each non-~'IBE joint venturer: 5. Nature of the joint venture's business 6. Provide a copy of the Joint venture agreement. 7. \Vhat is the claimed percentage ofMBE ownership? :So Ov.mershlP of joint venture: (This need not be filled in if described in the joint venture agreement. provided by question 6.\. R..:.is..:dJ-95 01;.07-'15 FR-l Local Assistance Procedures Manual PS&E Checklist Instructions EXHIBIT 12-E AII.chment A :\amc afFirm ~ame afFirm a. Profit and loss sharm~ b. Capital contributions~ Including eqUlpment. c. Other applicable ownership imerests. 9. Control of and participation in this contract. Identify by name. race. sex. and "firm" those indi\'iduals (and their tiIles) who are responslbk for day-ia.day management and polICY decision making, includinc.. but not limited to. those with prime responsibIlity few ' a. Financial decisions b. \1anagcment decisions. such as: 1. Estimating 2 Marketing and :';11c~ 3. Hiring and firing of management personnel 4. Purchasing of major Items or supplies c. Supervision of field operations 'lote.-IL after filing this Schedule B and before the comple- tion of the jomt venture's work on the contract covered by this regulation. there is any significant change in the informatIon submitted, the joint venture must inform the grantee, either di- rectly or through the prime contractor if the joint venture IS a subcontractor. Affidnit "The uf'.dersigned swear that the foregoing statements are cor- rect and include all material information necessary to Identify and explain the terms and operation of our joint \'enture and the intended participation by each joint venturer in the undertaking. Further, the undersigned covenant and agree to pro\'ide to grantee current, complete and accurate information regarding ac- tual joint venture work and the payment therefor and any pro- posed changes in any of the joint venture arrangements and to permit the audit and examination of the books. records and tiles of the jomt venture, or those of each joint venturer relevant to the Jomt vcnture. by authorized representatives of the grantee or the Federal funding agency. Any material misrepresentation will be grounds for terminating any contract \\'hich may be awarded and for initiating action under Federal or State laws concernIng false statements." ' Rl:\h<"d ,_'i" u~_n7.4~ LPP 01-04, :\larch 15.2001 SIgnature Signature :\ame :-":ame Tille Title DatL' Date Date State of County of On this day of 19 before me appeared (~ame) to me personal I) kno\\n, who, being duly' sworn, did execute the foregoing affi- davit. and did state that he or she \vas properly authorized by JName of firm) to execute the affidavit and did so as his or her free act and deed. r\olary Public CommIssion expires [Seal] Date State of County of On this , ] 9 ,before me day of appeared (\'ame) to me personally known, who, bell1g duly s\\om. did execute the foregoing affidavit. and did state that he or she \\as properly authorized by (~ame of fiml) to execute the affidant and did so as his or her free act and deed, r\otary Public Commission explfes [Seal] FR-2 Local Assistance Procedures i\lanual PS&E Checklist Instructions EXHIBIT I2-E Attachment B REQUIRED CONTRACT PROVISIO"iS FEDERAL-AID CONSTRUCTION CONTRACTS (Exclusive of Appalachian Contracts) I. II. III. IV. V. VI. VII. VIII. IX. X. General. !':ondbcrimination Nonsegregated Facilities. Payment of Predetennined Mimmum Wage. Statements and Payrolls Record of Materials, Supplies, and Labor. . Subletting or Assigning the Contract Safety: Accident Prevention ........................... False Statements Concerning Highway Project. Implementation of Clean Air Act and Federal Water Pollution Control Act Certification Regarding Debannent, Suspension, Ineligibility. and Voluntary Exclusion. Certification Regarding Use of Contract Funds for Lobbying. Page 3 3 5 6 8 9 9 10 10 10 Xl. II XII. 12 A TT ACHMENTS A. Employment Preference for Appalachian Contracts (included in Appalachian contracts only) I. GE"iER.\L I. These contract provisions shall apply to all work perfonned on the contract bv the contractor's o\\.-n organization and with the assIstance of ~'orkers under the contractor's immediate superintendence and to all work perfonned on the contract by piecework. station work, or by subcontract. 2. Except as otherwise provided for in each section, the con- tractor shall insert in each subcontract all of the stipulations contained in these Required Contract Provisions. and further re- quire their inclusion in any lower tier subcontract or purchase order Ihat may in turn be made. The Required COnlract PrO\'isions shall not be incorporated by reference in any case. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor ",,'ith these Required Contract Provisions. 3. A breach of any of the stipulations contained in these R~- qUlred Contract Provisions shall be sufficient grounds for tenTIl. nation of the contract. 4. A breach of the following clauses of the Required Contract Provisions may also be grounds for debarment as provided 111 19 CFR 5.1~ Section I. paragraph 2: Section IV. paragraphs 1.2,3,4. and 7: Section V, paragraphs 1 and ~a through 19. 5. Disputes arising out of the labor standards provisions of Section IV (except-paragraph 5) and Section V of these Required Contract Provisions shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accor- dance with the procedures of the U.S. Department of Labor (DOL) LPP 01-04. March 15,2001 as set forth in 29 CFR 5, 6, and 7. Disputes within the meaning of this clause include disputes' between the contractor (or any of its subcontractors) and the contracting agency, the DOL or the contractor's ernploy'ees or their representatives. 6. Selection of Labor: During the performance of this contract. the contractor shall not: a. discriminate against labor from any other State, possession, or territory of the Cnited States (except for employment preference for Appalachian contracts, when applfcable. as specified in Attachment A), or b. employ convict labor for any' purpose within the limits of the project unless it IS labor performed by convicts who are on parole. supervised release. or probation. II. ;\Ol\D1SCRIMI"iATlO"i (Applicable to all Federal-aid construction contracts and to all relaled subcontracts of S I 0,000 or more.) I. Equ.aI Employment Opportunity: Equal employment opportUl11ty (EEO) requirements not to discriminate and to take affirmative action to assure equal opportunity as set fonh under laws. executive orders, rules, regulations (28 CFR 35. 29 CFR 1630, and 41 CFR 60) and orders of the Secretary of Labor as modi tied by the provisions prescribed herein, and im- posed pursuant to 23 U.S.C. 140 shall constitute the EEO and specitic affirmative action standards for the contractor's project activities under this contract. The Equal Opportunity Construction Contract Specifications set forth under 41 CFR 60-4.3 and the provisions of the Amencan Disabilities Act of 1990 (42 U.5.c. 12101 et seq.) set forth under 28 CFR 35 and 29 CFR 1630 are incorporated by reference in this contract. In the executIon of this contract, the contractor agrees to comply with the following minimum specific requirement activities of EEO: a. The contractor will work with the State highway' agency (SHA) and the Federal Government in carrying out EEO obli- gations and in their revie\v of his/her activities under the con- tract. b_ The contractor will accept as his operating policy the foHowing statement: "It is the policy of this Company to assure that applicants are employed. and that employees arc treated during emp/OI-mem, without regard (0 rheir race. religion. sex. color. national origin. age or disahili~\ Such action shall inelude: employment. upgrading, demotion. or transfer: recruitment or recruitment ad- vertising: laroff or terminution. rates of payor other forms of compensation: and selectioll for [raining. incll/ding appreflti("{:- Ihip. preappn!/lticeship. alld/o~' on-lhe.Job training" 2. [EO Officer: The contractor will designate and make known to the SHA contracting officers an EEO Officer who will have the responSIbility for and must be capable of effectively form 1 ~7:. - Revi~cd }.l)) Ull-07.9S FR-3 Local Assistance Procedures j\-Ianual PS&E Checklist Instructions EXHIBIT 12-E Attachment B administering and promoting an active contractor program of EEO and who must be assigned adequate authority and responsibility to do so. 3. Dissemination of Polic\': All members of the contractor's staff who are authorized to hire. supervise. promote, and discharge employees, or \vho recommend such action, or who. are substantially involved in such action, will be made fully cognizant of. and will implement, the contractor's EEO policy and contractual responsibilities to provide EEO in each grade and classification of employment. To ensure that the above agreement will be met, the following actions will be taken as a minimum: a. Periodic meetings of supcr..isory and personnel office employees will be conducted before the start of work and then not less often than once every six months, at which time the contractor's EEO policy anl its implementation will be re- viewed and explained. The meetings \vill be conducted by the EEO Ofticer. b. All new supervisory or personnel office employees will be given a thorough indoctrination by the EEO Officer, covering all major aspects of the contractor's EEO obligations within thirty days following their reporting for duty with the contractor. c. All personnel \vho are engaged in direct recruitment for the project will be instructed by the EED Officer in the contractor's procedures for locating and hiring minority group employees. d. Notices and posters setting forth the contractor's EEO policy will be placed in areas readily accessible to employees, applicants for employment and potential employees. e. The contractor's EEO policy and the procedures to Im- plement such policy will be brought to the attention of em- ployees by means of meetings, employee handbooks, or other appropriate means. 4. Recruitment: When advertising for employees. the contractor will include in all advertisements for employees the notation: "An Equal Opportunity Employer." All such adver- tisements will be placed in publications having a large circulation among minority groups in the area from which the project work force would nomlally be derived. a. The contractor will. unless precluded by a valid bargaining agreement. conduct systematic and direct recruitment through public and private employee referral sources likely to yield qualified minority group applicants. To meet this requirement. the contractor will identify sources of potential minority group employees, and establish with such identified sources procedures whereby minority group applicants may be referred to the contractor for employment consideration. b. In the event rhe contractor has a valid bargaining agreement providing for exclusive hiring hall referrals. he is expected to obsen'e the proVisions of that agreement to the extent that the system permits the contractor's compliance with EEO contract pro\'isions. (The DOL has held that where implementation of such agreements have the effect of discriminating against minorities or women, or obligates the contractor to do the same. such implementation violates Executi.....e Order 11246, as amended. ) c. The contractor \vill encourage his present employees to Form 1273 - Re,ised3-95 08-07-95 LPP 01-04, :\larch 15,2001 refer minority group applicants for employment. Information and procedures with regard to referring minority group applicants will be discussed with employees. 5. Personnel Actions: Wages, working conditions, and employee benefits shall be established and administered, and personnel actions of e\er)' type, including hiring, upgrading, promotion. transfer. demotion. layoff. and tennination, shall be taken without regard to race. color, religion. sex, national origin. age or disability. The following procedures shall be followed: a. The contractor ",,-ill conduct periodic inspections of project sites to ensure that working conditions and employee facilities do not indIcate discriminatory treatment of project site personnel. b. The contractor \vill periodically evaluate Ihe spread of wages paid within each classification to detennine any evidence of diSCriminatory wage practices. c. The contractor will periodically review selected personnel actions in depth to determine \\/hether there is evidence of discrimination. Where evidence is found, the contractor \....ill promptly take corrective action. If the revie\v indicates that the discrimination may extend beyond the actions re...-ic\ved. such corrective action shall include all affected persons. d. The contractor \\iill promptly mvestigate all complaints of alleged discrimination made to the contractor m connection with his 'Obligations under thIS contract, will attempt to resolve such complaints, and \vill take appropriate corrective action within a reasonable time. If the investigation indicates that the discrimination may affect persons other than the complainant, such 'corrective action shall mclude such other persons. Upon completion of each investigation, the contractor will inform eve!)' complainant of all of his awnues of appeal. 6. Training and Promotion: a. The contractor will assist in locating, qualifying, and increasing the skills of minori'ty group and women employees, and applicants for employment. b. Consistent with the contractor's work force requirements and as permissible under Federal and State regulations, the contractor shall make full use of training programs, i,e.. apprenticeship, and on-the-job training programs for the ge- ographical area of contract perfomlance. Where feasible. 25 percent of apprentices or tramees in each occupation shall be in Iheir first year of apprenticeship or trainmg. In the event a special provision for traming is provided under this cDotrac!. this subpa~agraph will be superseded as indicated in the special prOVISIOn. c. The contractor \,,'ill advise employees and applicants for employment of available training programs and entrance re- quirements for each. d. The contractor will perIodically review the traming and promotion potential of minority group and women employees and will encourage eligibk employees to apply for such training and promotIOn. FR-4 Local Assistance Procedures i\lanual PS&E Checklisllnslruclions EXHIBIT 12-E Attachment B 7. Unions: If the contractor relies in whole or in part upon unions as a source of employees. the contractor will use his, her best efforts to obtain the cooperation of such unions to increase opportunities for minority groups and women within the unions. and to effect referrals by such unions of minority and female employee~. Actions by the contractor either directly or through a contractor's association acting as agent will include the procedures set forth below: a. The contractor will use best efforts to develop, in coop- eration with the unions, joint training programs aimed toward qualifying more minority group members and women for membership in the unions and increasing the skills of mmonty group employees and women so that they may qualify for higher paying employment. b. The contractor will use best efforts to incorporate an EEO dause into each union agreement to the end that such union will be contractually bound to refer applicants without regard to their race, color, religion. sex. national origin, age or disability. c. The contractor is to obtain infom13tion as to the referral praclices and policies of the labor union except that to the extent such infonnation is within the exclusive possession of the labor union and sucb labor union refuses to furnish such infonnation to the contractor. the contractor shall so certifv to the SHA and shall set forth what" efforts have been mad~ to obtain such infonnation. d. In the e\.ent the union is unable to proVide the contractor with a reasonable flow of minoritv and women referr3ls \\:ithin the time limit set forth in the coliective bargaining agreement. the contractor will, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex, national origin, age or disability; making full efforts to obtain qualified and/or qualifiable minority group persons and women. (The DOL has held that it shall be no excuse that the umon with which the contractor has a collecti"e bargaining agreement providing for exclusive referral failed to refer minority employees.) In the event the union referral prac- tice prevents the contractor from meeting the obligations pursuant to Executive Order 11 246. as amended. and these special provisions. such contractor shall immediately notify the SHA. 8. Selection of Subcontractors. Procurement of I\Iaterials and Leasing of Equipment: The contractor shall not discriminate on the grounds of race, color. religion. sex. national origin, age or disahility in the selection and retention of subcontractors, including procurement of materials and leases of equipment. a. The contractor shall notify all potential subcontractors and suppliers ofhisioer EEO obligations under this contract. b. Disad\-antaged business enterprises (DBE), as defined in 49 CFR 13. shall have equal opportunity to compete for and perfoml subcontracts which the contractor enters into pursuant to this contract. The contractor will use his best efforts to solicit bids from and to utillze DBE subcontractors or subcontractors with meaningful minority group and female representation among their employees. Contractors shall obtam lists of DBE construction finns from SHA personnel. c. The contractor will use hIS best efforts to ensure subcon. tractor compliance with their EEO obligations. 9. Records and Reports: The contractor shall keep such LPP 01-04. 'larch 15.2001 records as necessary to. document compliance with the EEO requirements. Such records shall be retained for a period of three years following completion of the contract work and shall be available at reasonable times and places for inspection b) au. thorized representatives of the SHA and the FHWA. a. The records kept by the contractor shall document the following: (I) The number of minority and non-minonty group members and women employed 111 each work classification on the project: (1) The progress and efforts being made in ~ooperation with unions. when applicable. to increase employment op- portunities for mmorities and women; (3) The progress and efforts being made in locating. hiring. training, qualifying. and upgrading minority and female employees; and (4) The progress and effons being made in securing the services of DBE subcontractors or subcontractors ~ with meaningful minontv and female representation among their employees. - b. The contractors \vill submit an annual repon to the SHA each July for the duration of the project, indicating the number of minority. women. and non-minority group employees currently engaged in each work classification required by the contract work. This infonnation is to be reported on Form FHWA-1391. If on.the-job training is being required by special provision. the contractor will be required to collect and report training data. III :-;O:-;SEGREGA TED F AClLlTlES (Applicable to all Federal-aid construction contracts and to all related subcontracts of510.000 or more.) a. Bv submission of this bid, the execution of this contract or subcontract. or the consummation of this material supply agreement or purchase order. as appropriate. the bidder, Federal- aid construction contractor. subcontractor, material supplier. or. vendor. as appropriate, certities that the firm does not maintain or provide for its employees any segregated facilities at any of its establishments, and that the linn does not penmt its employees to perfonn their services at any location, under its control, where segregated facilities are mamtained. The firm agrees that a breach of this certification is a violation of the EEO provisions of thiS contract. The firm further certifies that no employee will be denied access to adequate facilities on the basis of sex or disability. b. As used in this certification, the teon "segregated facilities" means any waltmg rooms. work areas, restrooms and washrooms.. restaurants and other eating areas. time clocks. locker rooms, and other storage or dressing areas. parking lots. drinking fountains, recreation or entertalOment areas. transportation. and housing facilities provided for employees which arc segregated by expllcit directl\-e. or arc. in fact. seg- regated on the baSIS of race, color. religion. nallonal ongin. age or disability, because of habit. local custom, or o[her.vlse_ The only excep'tion will be for the disabled when the demands for accessibility override (e.g. disabled parking). Form ] ~"7;. - Re\ls<,d .'.1l5 Oli.07.95 FR-5 Local Assistance Procedures :\Ianual PS&E Checklist Instructions EXHIBIT 12-E Attachment B 2. Classification: c. The contractor agrees that it has obtained or will obtain identi~al ceryification from proposed subcontractors or material suppliers pnor to award of subcontracts or consummation of material supply agreements of SIO.OOO or more and that it will retain such certificatIOns in its files. IY. PA YYIE"'T OF PREDETER.\II"'ED YII1IinILYI WAGE (Applicable to all Federal-aid construction contracts exceeding S2.000 and to all r~lated subcontracts. except for projects located on roadways classIfied as local roads or rural minor collectors which are exempt.) . , 1. General: . a. All mechanic~ and laborers employed or \vorking upon the site of the work will be paId unconditIOnally and not less often than once a week and \....ithout subsequent deduction or rebate on any ac~ount [except such payroll deductions as are pennitted by regulations (29 CFR 3)} issued by the Secretary of Labor under the Copeland Act (40 U.S.e. 276c) the full amounts of wages a.nd bona fide fringe benefits (or cash equivalents thereat) due at time of payment. The payment sha1l be computed at wage rates not less than those contained in the wage detenninatio~ of the Secretary of Labor (hereinafter "the wage determination") which ]s attached hereto and made a part hereof, regardless of any contractual relationship \\..hich may be alleged to exist between the contractor or its subcontractors and such laborers and mec~anic~. The wage determination (including any additional c1~sslfica~lOns and wage rates conformed under paragraph 2 of this Section IV and the DOL poster (WH-132l) or Fonn ~HWA-1495) shall be posted at all times by the contractor and Its subcontractors at the site of the \\'ork in a prominent and accessible place where it can be easily seen by the workers. For the purpose of this Section, contributions made or costs reasonably anticipated for bona fide fringe benefits under Section 1(b)(2) of the Davis-Bacon Act (40 use. 276a) on behalf of laborers or mechanics are considered wages paid to such laborers or mechamcs. subject to the provisions of Section IV, paragrap~ 3b~ hereof. Also. for the purpose of this Section, regular contnbutlOns made or costs Incurred for more than a weekly period (but not less often than quarterly) under plans. funds. or programs. which cover the particular weekly period. are deemed. to be constructively made or mcurred during such weekly penod. Such laborer~ and mechanics shall be paid the appropnate. wage rate and f~1I1ge benefits on the wage deter- m~natlon tor the classificatIOn of work actually perfonned, \....Ithout regard to skill, except as pmvided in paragraphs.:1. and 5 ofth]s Section IV. b. Labo~ers or mechanics perfonning work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein, provided. that the employer's payroll records accurately set forth the time spent III each classification in which work is perfonned. c. All rulings and interpretations of the Davis-Bacon Act and related acts contained m 29 CFR L 3, and 5 are herem mcorporated by reference in this contract. Form I Tn - Rt:\ised 3-95 ()i(.(j'U)S LPP 01-04. ;\Iarch 15.2001 a. The SHA contracting officer shall require that any class of laborers or mechanics employed under the contract, which is not listed in the wage determination, shall be classified in confom1ance wilh the \o,:age determination. b. The contracting officer shall approve an additional classification, wage -rate and fringe benefits only when the follov,:mg cflteria have been met: (1 ) the work to be perfonned by the additional classifi- cation requested is not perfonned by a classification in the wage determinatIOn; (2) the additional classification IS utilized in the area by the construction Industry; (3) the proposed wage rate. including any bona fide fringe benefits, bears a reasonable relationship to the wage rates con tamed 111 the ,o,.:age determination; and (4) ,with respect to helpers, \.,:hen such a classification prevails m the area in which the work is performed. c. If the contractor or subcontractors, as appropriate, the l~borers an~ mechamcs (if known) to be employed in the addi- tIOnal c1aSSlficatlon or their representatives. and the contracting officer agre~ on the classification and wage rate (including the amount deSignated for fnnge benefits where appropriate), a report of the actIon ,taken shall be sent by the contracting officer to the DOL. Administrator of the Wage and Hour Division, Employment Standards Administration. Washington, D.C. 20210. The Wage and Hour Administrator, or an authorized repre~entative. .will. appro.ve, ~odify. or disapprove e....ery additional classification action WIthin 30 days of receipt and so ad:lse the. contracting officer or will notify the contracting ofhcer wllhm the 30~day penod that additional time is necessary. .d. In the event the contractor or subcontractors, as appro- pnate. the laborers or mechanics to be employed in the addi- tional classification or theIr representatives, and the contracting o.fficer .do not agree on the proposed classification and wage rate (mcludmg the amount deSIgnated for fringe benefits. where appropnate). the contracting officer shall refer the questions, mcludmg the views of all interested parties and the recommen~a~lon of the contracting officer, to the Wage and Hour Ad~mlstrator for determination. Said Administrator. or an authonzed representative, \vill issue a detennmation within 30 ~,ays of receipt and so advise the contracting officer or will notlly the contracting officer within the 30-dav period that additional time IS necessary . e. T~e wage rate (mcluding fringe benefits where appropriate) determll1ed pursuant to paragraph 1c or 2d of this Section IV shall be paid to all workers performing work in the additional classificatIOn from the tirst dav on which \\'ork is performed in the classificatIOn. . 3. Payment or Fringe Benefits: a. Whene\'er the mmimum wage rale prescribed in the con- tract for a class of laborers or mechanics includes a fringe benefit whlch IS not expressed as an hourly rate. the contractor or subcontractors. as appropriate. shall either pay the benefit FR-6 Local Assistance Procedures :\Ianual PS&E Checklist Instructions EXHIBIT 12-E Attachment B as stated in the wage detennination or shall pay another bona fide fringe benefit or an hourly case equivalent thereof. b. If the contractor or subcontractor, as appropriate, does not make payments to a trustee or other third person. he/she Olav consider as a part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, provided, that the Secretary of Labor has found. upon the written request of the contractor, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. 4. Apprentices and Trainees (Programs of the LS, DOL) and Helpers: a. Apprentices: (1) Apprentices will be pennitted to work at less than the predetennined rate for the work they perfonned \vhen they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the DOL. Employment and Traimng Admilllstration, Bureau of Apprenticeship and Training, or with a State apprenticeship agency recognized by the Bureau, or if a person is employed 111 his/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 an apprentice. (2) The allowable ratio of apprentices to journeyman-level employees on the job site in any craft classification shall not be greater than the ratio pennitted to the contractor as to the entire work force under the registered program. Any' employee listed on a payroll at an apprentice wage rate. who is not registered or otherv,:ise employed as stated above. shall be paid not less than the applicable \vage rate listed in the \vage detennination for the classification of work actually perfonned. In addition. any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable \Vage rate on the wal.!:e determination for the work actuallv performed. \Vht:re- a contractor or subcontractor (s pertonning construction on a project in a locality other than that in which its program is registered, the ratios and \vage rates (expressed in percentages of the joumeyman-le\.'el hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. (3) Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the joumeyman- level hourly rate specified in the applicable wage determinatIOn. Apprentices shall be paid fringe benetits in accordance \vith the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits. apprenlices must be paid the full amount of fringe benefits listed on the \vage detemlination for the applicabk classificatIon. If the Administrator for the Wage and Hour Division determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that detemlination LPP 01-04. '\Iarch 15,2001 (4) In the event the Bureau of Apprenticeship and Training, or a State apprenticeship agency recognized by the Bureau, withdraws approval of an apprenticeship program, the contractor or subcontractor will no longer be permitted to utilize apprentices at less than the applicable predeternlined rate for the comparable work performed by regular employees until an acceptable program lS approved. b Trainees: (1) Except as provided in 29 CFR 5.16. trainees will not be permitted to work at less than the predetennined rate for the work performed unless they are employed pursuant to and individually regIstered in a program \vhich has received prior approval. evidenced by fonnal certification by the DOL. Employment and Training Administration. (2) The ratio of trainees to Journeyman-level employees on the Job site shall not be greater than pennitted under the plan approved by the Employment and Training Administration. Any employee listed on the payroll at a trainee rate who is not registered and partIcipating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determmation for the classification of work actually perfonned. In addition. any trainee performing \'iork on the job site in excess of the ratio pennined under the registered program shall be paid not less than the applicable wage rate on the wage deternlinarion for the work actually perfonned. (3) Every trainee must be paId at not less than the rate specified in the approved program for his/her level of progress. expressed as a percentage of the journeyman-level hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of frim.!c benefits listed on the wage determination unless the Administrator of the Wage and Hour Division detennines that there is an apprenticeshIp program associated with the corresponding journeyman-level wage rate on the wage determinatIon which provides for less than full fringe benefits for apprentices, in which case such trainees shall re- ceive the same fringe benefits as apprentices. (-l) In the event the Employment and Training Adminis- tration withdraws approval of a training program, the con- tractor or subcontractor will no longer be pennitted to utilize trainees at less than the applicable predetermined rate for the work perfonned until an acceptable program is approved. c. Helpers: Helpers will be permitted to \vork on a project if the helper classitication IS specified and defined on the applicable wage determination or is approved pursuant to the confomlance procedure set forth in Section IV.2. Any worker listed on a payroll at a helper wage rate, who IS not a helper under an approved definition. shall be paid not less than the applicable wage rate on the wage determination tor the classification of work actually perfonned. FOffi1 1::!7) - RC\"l~eJ )'<)5 OS-(l7-95 FR-7 Local Assistance Procedures :\(anual PS&E Checklist Instructions EXHIBIT 12-E Attachment B 5. Apprentices and Trainees (Programs of the C.S. DOT): Apprentices and trainees working under apprentice~hip and skill traming programs which han: heen cenified by the Secretary of Transportation as promoting EEO in connection \\ith Federaklld highway construction programs are not subject 10 the requirements of paragraph 4 of this Section IV. The straight time hourly wage rates for apprentices and trainees under such programs will be established by the particular programs. The ratio of apprentices and trainees to journeymen shall not be greater than pernlltted by the tenns of tile particular program. 6. Withholding: The SHA shall upon Its own action or upon wr.itten request of an authorized representatiw of the DOL \\:ithhold, or cause to be withheld, from the contractor or subcontractor under thiS contract or any other Federal contract with the same pnme contractor. or any other federally-assisted contract subject to Davis-Bacon prevailing wage requirements which is held by the same prime contractor, as much of the accrued payments or advances as may be considered necessary' to pay laborers and mechanics, including. apprentices. tramees. and helpers, employed by the contractor or any subcontractor the full umount of wages required by the contrac!. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper. employed or working on the site of the work. all or pan of the wages required hy the contract. the SHA contracting officer may, after written notice to the contractor. take such action as may be necessarY to cause the suspension of any funher payment, ad~ance, or guarantee of funds until such violations haye ceased. 7. Onrtime Requirements: !\o contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers. mechaniCS, \..'atchmen, or guards (including apprentices, trainees, and hdpers described in paragraphs -t and 5 above) shall require or pennit any laborer, mechanic. watchman, or guard in any workweek in whIch he/she is employed on such ",,'ork, to work in excess of 40 hours in such workweek unless such laborer, mechanic. watchman. or guard receives compensation at a rate not less than one-and-one-half times his/her basic rate of pay for all hours worked in excess of 40 hours in such workweek. 8. Violation: Liability for Cnpald \\.'ages: liquidated Damages: In the event of any violation of the clause set fonh in paragraph 7 aboYe-. the contractor and any subcontractor responsible thereof shall be liable to the affected employ'ee for his/her unpaid \vages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territorv', to such Distnct or to such territorv) for liquidated damages. Such liqUidated damages shall be computed with respect to each individual laborer, mechanic. watchman. or guard employed in violation of the clause set forth in paragraph 7. lfl the sum of 5 I 0 for each calendar day on which such employee was required or pennitted to work in excess of the standard work week of -+0 hours without payment of the overtime \vages requm~d by the clause set forth in paragraph 7. Form 1:::-:'3- Rt;'\lScd3.95 OS-()-::'.\)5 LPP 01-04, :\Iarch 15,2001 9. Withholding for l'npaid \\'ages and Liquidated Damages: The SHA shall upon its own action or upon written request of Jnv authorized representatIve of the DOL withhold, or cause to be \\-iihheld, from any moncys payable on account of work performed by the contractor or subcontractor under any such contract or an) other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety' Standards Act. which is held hy the same prime contractor. such sums 3S may be detennined to be necessary to satish' afl\.' liabilities of such cOn!ractor or subcontractor for unpaid v.ages and liquidated damages as pro\'lded In the clause set fonh in paragraph 8 abo\'e. Y. STA TDIE:\TS A:\D PAYROLLS (Applicable to all Federal-aid construction contracts cxceedmg S2.000 and to all related subcontracts, except for projects located on roadways classified as local roads or rural collectors, which are exempt. ) 1. Compliance with Copeland Regulations (29 CFR 3): The contractor shall comply with the Copeland Regulations of the Secretary of Labor which are herem incorporated by reference. 2. Payrolls and Payroll Records: a. Payrolls and basic records relating thereto shJIl be maintained by the contractor and each subcontractor during the . course of the work and prescf\'ed for a period of 3 years from the date of completion of the contract for all laborers. mechanics. apprentices, trainees, watchmen, helpers, and guards workmg at the site of the work. b. The payroll records shall contain the name. social security number, and address of each such employee: his or her correct classification: hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalent thereof the types described in Section l(b)(l)(B) of the Davis Bacon Act); dailv and week Iv number of hours worked; deductions made: and -actual wages paid. In addition, for Appalachian contracts. the payroll records shall contain a notallon indicating whether the employee does. or does nOL nomlally reside lfl the labor area as defined in Attachment A. paragraph I. Whenever the Secretary of Labor, pursuant to Sec- tion IV. paragraph 3b, has found that the wages of any laborer or mechamc includ~ the amount of any costs reasonably anticipated In providing benefits under a plan or program described in Section l(b)(2)(B) of the Davis Bacon Act, the contractor and each subcontractor shall maintam'records which show that the commitment to provide such benefits is enforceable, that the plan or program IS financially responsible. that the plan or program has been communicated in writing to the laborers or mechanics affected. and show the cost antiCipated or the actual cost incurred In pro\'ldlflg benefits. Contractors or subcontractors employing apprentlCes or tralllees under approved programs sh<lll maintain written evidence of the registration of apprentices <lnd trainees. and ratios and wage rates prescnbe-d in the appllcable progrJms. FR-8 Local Assistance Procedures Manual PS&E Checklist Instructions EXHIBIT 12-E Attachment B c. Each contractor and subcontractor shall furnish, each week in which any contract work is performed, to the SHA resident engineer a payroll of wages paid each of its e~ploye~s (including apprentices, trainees. and helpers. descnbed m Section IV, paragraphs 4 and 5. and watchmen and guards en. gaged on work during the preceding weekly payroll period). The payroll submitted shall set out accurately and completely all of the information required to be mamtained under paragraph 2b of this Section V, This information may be submitted in any fonn desired. Optional Foml WH.347 is available for this purpose and may be purchased from the Superintendent of Documents (Federal stock number 029.005-0014-1). U.S. Government Printing Offke, Washmgton. D.C. 20402. _ The pnme contractor IS responsIble for the submiSSIOn of copies of payrolls by all subcontractors. d. Each payroll submitted, shall be accompanied by a "Statement of Compliance." signed by the contractor or sub- contractor or hIs/her agent who pays or supef\lses the payment of the persons employed under the contract and shall certify the following: (I) that the payroll for the payroll period contains the information reqUIred to be maintained under paragraph 2b of this Section V and that such mformation is correct and complete; (2) that such laborer or mechanic (including each helper. apprentice. and trainee) employed on the contract during the payroll period has been paid the full \v:~ekly wages earned. without rebate. either directly or mdlrectly. and that no deductions ha\"e been made either directly or indirectly from the full wages earned. other than pemlissible deductions as set forth in the Regulations. 29 CFR 3: (3) that each laborer or mechanic has been paid not less that the applicable wage rate and fringe benefits or cash equivalent for the classification of worked performed. as specified in the applicable wage deternlination incorporated into the contract. e. The \\-'eeklv submission of a properly executed certification. set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph 2d oflhis Section V. f. The falsification of any of the above certifications may subject the contractor to ciVil or criminal prosecution under 18 LSc. 1001 3nd31liSc. 231. g. The contractor or subcontractor shall make the records re. quired under paragraph 2b of this Section "v available for ~nspec- tlon, copymg. or transcriptIOn by authoflzed representatives of the SHA. the FHWA. or the DOL. and shall permIt such representatives to interview employees durin~ working ~ours on the job. If the contractor or subcontractor falls to submit the re- quired records or to make them available, the SHA, the FHW A. the DOL. or all may. after \"Titten notice to the contractor. sponsor. applicant. 0; owner, take such actions as may be nec~ essary" to cause rhe suspension of any further payment. ad\"ance. or guarantee of funds. Furthermore. fallure to submit the required records upon request or to make such records a\'ailable may be grounds for debarrnent action pursuant to 29 CFR 5.12. LPP 01-04. :\Iarch 15.2001 \'1. RECORD OF MATERIALS. SVPPLIES. A:-iD LABOR 1. On all Federal-aid contracts on the National Highway System. except those which provide solely for the installation of protecti\"e devices at railroad grade crossings, those which are constructed on a force account or direct labor basis. highway beautification contracts. and contracts for which the total final construction cost for roadway and bridge is less than 51,000,000 (23 CFR 635) the contractor shall: a. Become famIliar with the list of specIfic materials and supplies contained in Form FHV/A-47, "Statement of \.1aterials and Labor Used by Contractor of Hlgh\\-'ay ConstructIon Involving Federal Funds." prior to the commencement of work under this contract. b. Maintain a record of the total cost of all materials and supplies purchased for and incorporated in the work: an~ also of the quantities of those specific materiais and supplies listed on Foml FH\VA-47. and m the unlts shown on Form FH\VA-47. c. Furnish, upon the completion of the contract, lo the SHA resident engineer on Fonn FHWA~47 together WIth the data required in paragraph I b relative to materi.als" an~ supplies, a final labor summarv of all contract work mdlcatmg the total hours worked and the total amount earned. 2. At the prime contractor's option. either a single report covering all contract work or separate reports for the contractor and for each subcontract shall be submitted. VII. SVBLETTl:-iG OR ASSIG:-iI:-iG THE CO:-iTR-\CT 1. The contractor shall perform \....ith its own organization contract work amounting to not less than 30 percent (or a greater percentage if specified elsewhere in th~ co~tract) of" the {otal angmal contract price, excludmg any specialty Items deSIgnated by the State. Specialty items may be performed by subcontract and the amount of any such speCIalty items performed may be deducted from the total original contract price before computing the amount of work required to be performed by the contractor's own organization (:!3 CFR 635). a. "Its own organization" shall be construed to include only' workers emplo)-'e~d and paId directly by the pnme cantraCl~r and equipment owned or rented by the pnme contractor, WIth or without operators, Such term does not mclude employees or equipment of a subcontractor, assignee, or agent of the prune contractor. b, "Specialty Items" shall be construed to be limite.d. to \\-"'ork that requires highly specialized knowledge. ablhtll:s.. or equipment not ordinarily available in the type of cantractmg organizations qualified and expected to bId on the contract as a whole and in general arc to be limited to minor components of the overall conrmct. Form 12"':\ - Re\'lsed :VJ5 Oll-O/.Q;, FR-9 Local Assistance Procedures .Manual PS&E Checklist Instructions EXHIBIT 12-E Attachment B 2. The contract amount upon which the requirements set forth in paragraph I of Section VII is computed includes the cost of material and manufactured products which are to be purchased or produced by the contractor under the contract provisions. 3. The contractor shall furnish (a) a competent superintendent or supervisor who is employed by the tinn, has full authority to qirect performance of the work in accordance with the contract requirements, and is in charge of all construction operations (regardless of who perfonns the \vork) and (b) such other of its own organizational resources (supervision. management, and engineenng services) as the SHA contracting officer detennines is necessary to assure the perfonnance of the contract. 4. No portion of the contract shall be sublet. assigned or othen.vise disposed of except with the written consent of the SHA contracting officer, or authorized representative, and such consent w'hen given shall not be construed to relieve the contractor of any responsibility for the fulfillment of the contract. Written consent will be given only after the SHA has assured that each subcontract is evidenced in writing and that it contains all pertinent provisions and requirements of the prime contract. VIII. SAFETY: ACCIDDiT PREVE"iT/O"i I. In the perfonnance of this contract the contractor shall comply with all applicable Federal. State. and localla\vs governing safety. health, and sanitation (23 CFR 635). The contractor shall provide all safeguards, safety devices and protective equipment and take any other needed actions as it detennines, or as the SHA contracting officer may detennme, to be reasonably necessary to protect the [jfe and health of employees on the job and the safety of the public and to protect propeny in connection with the perfonnance of the work covered by the contract. 1. It is a condItIOn of this contract, and shall be made a condition of each subcontract. which the contractor enters into pursuant to this contract. that the contractor and any subcontractor shall not permit any employee. in perfomlance of the contract. to work in surroundings or under conditions which are unsanitarv, hazardous or dangerous to his/her health or safetv, as dete~ined under construction safety and health stand;rds (29 CFR 1926) promulgated by the Secretary of Labor. in accordance with Section 107 of the Contract \Vork Hours and Safety Standards Act (40 U.Sc. 333). 3. Pursuant to 29 CFR 1926.3, it is a condition of this contract that the Secretary of Labor or authorized representative thereof. shall have right of entry to any site of contract performance to inspect or investigate the matter of compliance with the construction safety and health standards and to carry OUI the duties of the Secretary under Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.c. 333). IX. FALSE ST A TEME:\TS CO:'liCERNI:\G HIGHWAY PROJECTS In order to assure high quality and durable construction in confonnity with approved plans and specifications and a high degree of reliability on statements and representations made by engmeers. contractors, suppliers. and workers on Federal-aid hIghway projects. it is essentIal that all persons concerned With the project perfonn their functions as carefully, thoroughly, and honestly as possible. Willful falsification, distortion. or mis- representation with respect to any facts related to the project is a violation of Federal law. To prevent any misunderstanding re- Form 1273 ~ Revised 3-95 O~-()7.95 LPP 01-04, March 15,2001 garding the seriousness of these and simIlar acts, the follo\\'mg notice shall be posted on each Federal-aid high\....a). project (23 CFR 635) in one or more places where it is readily available to all persons concerned with the proJect: "onCE TO AI.L PERSO:>i:'liEL E"GAGED 0" FEDERAL-AID HIGHWA Y PROJECTS 18 L'.S.C. 1010 reads as follows: "1l'hOf:Tt'I" bf!illg an offict!/". age!/!. or employee of lhe ['lIih'd STI/res. nr am' Slall' or Terriror\'. or lI'hon'er. whether a persoll. assacialian. firm. or corporalioll, knoll'ingzr makes ony false swtemenf. false represenTalion. or/alse report as To the character. quality, quanlily. ar cosT of the material lised ar to be .used. or The quantiry or qualiry of The work pe/lormed or To be pe/fonned, or the COSl thereaf in can/leetion IdTh the submissian of plans, maps. spec{ficalions. cOlltraers. or COSlS of construction on any hig/m'm' or related projecl Sllbmiltcd for approval TO the Secretar\' of Trall.'iportation: or Whoever knoH'ingz,' makes any false slalement. false repre- senlaTion.false repon orfalse cfaim with respecl to The characler. qllali~r. quanTity. or cosl of any n'ork performed or to be per- formed. or malerials fltl'llished or to be filrnished. in connecTioll with The COllSlrUCliOIl of allY highway or related projecl approved by the Secretary a/Transporlation: or Whoel'er knowing(,' makes any false sTatement ar false repre- sentalion as to malerial fact ill any statemellT. certificate. or report submitted pursuant to provisions of the Federal-aid Roads ACT apprOl:ed July 1. 1916. (39 StaT. 355j, as amended and sup- plemcn!ed: Shaff be fined /lOl more that SiD.OOO or imprisoned not more than 5 years or both." X. DIPLDIE"iTA TIO" OF CLEA" AIR ACT A"D FEDERAL WATER POLLlTIO" CO:'liTROL ACT (Applicable to all Federal-aid construction contracts and to all related subcontracts of5100,000 or morc.) Bv submiSSIOn of this bid or the execution of this contract. or subc"ontract. as appropriate, the bIdder, Federal-aid construction contractor. or subcontractor. as appropriate, will be deemed to have stipulated as follows: 1. That any facility that is or will be utilized in the performance of this contract, unless such contract is exempt under the Clean Air Act. as amended (42 U.S.c. 1857 et seq., as amended by Pub. L. 91-604), and under the Federal \Vater Pollution Control Act. as amended (33 C.s.c. 1251 et seq.. as amended by Pub. L. 92-500), Executive Order 11738, and regulatIons in Implementation thereof (40 CFR 15) is not listed, on the date of contract award, on the L'.S. Environmental Protection Agency (EPA) List of Violating Facilities pursuant to 40 CFR i 5.20. 2. That the finn agrees to comply and remain in compliance with all the requirements of Section 114 of the Clean Air Act and Section 30g of the Federal Water Pollution Control Act Jnd all regulations and gUldelllles ltsted thereunder 3. That the finn shall promptly notify the SlIA of the receipt of any communication from the Director, Office of Federal ActivitIes. EPA. indicating that a facility that is or will be uttllzed FR-IO Local Assistance Procedures l\lanual PS&E Checklist Instructions EXHIBIT 12-E Attachment B for the contract is under consideration to be listed on the EPA List of Violating Facilities. 4. That the firm agrees to include or cause to be included the requirements of paragraph I through 4 of thIS Section X in every nonexempt subcontr<lct. and further agrees to take such action as the government may dIrect as a means or enforcing stich re- qUirements. XI. CERTlFICATlO:-< REGARDI:-<G DEBAR'IE:-<T. SUSPE:-<SIO,.. I:>:ELIGIBILITY A:-<D VOLl':\TARY EXCLUSIO:-< J. Instructions for Certificarion - Primary Covered Transactions: (Applicable to all Federal-aid contracts - 49 CFR 29) a. By signing and submitting this proposal, the prospective primary participant IS prondmg the certification set out below. b. The inability of a person to provide the certification set out belm\' will not necessarily result in denIal of participation in this covered transaction. The prospective participant shall submit an explanation of why it cannot provide the certification set out bdow. The certification or explanation will be considered in connection with the depa'rtment or agency's detem1ination whether to entcr mto this transaction. However, failure of the prospecti',;e primary participant to furnish a certification or an explanatIon shall disqualify such a person from partIcipation in this transaction. c. The certification in this clause is a malenal representation of fact upon w'hich reliance \\"as placed when the department or agency determined to enter into this transaction. If it is later detennined that the prospecti,'e primary participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency may tenninate this Iransaction for cause of default. d. The prospective primary participant shall provide im- mediate '''Titten notice to the department or agency to whom this proposal is submitted if any time the prospective primary participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. e. The tern1S "covered transaction," "debarred." "suspended." "ineligible," "lower tier covered transaction." "participant." "person." "primary covered transaction." "principaL" "proposal." and "voluntarilv excluded." as used in this clause. have the meanings set o~t in the DefinitIOns and Coverage sections of rules implementing Executive Order 12549. You may contact the department or agency to which this proposal is submitted for assistanci: m obtainmg a copy of those regulatIons. f. The prospective primary participant agrees by submitting this proposal that, should the proposed covered transaction be entered into. it shall not kno'....ingly enter into any lower tier coycn:d transactIon ,vith a person who is debarred. suspended. declared meltgible. or voluntarily excluded from participation in thIS covered transactIon, unless authonzed by the department or agency enteflog Into thiS transaction. g. The prospectIve pnmary participant further agrees by LPP Ol-O~, 'larch 15.2001 submitting this proposal that it will include the clause titled "Certification Regarding Debannenr. Suspension. Ineligibility and Voluntary ExclUSIOn-Lower Tier em-ered Transaction," provided by the department or agency entering into this covered transactHm. WIthout modification. III all lower tIer cO\"ered transactions and in all solicitatIOns for lower tier covered transactIons. h. A partiCipant in a covered transaction may rely upon a certtlication of a prospective participant in a lower tier covered transaction that is not debarred. suspended. ineligible. or \'oluntarily excluded from the covered transaction. unless it knows that the certificatton IS erroneous. A partiCIpant may decide the method and frequency by which it determines the el- igibility of its principals. Each participant may, but is not required to. check the nonprocurement portion of the "Lists of Parties Excluded From Federal Procurement or 1'\onprocurement Programs" (Nonprocurement List) \vhich is compiled by the General Services Administration. i. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. j. Except for transactions authorized under paragraph f of these instructions. if a participant in a covered transaction knowingly enters into. a lower tier covered transaction with a person who is suspended. debarred, ineligible. or voluntarily excluded from participation in this transaction. in addition to other remedies available to the Federal Government. the de- partment or agency may terminate this transaction for cause or default. * * * * * Certification Regarding Debarment. Suspension. Ineligibility and Voluntar)" Exclusion-Primary CO\'ered Transactions I. The prospective primary participant certifies to the best of its knowledge and belief. that it and its principals: a. Are not presently debarred. suspended, proposed for debarnlent. declared meligible. or voluntarily excluded from covered transactions by any Federal department or agency; b. Have not within a 3-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attemptmg to obtain. or performing a public (Federal, State or local) transaction or contract under a public transaction: violation of Federal or State antitrust statutes or commission of embezzlement. theft. forgerv', bribery'. falsification or destruction of records. making false sta"tements. or receiving stolen property: c. Are not presently indicted for or otherv.-'ise criminally or ci,'illv charged bv a c:O\'emmcntal entity (Federal. Stale or local) with comm-isslOn of any of the otTenses enumerated in paragraph I b of thIS certification; and Fonn 1:!7] -Re\l-'ed ~.95 08.07.95 FR-II Local Assistance Procedures ]\<Ianual PS&E Checklisllnstructions EXHIBIT 12-E Attachment B d. Have not within a 3-year period preceding this ap~ plication/proposal had one or more public transactions (Federal, State or local) terminated for cause or default. 2. Where the prospective pnmar:. participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. ***** 2, Instructions for Certification - Lo\\.er Tier Covered Transactions: (Applicable to all subcontracts, purchase orders and other lower tier transactions of $25,000 or more ~ 49 CFR 29) a. By signing and submining this proposaL the prospective lower tier is providing the certitication set out below. b. The .:ertification in this clause is a material representation of fact upon which rehance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification. in addition to other remedies available to the Federal Government. the department or agency w.ith which this transaction originated may pursue a....ailable remedies, including suspension and/or debarment. c. The prospective lower tier participant shall provide immediate '''Tinen notice to the person to which this proposal is submitted if at any time the prospective lower lier participant learns that its certitication was erroneous by reason of changed circumstances. d. The tenns "covered transaction," "debarred," "suspended," "ineligible." "primary co....ered transaction," "participant," "person." "principaL" "proposal." and "voluntarily excluded," as used in this clause, have the meanings set out in Ihe Definitions and Coverage sections of rules implementing Executive Order 12549, You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. e. The prospective lower tier participant agrees by submitting this proposal that. should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, dedared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency WIth which this transaction originated. f, The prospective 1001,.er tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debannent, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction," \....ithout modificalion, in all lower tier covered transactions and III all sohcitations for lower tier covered transactions. g. A participant in a covered transaction may rely upon a certification of a prospective participant in a lov,.er tier covered transaclion that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the el~ Igibility of its pnncipals. Each participant may, but IS not Fonn 12"_~ - RC\lsed ].95 (lK-il7-9S LPP 01-04. "'larch 15.2001 required to. check the Nonprocurement List. h. "Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faIth the certificatlOn required by this clause. The knowledge and information of participant is not required to exceed that which is nonnally possessed by a prudent person in the ordinar:' course of business dealings. i. Except for transactions authorized under paragraph e of these instructions. if a participant in a covered transaction knowinglv enters into a lower tier covered transaction with a person ;,,'-ho is suspended, deharred, ineligible, or \'oluntarily excluded from particip3tion in this transaction, in additIon to other remedies available to the Federal Government, the de- panmenl or agency with which this transaction originated may pursue available remedies, including suspension andior debannent ***** Certification Regarding Debarment. Suspension. Ineligibility and Voluntar}. Exclusion-Lower Tier Covered Transactions 1. The prospective lower tier participant certifies, by submission of thiS proposal, that neither it nor its principals is presently debarred, suspended, proposed for debannent. declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. 2. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. ***** XII. CERTlFlCA TlO/; REGARDI'iG LSE OF CO:\TRACT FC:\DS FOR LOBBYI"IG (Applicable to all Federal-aid construction contracts and to all related subcontracts which exceed S 100.000 ~.;l9 eFR 20) I. The prospectIve participant certifies. by signing and submitting this bid or proposal. 10 the best of his or her knowledge and belief. that: a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned. to any person for influenCing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant the making of any Federal loan, the entering into of any cooperative agreement, and the extension. continu:Hion, renewal. amendment, or modification of any Federal contract. grant, loan, or cooperative agreemenl. . b. If any funds other than Federal appropriated funds ha,.e been paid or Will he paid to any person for influencing or attempting to intluence an officer or employee orany Federal agency. a Member of Congress. an officer or employee of Congress. or an employee of a Member of Congress in connection with this Federal contract. FR-12 Local Assistance Procedures i\Ianual PS&E Checklist Instructions EXHIBIT 12-E Attachment B be subject to a civil penalty of not less than S I 0,000 and not more than S100.000 for each such failure. ' grant. loan. or cooperative agreement. the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance v,:ith its instructions. 2. This certification is a material representation of fact upon which reliance was placed when this transaction was made or en- tered into. SubmIssion of this cemfication is a prerequisite for making or entering mto this transactIon Imposed by 3] use. 1352. Any person who fails to tile the required certification shall 3. The prospective participant also agrees by. submitting his or her bid or proposal that he or she shall require that the language of this certIfication be included in all lower tier subcontracts. which exceed 5100.000 and that all such recipients shall ccnlf;. and dlsclose accordingly. FEDERAL-AID FDIALE A'IID :\I1~ORITY GOALS In accordance with SectIon 11. "Nondiscrimination." of "Required Contract Provisions Federal-aid Construction Contracts" .the following are the goals for female utilization: Goal for Women (applies nationv/lde) .....(percent) . 6.9 The following are goals for minority utilization: CALlFOR'\IA ECO'\OMIC AREA 174 Redding. CA: Goal (Percent) Non-SMSA Counties. CA Lassen: C A Madoc: CA Plumas; CA Shasta; CA Siskiyou; CA Tehama. 6.8 175 Eureka. CA: Non-SMSA Counties. CA Del Norte: CA Humboldt; CA Trinity. 6.6 176 San Francisco-Oakland-San Jose, CA: SMSA CountIes: 7110 Salinas-Seaside- Monterev. CA.. CA Mmlterey. 7360 San Francisco-Oakland. CA.. CA Alameda: CA Contra Costa: CA Marin; CA San Francisco: CA San ,\-1ateo. 7400 San Jose. CA.. C A Santa Clara. 7~85 Santa Cruz, CA. CA Santa Cruz. 7500 Santa Rosa. CA .................... C A Sonoma. 87~0 Vallejo-Falrfield- Napa. CA . CA Napa: CA Solano 28.9 25.6 19.6 14.9 9.1 17.1 Non-SMSA Counties.. CA Lake: CA Mendocino: CA San Benito. 13.2 LPP 01-0-1, :\Iarch 15,2001 177 Sacramento, C A: S:\1SA Counties: 6920 Sacramento, CA.. CA Placer: CA Sacramento: CA Yolo. 16.1 Non-S\1S,A. Counties.. CA Butte; CA Colusa: CA EI Dorado, CA Glenn, CA Nevada: C A Sierra; CA Sutter: CA Yuba. 14.3 178 Sto(:kton-\fodesto. CA: S\1SA Counties: 5170 Modesto. CA . C A Stanislaus 8120 Stockton. CA o. CA San Joaquin. \"on-SMSA Counties... C A Alpine; C A Amador; CA Calaveras; C A Mariposa: CA Merced: CA Tuolumne. 12.3 243 19.8 179 Fresno-Bakersfield. C A: SMSA Counties: 0680 Bakerslicld. CA.. CA Kern. 2840 Fresno. CA.. CA Fresno. Non-SMSA Counties.. CA Kings: CA Madera: CA Tulare. 10.1 26.1 23.6 180 Los Angeles. CA: SMSA Counties: 0360 Anaheim-Santa Ana~Garden Grove. CA. CA Orange. 44:-:0 Los Angeles~Long Beach. CA. . CA Los Angeles 6000 Oxnard-Simi Val1ey- Ventura. CA. CA Ventura. 11.9 28.3 21.5 Form 1:!7_~ - R~\-Is('d ~-95 O~-()7.95 FR-13 Local Assistance Procedures Manual PS&E Checklist Instructions EXHIBIT 12-E Attachment B 6780 Ri\-ersid~-Satl Bemardinu- Ontario. CA. eA RiversIde; CA San Bernardino. 7480 Santa Barbara.Santa ~...laria- Lampoc, CA. CA Sant<l Barbara. :\on-SMSA Counties p. CA Invo; CA tvlono; CA Sa'n Luis Obispo. 19.0 19.7 ~~.6 IS! San Diego. CA: SMSA Counlles 7320 San Diego, CA.. CA San Diego. N'on-S\tISA COLlntl~s.. CA Imperial. 16.9 1~.2 In addition to the reporting requIrements set forth elsewhere In this contract the Contractor and subcontractors holding subcontracts, not including material suppliers, of S10.000 or more, shall submit for every month of July dunng \>"hich work is performed. employment data as contained under Form FH\VA PR-1391 (Appendix C to 23 eFR. Part 230), and in accordance with rhe instmctions included thereon. Fonn i 27:1 - Rt'\'i~t'd V)5 08-U"7-'J) FR-14 LPP 01-04. March 15.2001 APPENDIX B FERERAL & STATE OF CALIFORNIA MINIMUM WAGE RATES W AIS Document Retrieval Page 1 of21 GENERAL DECISION: CA20070037 04/20/2007 CA37 Date: April 20, 2007 General Decision Number: CA20070037 04/20/2007 Superseded General Decision Number: CA20030037 State: California Construction Types: Building, Heavy (Heavy and Dredging) and Highway County: San Bernardino County in California. BUILDING CONSTRUCTION PROJECTS; DREDGING PROJECTS (does not include hopper dredge work); HEAVY CONSTRUCTION PROJECTS (does not include water well drilling); HIGHWAY CONSTRUCTION PROJECTS Modification Number o 1 2 3 4 5 Publication Date 02/09/2007 02/16/2007 02/23/2007 03/23/2007 04/06/2007 04/20/2007 ASBE0005-002 08/07/2006 Rates Fringes Asbestos Workers/Insulator (Includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems) .....$ 36.16 10.24 ASBE0005-004 08/07/2006 Rates Fringes Asbestos Removal worker/hazardous material handler (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not) ....$ 19.55 6.38 BOIL0092-003 10/01/2006 Rates Fringes BOILERMAKER. . . . . . . . . . . . . . . . .. . . . . $ 34.34 18.11 BRCA0004-011 05/01/2006 http://frwebgate3.access.gpo.gov/cgi-bin/waisgate.cgi?W A1SdocID=44 754420416+0+0+... 04/24/2007 W AIS Document Retrieval Page 2 0[21 Rates Fringes Bricklayer; Marble Setter..... ...$ 31.32 8.80 ---------------------------------------------------------------- BRCA0018-004 06/01/2006 Rates Fringes Marble Finisher.................. $ 22.52 Tile Finisher.................... $ 18.57 Tile La ye r. . . . . . . . . . . . . . . . . . . . . . . $ 29. 30 7.65 7.25 11.36 ---------------------------------------------------------------- BRCA0018-010 09/01/2006 Rates Fringes Terrazzo Finisher.... ..... ..... ..$ 24.54 Terrazzo Worker... ...... ..... ....$ 31.63 8.62 9.41 ---------------------------------------------------------------- CARP0409-001 01/01/2007 Rates Fringes Carpenters: (1) Carpenter, Cabinet Installer, Insulation Installer, Hardwood Floor Worker and acoustical installer. . . . . . . . . . . . . . . . . . . $ 33.61 (2) Millwright..............$ 34.11 (3) Piledriver/Derrick Bargeman, Bridge or Dock Carpenter, Heavy Framer, Rock Bargeman or Scowman, Rockslinger, Shingler (Commercial). .... ... ........$ (4) Pneumatic Nailer, Power Stapler.. .,. ... ..... ..$ (5) Sawf iler. .. .. .. .. .. .. .. $ (6) Scaffold Builder.... ...$ (7) Table Power Saw Operator. . . . . . . . . . . . . . . . . . . . $ 8.82 8.82 33.74 8.82 33.86 8.82 33.69 8.82 26.31 8.82 33.71 8.82 FOOTNOTE: Work of forming in the construction of open cut sewers or storm drains, on operations in which horizontal lagging is used in conjunction with steel H-Beams driven or placed in pre- drilled holes, for that portion of a lagged trench against which concrete is poured, namely, as a substitute for back forms (which work is performed by piledrivers): $0.13 per hour additional. Certified Welder - $1.00 per hour premium. ---------------------------------------------------------------- * CARP0409-002 01/01/2007 Rates Fringes Diver (1) Wet.....................$ 603.85 (2) Standby.................$ 301.92 8.82 8.82 "..~.IIf'~,,~"not~1 o~~~oo finn onv/~u;_h;n/w~i<"M" ""i?W AISdocID=44754420416+0+0+... 04/24/2007 W AIS Document Retrieval Page 3 of21 (3) Tender..................$ 293.92 8.82 Amounts in IIRates' column are per day ---------------------------------------------------------------- CARP0409-005 01/01/2007 Rates Fringes Drywall DRYWALL INSTALLER/LATHER.. ..$ 33.61 STOCKER/SCRAPPER. ... ... ... ..$ 10.00 8.82 6.06 ---------------------------------------------------------------- * CARP0409-008 01/01/2007 Rates Fringes Modular Furniture Installer......$ 18.25 7.16 ---------------------------------------------------------------- ELEC0011-002 12/05/2006 COMMUNICATIONS AND SYSTEMS WORK Rates Fringes Communications System Installer...... ... ... .......$ 24.43 Technician. . . . . . . . . . . . . . . . . . $ 26.23 3%+7.60 3%+7.60 SCOPE OF WORK: Installation, testing, service and maintenance of systems utilizing the transmission and/or transference of voice, sound, vision and digital for commercial, educational, security and entertainment purposes for the following: TV monitoring and surveillance, background-foreground music, intercom and telephone interconnect, inventory control systems, microwave transmission, multi-media, multiplex, nurse call systems, radio page, school intercom and sound, burglar alarms, fire alarm (see last paragraph below) and low voltage master clock systems in commercial buildings. Communication Systems that transmit or receive information and/or control systems that are intrinsic to the above listed systems; inclusion or exclusion of terminations and testings of conductors determined by their function; excluding all other data systems or multiple systems which include control function or power supply; excluding installation of raceway systems, conduit systems, line voltage work, and energy management systems. Does not cover work performed at China Lake Naval Ordnance Test Station. Fire alarm work shall be performed at the current inside wireman total cost package. ---------------------------------------------------------------- ELEC0477-002 06/01/2005 Rates Fringes Electricians: Electrician. ... .............$ 30.35 14.32 CABLE SPLICER: $1.00 per hour above Electrician rate. TUNNEL WORK: 10% above Electrician rate. hltn' / /frw"hpate 'access. "oo."ov/c"i-bin/waisl!ate.cr!i?W AISdocID=44 7544204 I 6+0+0+:.. 04/24/2007 W AIS Document Retrieval Page 4 of 21 ZONE PAY: Zone A - 80 road miles from Post Office, 455 Orange Show Lane, San Bernardino, will be a free zone for all contractors Zone B - Any work performed outside Zone A's 80 road miles, shall add $8.00 per hour to the current wage scale. ---------------------------------------------------------------- ELEC1245-001 06/01/2006 Rates Fringes Line Construction (1) Lineman; Cable sp1icer..$ 38.88 (2) Equipment specialist (operates crawler tractors, commercial motor vehicles, backhoes, trenchers, cranes (50 tons and below), and overhead and underground distribution line equipment) . .. ... .. . .. ... . .. ,$ 32.12 (3) Groundrnan...............$ 24.56 (4) Powderman. ... ... ... ... ..$ 35.90 11.70 10.71 10.49 10.83 ---------------------------------------------------------------- * ELEV0018-001 01/01/2007 Rates Fringes Elevator Mechanic. ..... ... ... ....$ 41.265 14.885 FOOTNOTE: Vacation Pay: 8% with 5 or more years of service, 6% for 6 months to 5 years service. Paid Holidays: New Years Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day and Friday after, and Christmas Day. ---------------------------------------------------------------- ENGI0012-003 07/01/2006 Rates Fringes Power Equipment Operators (Cranes, Piledriving & Hoisting) GROUP 1.................... $ 33.00 GROUP 2 . . . . . . . . . . . . . . . . . . . . $ 33. 78 GROUP 3.. ... ... ... ... ......$ 34.07 GROUP 4 . . . . . . . . . . . . . . . . . . . . $ 34.21 GROUP 5.................... $ 34.43 GROUP 6....................$ 34.54 GROUP 7.................... $ 34.66 GROUP 8.................... $ 34.83 GROUP 9.................... $ 35.00 GROUP 10....................$ 36.00 GROUP 11....................$ 37.00 GROUP 12.................... $ 38.00 GROUP 13....................$ 39.00 Power Equipment Operators (Tunnel Work) 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 httn:/ /fiwebl!ate3 .access.l!Oo.l!ov/Cl!i-bin/waisgate.cgi?W AISdoclD=44 754420416+0+0+... 04/24/2007 W AIS Document Retrieval Page 5 of21 GROUP 1.................... $ 33.50 GROUP 2.................... $ 34.28 GROUP 3.................... $ 34.57 GROUP 4.................... $ 34.71 GROUP 5.................... $ 34.93 GROUP 6.................... $ 35.04 GROUP 7.................. ..$ 35.16 Power Equipment Operators GROUP 1.................... $ 31. 65 GROUP 2.................... $ 32.43 GROUP 3.................... $ 32.72 GROUP 4.................... $ 34.21 GROUP 5.................... $ 35.31 GROUP 6.................... $ 34.43 GROUP 7.................... $ 35.53 GROUP 8.................... $ 34.54 GROUP 9.................... $ 35.64 GROUP 10.................... $ 34.66 GROUP 11....................$ 35.76 GROUP 12.................... $ 34.83 GROUP 13.................... $ 34.93 GROUP 14.................... $ 34.96 GROUP 15.................... $ 35.04 GROUP 16.................... $ 35.16 GROUP 17.................... $ 35.33 GROUP 18.................... $ 35.43 GROUP 19.................... $ 35.54 GROUP 20.................... $ 35.66 GROUP 21.................... $ 35. 83 GROUP 22.................... $ 35.93 GROUP 23.................... $ 36.04 GROUP 24.... ... ... .,. ... ....$ 36.16 GROUP 25.................... $ 36.33 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 FOOTNOTES: PREMIUM PAY of $3.75 per hour shall be paid on all power equipment operator work at Camp Pendleton, Point Arguello, and Vandenburg AFB. Workers required to suit up and work in a hazardous material environment: $2.00 per hour additional. Combination mixer and compressor operator on gunite work shall be classified as a concrete mobile mixer operator. POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1: Bargeman; Brakeman; Compressor operator; Ditch Witch, with seat or similar type equipment; Elevator operator-inside; Engineer Oiler; Forklift operator (includes Ioed, lull or similar types under 5 tons; Generator operator; Generator, pump or compressor plant operator; Pump operator; Signalman; Switchman GROUP 2: Asphalt-rubber plant operator (nurse tank operator); Concrete mixer operator-skip type; Conveyor operator; Fireman; Forklift operator (includes loed, lull or similar types over 5 tons; Hydrostatic pump operator; oiler crusher (asphalt or concrete plant); Petromat laydown machine; PJU side dum jack; Screening and conveyor machine oeprator (or similar types); Skiploader (wheel type up to 3/4 yd. without attachment); Tar pot fireman; Temporary heating http://frwebgate3.access.gpo.gov/cgi-binlwaisgate.cgi ?W AISdocID=44 7544204 I 6+0+0+... . 04/24/2007 W AIS Document Retrieval Page 60f21 plant operator; Trenching machine oiler GROUP 3: Asphalt-rubber blend operator; Bobcat or similar type (side steer); Equipment greaser (rack); Ford Ferguson (with dragtype attachments); Helicopter radioman (ground); Stationary pipe wrapping and cleaning machine operator GROUP 4: Asphalt plant fireman; Backhoe operator (rnini-max o~ similar type); Boring machine operator; Baxman or mixerman (asphalt or concrete): Chip spreading machine operator; Concrete cleaninq decontamination machine operator; Concrete Pump Operator (small portable); Drilling machine operator, small auger types (Texoma super economatic or similar types - Hughes 100 or 200 or similar types - drilling depth of 30' maximum); Equipment greaser (grease truck); Guard rail post driver. operator; Highline cableway signalman; Horizontal Directional Drilling Machine; Hydra-hammer-aero stomper; Micro Tunneling (above ground tunnel); Power concrete curing machine operator; Power concrete saw operator; Power-driven jumbo form setter operator; Power sweeper operator; Rock Wheel Saw/Trencher; Roller operator (compacting); Screed operator (asphalt or concrete); Trenching machine operator (up to 6 ft.); Vacuum or much truck GROUP 5: Equipment Greaser (Grease Truck/Multi Shift). GROUP 6: Articulating material hauler; Asphalt plant engineer; Batch plant operator; Bit sharpener; Concrete joint machine operator (canal and similar type); Concrete planer operator; Dandy digger; Deck engine operator; Oerrickman (oilfield type); Drilling machine o~erator, bucket or auger types (Calweld 100 bucket. or similar types - Watson 1000 auger or similar types - Texoma 330, 500 or 600 auger or similar types - drilling depth of 45' maximum); Drilling machine operator; Hydrographic seeder machine operator (straw, pulp or seed), Jackson track maintainer, or similar type; Kalamazoo Switch tamper, or similar type; Machine tool operator; Maginnis internal full slab vibrator, Mechanical berm, curb or gutter(concrete or asphalt); Mechanical finisher operator (concrete, Clary-Johnson-Bidwell or similar); Micro tunnel system (below ground); Pavement breaker operator (truck mounted); Road oil mixing machine operator; Roller operator (asphalt or finish), rubber-tired earth moving equipment (single engine, up to and including 25 yds. struck); Self-propelled tar pipelining machine operator; Skiploader operator (crawler and wheel type, over 3/4 yd. and up to and including 1-1/2 yds.); Slip form pump operator (power driven hydraulic lifting device for concrete forms); Tractor operator-bulldozer, tamper-scraper (single engine, up to 100 h.p. flywheel and similar types, up to and including 0-5 and similar types); Tugger hoist operator (1 drum); Ultra high pressure waterjet cutting tool system operator; Vacuum blasting machine operator GROUP 7: Welder - General GROUP 8: Asphalt or concrete spreading operator (tamping or finishing); Asphalt paving machine operator (Barber Greene http://frwebgate3.access.gpo.gov/cgi-binlwaisgate.cgi ?W AISdocID=44 754420416+0+0+... 04/24/2007 W AIS Document Retrieval Page 7 of21 or similar type); Asphalt-rubber distribution operator; Backhoe operator (up to and including 3/4 yd.), small ford, Case or similar; Cast-in-place pipe laying machine operator; Combination mixer and compressor operator (gunite work); Compactor operator (self-propelled); Concrete mixer operator {paving}; Crushing plant operator; Drill Doctor; Drilling machine operator, Bucket or auger types (Calweld 150 bucket or similar types - Watson 1500, 2000 2500 auger or similar types - Texoma 700, 800 auger or similar types - drilling depth of 60' maximum); Elevating grader operator; Grade checker; Gradall operator; Grouting machine operator; Heavy-duty repairman; Heavy equipment robotics operator; Kalamazoo balliste regulator or similar type; Kolman belt loader and similar type; Le Tourneau blob compactor or similar type; Loader operator (Athey, Euclid, Sierra and similar types); Mobark Chipper or similar; Ozzie padder or similar types; P.C. slot saw; Pneumatic concrete placing machine operator (Hackley-Presswell or similar type); Pumpcrete gun operator; Rock Drill or similar types; Rotary drill operator (excluding caisson type); Rubber-tired earth-moving equipment operator (single engine, caterpillar, Euclid, Athey Wagon and similar types with any and all attachments over 25 yds. up to and including 50 cu. yds. struck); Rubber-tired earth-moving equipment operator (multiple engine up to and including 25 yds. struck); Rubber-tired scraper operator (self-loading paddle wheel type-John Deere, 1040 and similar single unit); Self- propelled curb and gutter machine operator; Shuttle buggy; Skiploader operator (crawler and wheel type over 1-1/2 yds. up to and including 6-1/2 yds.); Soil remediation plant operator; Surface heaters and planer operator; Tractor compressor drill conillination operator; Tractor operator (any type larger than D-5 - 100 flywheel h.p. and over, or similar-bulldozer, tamper, scraper and push tractor single engine); Tractor operator (boom attachments), Traveling pipe wrapping, cleaning and bendng machine operator; Trenching machine operator (over 6 ft. depth capacity, manufacturer's rating); trenching Machine with Road Miner attachment (over 6 ft depth capacity): Ultra high pressure waterjet cutting tool system mechanic; Water pull (compaction) operator GROUP 9: Heavy Duty Repairman GROUP 10: Drilling machine operator, Bucket or auger types (Calweld 200 B bucket or similar types-Watson 3000 or 5000 auger or similar types-Texoma 900 auger or similar types-drilling depth of 105' maximum); Dual drum mixer, dynamic compactor LDC350 (or similar types); Monorail locomotive operator (diesel, gas or electric); Motor patrol-blade operator (single engine); Multiple engine tractor operator (Euclid and similar type-except Quad 9 cat.); Rubber-tired earth-moving equipment operator (single engine, over 50 yds. struck); Pneumatic pipe ramming tool and similar types; Prestressed wrapping machine operator; Rubber-tired earth-moving equipment operator (single engine, over 50 yds. struck); Rubber tired earth moving equipment operator (multiple engine, Euclid, caterpillar and similar over 25 yds. and up to 50 yds. struck), Tower crane repairman; Tractor loader operator (crawler and wheel http://frwebgate3.access.gpo.gov/cgi-bin/waisgate.cgi?W AISdocID=44 754420416+0+0+... 04/24/2007 W AIS Document Retrieval Page 8 of21 type over 6-1/2 yds.); Woods mixer operator (and similar pugmill equipment) GROUP 11: Heavy Duty Repairman - Welder Combination, Welder - Certified. GROUP 12: Auto grader operator; Automatic slip form operator; Drilling machine operator, bucket or auger types (Calweld, auger 200 CA or similar types - Watson, auger 6000 or similar types - Hughes Super Duty, auger 200 or similar types - drilling depth of 175' maximum); Hoe ram or similar with compressor; Mass excavator operator less tha 750 cu. yards; Mechanical finishing machine operator; Mobile form traveler operator; Motor patrol operator (multi-engine); Pipe mobile machine operator; Rubber-tired earth- moving equipment operator (multiple engine, Euclid, Caterpillar and similar type, over 50 cu. yds. struck); Rubber-tired self- loading scraper operator (paddle-wheel-auger type self-loading - two (2) or more units) GROUP 13: Rubber-tired earth-moving eq~ipment operator operating equipment with push-pull system (single engine, up to and including 25 yds. struck) GROUP 14: Canal liner operator; Canal trimmer operator; Rernote- control earth-moving equipment operator (operating a second piece of equipment: $1.00 per hour additional); Wheel excavator operator (over 750 cu. yds.) GROUP 15: Rubber-tired earth-moving equipment operator, operating equipment with push-pull system (single engine, Caterpillar, Euclid, Athey Wagon and similar types with any and all attachments over 25 yds. and up to and including 50 yds. struck); Rubber-tired earth-moving equipment operator, operating equipment with push-pull system (multiple engine-up to and including 25 yds. struck) GROUP 16: Rubber-tired earth-moving equipment operator, operating equipment with push-pull system (single engine, over 50 yds. struck); Rubber-tired earth-moving equipment operator, operating equipment with push-pull system (multiple engine, Euclid, Caterpillar and similar, over 25 yds. and up to 50 yds. struck) GROUP 17: Rubber-tired earth-moving equipment operator, operating equipment with push-pull system (multiple engine, Euclid, Caterpillar and similar, over 50 cu. yds. struck); Tandem tractor operator (operating crawler type tractors in tandem - Quad 9 and similar type) GROUP 18: Rubber-tired earth-moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - single engine, up to and including 25 yds. struck) GROUP 19: Rotex concrete belt operator (or similar types); Rubber-tired earth-moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - single engine, Caterpillar, Euclid, Athey Wagon and similar types with any http://frwebgate3.access.gpo.gov/cgi-bin/waisgate.cgi?W AISdocID=44 754420416+0+0+... 04/24/2007 W AIS Docwnent Retrieval Page 90f21 and all attachments over 25 yds.and up to and including 50 cu. yds. struck); Rubber-tired earth-moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - multiple engine, up to and including 25 yds. struck) GROUP 20: Rubber-tired earth-moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - single engine, over 50 yds. struck); Rubber-tired earth-moving equipment operator, operating in tandem (scrapers, belly dumps, and similar types in any combination, excluding compaction units - multiple engine, Euclid, Caterpillar and similar, over 25 yds. and up to 50 yds. struck) GROUP 21: Rubber-tired earth-moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - multiple engine, Euclid, Caterpillar and similar type, over 50 cu. yds. struck) GROUP 22: Rubber-tired earth-moving equipment operator, operating equipment with the tandem push-pull system (single engine, up to and including 25 yds. struck) GROUP 23: Rubber-tired earth-moving equipment operator, operating equipment with the tandem push-pull system (single engine, Caterpillar, Euclid, Athey Wagon and similar types with any and all attachments over 25 yds. and up to and including 50 yds. struck); Rubber-tired earth-moving equipment operator, operating with the tandem push-pull system (multiple engine, up to and including 25 yds. struck) GROUP 24: Rubber-tired earth-moving equipment operator, operating equipment with the tandem push-pull system (single engine, over 50 yds. struck); Rubber-tired earth-moving equipment operator, operating equipment with the tandem push-pull system (multiple engine, Euclid, Caterpillar and similar, over 25 yds. and up to 50 yds. struck) GROUP 25: Concrete pump operator-truck mounted; Rubber-tired earth-moving equipment operator, operating equipment with the tandem push-pull system (multiple engine, Euclid, Caterpillar and similar type, over 50 cu. yds. struck) CRANES, PILEDRIVING AND HOISTING EQUIPMENT CLASSIFICATIONS GROUP 1: Engineer oiler; Fork lift operator (includes loed, lull or similar types) GROUP 2: Truck crane oiler GROUP 3: A-frame or winch truck operator; Ross carrier operator (jobsite) GROUP 4: Bridge-type unloader and turntable operator; Helicopter hoist operator http://frwebgate3.access.gpo.gov/cgi-bin/waisgate.cgi?W AISdocID=44 7544204 I 6+0+0+:.. 04/24/2007 W AIS Document Retrieval Page 10 of21 GROUP 5: Hydraulic boom truck; Stinger or similar type); Tugger hoist operator crane (Austin-WesterD (l drum) GROUP 6: Bridge crane operator; Cretor crane operator; Hoist operator (Chicago boom and similar type); Lift mobile operator; Lift slab machine operator (Vagtborg and similar types); Material hoist and/or manlift operator; Po~ar gantry crane operator; Self Climbing scaffold (or similar type): Shovel, backhoe, dragline, clamshell operator (over 3/4 yd. and up to 5 cu. yds. rore); Tugger hoist operator GROUP 7: Pedestal crane operator; Shovel, backhoe, dragline, clamshell operator (over 5 cu. yds. rore); Tower crane repair; Tugger hoist operator (3 drum) GROUP 8.: Crane operator (up to and including 25 ton capacity); Crawler transporter operator; Derrick barge operator (up to and including 25 ton capacity); Hoist operator, stiff legs, Guy derrick or similar type (up to and including 25 ton capacitY)i Shovel, backhoe, dragline, clamshell operator (over 7 cu. yds., M.R.C.) GROUP 9: Crane operator (over 25 tons and up to and including 50 tons mrc)i Derrick barge operator (over 25 tons up to and including 50 tons mrc)i Highline cableway operatori Hoist operator, stiff legs, Guy derrick or similar type (over 25 tons up to and including 50 tons mrc) i' K-crane operatori Polar crane operatori Self erecting tower crane operator maximum lifting capacity ten tons GROUP 10: Crane operator (over 50 tons and up to and including 100 tons mrc}i Derrick barge operator (over 50 tons up to and including 100 tons mrc)i Hoist operator, stiff legs, Guy derrick or similar type (over 50 zons up to and including 100 tons rnrc), Mobile tower crane operator (over 50 tons, up to and including 100 tons M.R.C.}i Tower crane operator and tower gantry GROUP 11: Crane operator (over 100 tons and up to and including 200 tons mrc); Derrick barge operator (over 100 tons up to and including 200 tons mrc)i Hoist operator, stiff legs, Guy derrick or similar type (over 100 tons up to and including 200 tons mrc)i Mobile tower crane operator (over 100 tons up to and including 200 tons mrc) GROUP 12: Crane operator (over 200 tons up to and including 300 tons mrc)i Derrick barge operator (over 200 tons up to and including 300 tons mrc)i Hoist operator, stiff legs, Guy derrick or similar type (over 200 tons, up to and including 300 tons mrc)i Mobile tower crane operator (over 200 tons, up to and including 300 tons mrc) GROUP 13: Crane operator (over 300 tons); Derrick barge operator (over 300 tons)i Helicopter piloti Hoist operator, stiff legs, Guy derrick or similar type (over 300 tons)i Mobile tower crane operator (over 300 tons) TUNNEL CLASSIFICATIONS http://frwebgate3.access.gpo.gov/cgi-binlwaisgate.cgi?W AISdocID=44 754420416+0+0+... 04/24/2007 W AIS Document Retrieval Page 11 of21 GROUP 1: Skip loader (wheel type up to 3/4 yd. without attachment) GROUP 2: Power-driven jumbo form setter operator GROUP 3: Dinkey locomotive or motorperson (up to and including 10 tons) GROUP 4: Bit sharpener; Equipment greaser (grease truck); Slip form pump operator (power-driven hydraulic lifting device for concrete forms); Tugger hoist operator (1 drum); Tunnel locomotive operator (over 10 and up to and including 30 tons) GROUP 5: Backhoe operator (up to and including 3/4 yd.); Small Ford, Case or similar; Drill doctor; Grouting machine operator; Heading shield operator; Heavy-duty repairperson; Loader operator (Athey, Euclid, Sierra and similar types); Mucking machine operator (1/4 yd., rubber-tired, rail or track type); Pneumatic concrete placing machine operator (Hackley-Presswell or similar type); Pneumatic heading shield (tunnel); Pumpcrete gun operator; Tractor compressor drill combination operator; Tugger hoist operator (2 drum); Tunnel locomotive operator (over 30 tons) GROUP 6: Heavy Duty Repairman GROUP 7: Tunnel mole boring machine operator ---------------------------------------------------------------- ENGI0012-004 08/01/2006 Rates Fringes Power equipment operators: (DREDGING) (1) Leverman................ $ 39.65 (2) Dredge dozer............$ 35.18 (3) Deckmate................$ 35.07 (4) Winch operator (stern winch on dredge). ... ..... ...$ 34.52 (5) Fireman-Oiler, Deckhand, Bargeman, Leveehand...................$ 33.98 (6) Barge Mate.. ... ... ......$ 34.59 15.30 15.30 15.30 15.30 15.30 15.30 ---------------------------------------------------------------- IRON0002-004 07/01/2006 Rates Fringes Ironworkers: Fence Erector..... ... ..... ..$ 32.165 Ornamental, Reinforcing and Structural..............$ 33.055 16.585 16.585 PREMIUM PAY: $3.00 additional per hour at the following locations: China Lake Naval Test Station, Chocolate Mountains Naval Reserve-Niland, http://frwebgate3.access.gpo.gov/cgi-binlwaisgate.cgi?W AISdocID=44 754420416+0+0+... . 04/2412007 W AIS Document Retrieval Page 12 of21 Edwards AFB, Fort Irwin Military Station, Fort Irwin Training Center-Goldstone, San Clemente Island, San Nicholas Island, Susanville Federal Prison, 29 Palms - Marine Corps, U.S. Marine Base - Barstow, U.S. Naval Air Facility - Sealey, Vandenberg AFB $2.00 additional per hour at the following locations: Army Defense Language Institute - Monterey, Fallon Air Base, Naval Post Graduate School - Monterey, Yermo Marine Corps Logistics Center $1.00 additional per hour at the following locations: Port Hueneme, Port Mugu, U.S. Coast Guard Station - Two Rock ---------------------------------------------------------------- LAB00300-001 07/01/2006 Rates Fringes Brick Tender. . . . . . . . . . . . . . . . . . . . . $ 23.68 13.04 ---------------------------------------------------------------- LAB00300-003 01/01/2007 Rates Fringes Laborer: Gunite GROUP 1..................... $ 25.69 GROUP 2..................... $ 24.74 GROUP 3..................... $ 21. 20 Laborer: Tunnel GROUP 1..................... $ 27. 00 GROUP 2..................... $ 27.32 GROUP 3..................... $ 27.78 GROUP 4..................... $ 28.47 Laborers: GROUP 1.....................$ 22.84 GROUP 2..................... $ 23. 39 GROUP 3..................... $ 23.94 GROUP 4..................... $ 25.49 GROUP 5..................... $ 25.84 16.36 16.36 16.36 13.33 13.33 13.33 13.33 13.04 13.04 13.04 13.04 13.04 FOOTNOTE: GUNITE PREMIUM PAY: Workers working from a Bosn'n's Chair or suspended from a rope or cable shall receive 40 cents per hour above the foregoing applicable classification rates. Workers doing gunite and/or shotcrete work in a tunnel shall receive 35 cents per hour above the foregoing applicable classification rates, paid on a portal-to-portal basis. Any work performed on, in or above any smoke stack, silo, storage elevator or similar type of structure, when such structure is in excess of 75'-0" above base level and which work must be performed in whole or in part more than 75'-0" above base level, that work performed above the 75'-0" level shall be compensated for at 35 cents per hour above the applicable classification wage rate. LABORER CLASSIFICATIONS GROUP 1: Cleaning and handling of panel forms; Concrete http://frwebgate3.access.gpo.gov/cgi-binlwaisgate.cgi?W A1SdocID=44 754420416+0+0+ ... 04/24/2007 W AIS Document Retrieval Page 13 of21 screeding for rough strike-off; Concrete, water curing: Demolition laborer, the cleaning of brick if performed by a worker performing any other phase of demolition work, and the cleaning of lumber; Fire watcher, limber, brush loader, piler and debris handler; Flag person; Gas, oil and/or water pipeline laborer; Laborer, asphqlt-rubber material loader; Laborer, general or construction; Laborer, general clean-up; Laborer, landscaping; Laborer, jetting; Laborer, temporary water and air lines; Material hose operator (walls, slabs, floors and decks); Pluggingt filling of shee bolt holes; Dry packing of concrete; Railroad maintenance, repair track person and road beds; Streetcar and railroad construction track laborers; Rigging and signaling; Scaler; Slip form raiser; Tar and mortar; Tool crib or tool house laborer; ~raffic control by any method; Window cleaner; Wire mesh pulling - all concrete pouring operations GROUP 2: Asphalt shoveler; Cement dumper (on 1 yd. or larger mixer and handling bulk cement); Cesspool digger and installer; Chucktender; Chute handler, pouring concrete, the handling of the chute from readymix trucks, such as walls, slabs, decks, floors, foundation, footings, curbs, gutters and sidewalks; Concrete curer, impervious membrane and form oiler; Cutting torch operator (demolition); Fine grader, highways and street paving, airport, runways and similar type heavy construction; Gas, oil and/or water pipeline wrapper - pot tender and form person; Gpinea chaser; Headerboard person - asphalt; Laborer, packing rod steel and pans; Membrane vapor barrier installer; Power broom sweeper (small); Riprap stonepaver, placing stone or wet sacked concrete; Rota scraper and tiller; Sandblaster (pot tender); Septic tank digger and installer(lead); Tank scaler and cleaner; Tree climber, faller, chain saw operator, Pittsburgh chipper and similar type brush shredder; Underground laborer, including caisson bellower GROUP 3: Buggymobile person; Concrete cutting torch; Concrete pile cutter; Driller, jackhammer, 2-1/2 ft. drill steel or longer; Dri-pak-it machine; Gas, oil and/or water pipeline wrapper, 6-in. pipe and over, by any method, inside and out; High scaler (including drilling of same); Hydro seeder and similar type; Impact wrench multi-plate; Kettle person, pot person and workers applying asphalt, lay-kold, creosote, lime caustic and similar type materials ("applying" means applying, dipping, brushing or handling of such materials for pipe wrapping and waterproofing); Operator of pneumatic, gas, electric tools, v~brating machine, pavement breaker, air blasting, come-alongs, and similar mechanical tools not separately classified herein; Pipelayer's backup person, coating, grouting, making of joints, sealing, caulking, diapering and including rubber gasket joints, pointing and any and all other services; Rock slinger; Rotary scarifier or multiple head concrete chipping scarifier; Steel headerboard and guideline setter; Tamper, Barko, Wacker and similar type; Trenching machine, hand-propelled GROUP 4: Asphalt raker, lute person, ironer, asphalt dump person, and asphalt spreader boxes (all types); Concrete core cutter (walls, floors or ceilings), grinder or sander; http://frwebgate3.access.gpo.gov/cgi-bin/waisgate.cgi?W AISdocID=44 754420416+0+0+... 04/24/2007 W AIS Document Retrieval Page 14 of21 Concrete saw person, cutting walls or flat work, scoring old or new concrete; Cribber, shorer, lagging, sheeting and trench bracing, hand-guided lagging hammer; Head rock slinger; Laborer, asphalt- rubber distributor boot person; Laser beam in connection with laborers' work; Oversize concrete vibrator operator, 70 Ibs. and over; Pipelayer performing all services in the laying and installation of pipe from the point of receiving pipe in the ditch until completion of operation, including any and all forms of tubular material, whether pipe, metallic or non-metallic, conduit and any other stationary type of tubular device used for the conveying of any substance or element, whether water, sewage, solid gas, air, or other product whatsoever and without regard to the nature of material from which the tubular material is fabricated; No-joint pipe and stripping of same; Prefabricated manhole installer; Sandblaster (nozzle person), water blasting, Porta Shot-Blast GROUP 5: Blaster powder, all work of loading holes, placing and blasting of all powder and explosives of whatever type, regardless of method used for such loading and placing; Driller: All power drills, excluding jackhammer, whether core, diamond, wagon, track, multiple unit, and any and all other types of mechanical drills without regard to the form of motive power; Toxic waste removal TUNNEL LABORER CLASSIFICATIONS GROUP 1: Batch plant laborer; Bull gang mucker, track person; Changehouse person; Concrete crew, including rodder and spreader; Dump person; Dump person (outside)"; Swarnper (brake person and switch person on tunnel work); Tunnel materials handling person GROUP 2: Chucktender, cabletender; Loading and unloading agitator cars; Nipper; Pot tender, using mastic or other materials (for example, but not by way of limitation, shotcrete, etc.); Vibrator person, jack hammer, pneumatic tools (except driller) GROUP 3: Blaster, driller, powder person; Chemical grout jet person; Cherry picker person; Grout gun person; Grout mixer person; Grout pump person; Jackleg miner; Jumbo person; Kemper and other pneumatic concrete placer operator; Miner, tunnel (hand or machine); Nozzle person; Operating of troweling and/or grouting machines; Powder person (primer house); Primer person; Sandblaster; Shotcrete person; Steel form raiser and setter; Timber person, retimber person, wood or steel; Tunnel Concrete finisher GROUP 4: Diamond driller; Sandblaster; Shaft and raise work GUNITE LABORER CLASSIFICATIONS GROUP 1: Nozzle person and rod person GROUP 2: Gun person GROUP 3: Rebound person http://frwebgate3.access.gpo.gov/cgi-bin/waisgate.cgi ?W AISdocID=44 754420416+0+0+... 04/24/2007 W AIS Document Retrieval Page 15 of21 LAB00300-008 08/02/2006 Rates Fringes Plaster Clean-up LaboreI.........$ 23.15 Plasterer tender................. $ 25.70 12.95 12.95 Work at Military Bases - $3.00 additional per hour: Coronado Naval Amphibious Base, Fort Irwin, George AFB, Marine Corps Air Station-29 Palms, Imperial Beach Naval Air Station, Marine Corps Logistics Supply Base, Marine Corps Pickle Meadows, Mountain Warfare Training Center, Naval Air Facility-Seeley, North Island Naval Air Station, Vandenberg AFB. LAB00882-002 01/01/2007 Rates r'ringes Asbestos Removal Laborer. .._ .,. ..$ 24.15 11. 75 SCOPE OF WORK: Includes site mobilization, initial site cleanup, site preparation, removal of asbestos-containing material and toxic waste, encapsulation, enclosure and disposal of asbestos- containing materials and toxic waste by hand or with equipment or machinery; scaffolding, fabrication of temporary wooden barriers and assembly of decontamination stations. LABOl184-001 07/01/2006 Rates Fringes Laborers: (HORIZONTAL DIRECTIONAL DRILLING) (1) Drilling Crew Laborer...$ 23.74 (2) Vehicle Operator/Hauler.$ 23.91 (3) Horizontal Directional Drill Operator..............$ 25.76 (4) Electronic Tracking Loca tor. . . . . . . . . . . . . . . . . . . . . $ 27.76 Laborers: (STRIPING/SLURRY SEAL) GROUP 1..................... $ 24.52 GROUP 2..................... $ 25.82 GROUP 3..................... $ 27. 83 GROUP 4. ... ... ..... ... ......$ 29.57 8.51 8.51 8.51 8.51 11. 34 11.34 11. 34 11.34 LABORERS - STRIPING CLASSIFICATIONS GROUP 1: Protective coating, pavement sealing, including repair and filling of cracks by any method on any surface in parking lots, game courts and playgrounds; carstops; operation of all related machinery and equipment; equipment repair technician GROUP 2: Traffic surface abrasive blaster; pot tender - removal of all traffic lines and markings by any method (sandblasting, waterblasting, grinding, etc.) and http://frwebgate3.access.gpo.gov/cgi-bin/waisgate.cgi?W AISdocID=44 754420416+0+0+ .:. 04/24/2007 W AIS Document Retrieval Page 16 of21 preparation of surface for coatings. Traffic control person: controlling and directing traffic through both conventional and moving lane closures; operation of all related machinery and equipment GROUP 3: Traffic delineating device applicator: Layout and application of pavement markers, delineating signs, rumble and traffic bars, adhesives, guide markers, other ~raffic delineating devices including traffic control. This category includes all traffic related surface preparation (sandblasting, waterblasting, grinding) as part of the application process. Traffic protective delineating system installer: removes, relocates, installs, permanently affixed roadside and parking delineation barricades, fencing, cable anchor, guard rail, reference signs, monument markers; operation of all related machinery and equipment; power broom sweeper GROUP 4: Striper: layout and application of traffic stripes and markings; hot thermo plastic; tape traffic stripes and markings, including traffic control; operation of all related machinery and equipment PAIN0036-001 01/01/2007 Rates Fringes Painters: (Including Lead Abatement) (1) Repaint.................$ 24.40 (2) All Other Work..........$ 27.67 7.65 7.65 REPAINT of any structure with the exception of work involving the aerospace industry, breweries, commercial recreational facilities, hotels which operate commercial establishments as part of hotel service, and sports facilities, tenant improvement work not included in conjunction with the construction of the building and all repainting of tenant improvement projects. PAIN0036-008 01/01/2007 Rates Fringes Drywall Finisher................. $ 30.06 10.45 PAIN0036-015 06/01/2006 Rates Fringes Glazier. . . . . . . . . . . . . . . . . . . . . . . . . . $ 32.30 12.75 FOOTNOTE: Additional $1.25 per hour for work in a condor, from the third (3rd) floor and up Additional $1.25 per hour for work on the outside of the building from a swing stage or any suspended contrivance, from the ground up PAIN1247-002 02/01/2007 Rates Fringes http://frwebgate3.access.gpo.gov/cgi-binlwaisgate.cgi?W AISdocID=44 754420416+0+0+... 04/24/2007 W AIS Document Retrieval Page 17 of21 Soft Floor Layer. ...... ...... ....$ 28.85 7.54 PLAS0200-008 01/01/2005 Rates Fringes Plasterer.... ... . . .. ... ... . .. . . . . $ 28.29 7.46 FORT IRWIN; GEORGE AIR FORCE BASE; MARINE CORPS AIR STATION 29 PALMS, AND MARINE CORPS LOGISTICS SUPPLY BASE: $3.00 additional per hour. PLAS0500-002 07/17/2006 Rates Fringes Cement Mason..................... $ 26.05 16.28 PLUM0016-002 01/01/2007 Rates Fringes Plumber, Pipefitter, Steamfitter (1) Work on strip malls, light commercial, tenant improvement and remodel work. . . . . . . . . . . . . . . . . . . . . . . . $ 25.20 (2) Work on new additions and remodeling of bars, restaurants, stores and commercial buildings, not to exceed 5,000 sq. ft. of floor space................. $ 31. 63 (3) All other work.. ... .....$ 32.61 (4) Work at Edwards AFB and George AFB... . . . . . . . . . . . $ 37. 11 (5) Work at Fort Irwin Army Base, Marine Corps Logistic Base at Nebo, Marine Corps Logistic Base at Yermo and Twenty-Nine Palms Marine Base...........$ 39.61 12.03 13.32 14.27 14.27 14.27 PLUM0345-001 01/01/2007 Rates Fringes Plumbers Landscape/Irrigation Fitter.$ 24.90 Sewer & Storm Drain Work....$ 22.14 11. 79 13.44 ROOF0036-002 09/01/2006 Rates Fringes Roofer. . . . . . . . . . . . . . . . . . . . . . . . . . . $ 29.00 7.17 FOOTNOTE: Pitch premium: Work on which employees are exposed http://frwebgate3.access.gpo.gov/cgi-bin/waisgate.cgi?W AISdoclD=44 754420416+0+0+... . 04/24/2007 W AIS Document Retrieval Page 18. of 21 to pitch fumes or required to handle pitch, pitch base or pitch impregnated products, or any material containing coal tar pitch, the entire roofing crew shall receive $1.75 per hour "pitch premium" pay. ---------------------------------------------------------------- SFCA0669-009 01/01/2007 Does not include the northern part of the City of Chino, or the. Cities of Montclair and Ontario Rates Fringes Sprinkler Fitter, Fire...........$ 30.00 14 .15 ---------------------------------------------------------------- SFCA0709-004 09/01/2006 THE NORTHERN PART OF THE CITY OF CHINO, AND THE CITIES OF MONTCLAIR AND ONTARIO: Rates Fringes Sprinkler Fitter (Fire).......... $ 34.58 16.70 SHEE0105-003 02/01/2007 INYO, KERN (Northeast part, East of Hwy 395), LOS ANGELES (Including Pomona, Claremont, Catalina Island, Long Beach and area South of Imperial highway and East of the Los Angeles River), MONO ORANGE, RIVERSIDE, AND SAN BERNARDINO COUNTIES Rates Fringes Sheet metal worker (1) Commerclal - New Construction and Remodel work. . . . . . . . . . . . . . . . . . . . . . . . $ 34.53 (2) Industrial work including air pollution control systems, noise abatement, hand rails, guard rails, excluding aritechtural sheet metal work, excluding A-C, heating, ventilating systems for human comfort...$ 30.37 14.41 18.96 ---------------------------------------------------------------- TEAMOOll-002 07/01/2006 Rates Fringes Truck drivers: GROUP 1.................... $ 24.54 GROUP 2.................... $ 24.69 GROUP 3.................... $ 24.82 GROUP 4.................... $ 25.01 GROUP 5.................... $ 25.04 GROUP 6.................... $ 25.07 GROUP 7.. ... ... ... ... ......$ 25.32 GROUP 8.................... $ 25.57 GROUP 9.................... $ 25.77 16.49 16.49 16.49 14.64 16.49 16.49 16.49 16.49 16.49 http://frwebgate3.access.gpo.gov/cgi-biniwaisgate.cgi?W AISdocID=44 754420416+0+0+... 04/24/2007 W AIS Document Retrieval Page 19 of21 GROUP 10.................... $ 26.07 GROUP 11.................... $ 26.57 GROUP 12.................... $ 27.00 16.49 16.49 16.49 WORK ON ALL MILITARY BASES: PREMIUM PAY: $3.00 per hour additional. [29 palms Marine Base, Camp Roberts, China Lake, Edwards AFB, Fort Irwin, George AFB, Marine Corps Logistics Base at Nebo & Yermo, Mountain Warfare Training Center, Bridgeport, Point Arguello, Point Conception, Vandenberg AFB] TRUCK DRIVERS CLASSIFICATIONS GROUP 1: Truck driver GROUP 2: Driver of vehicle or combination of vehicles - 2 axles; Traffic control pilot car excluding moving heavy equipment permit load; Truck mounted broom GROUP 3: Driver of vehicle or combination of vehicles - 3 axles; Boot person; Cement mason distribution truck; Fuel truck driver; Water truck - 2 axle; Dump truck, less than 16 yds. water level; Erosion control driver GROUP 4: Driver of transit mix truck, under 3 yds.; Dumpcrete truck, less than 6-1/2 yds. water level GROUP 5: Water truck, 3 or more axles; Truck greaser and tire person ($0.50 additional for tire person); Pipeline and utility working truck driver, including winch truck and plastic fusion, limited to pipeline and utility work; Slurry truck driver GROUP 6: Transit mix truck, 3 yds. or more; Dumpcrete truck, 6-1/2 yds. water level and over; Vehicle or combination of vehicles - 4 or more axles; Oil spreader truck; Dump truck, 16 yds. to 25 yds. water level GROUP 7: A Frame, Swedish crane or similar; Forklift driver; Ross carrier driver GROUP 8: Dump truck, 25 yds. to 49 yds. water level; Truck repair person; Water pull - single engine; Welder GROUP 9: Truck repair person/welder; Low bed driver, 9 axles or over GROUP 10: Dump truck - 50 yds. or more water level; Water pull - single engine with attachment GROUP 11: Water pull - twin engine; Water pull - twin engine with attachments; Winch truck driver - $1.25 additional when operating winch or similar special attachments GROUP 12: Boom Truck 17K and above ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. -~--------------------------------------------------------------- ---------------------------------------------------------------- http://frwebgate3.access.gpo.gov/cgi-binlwaisgate.cgi?W AISdocID=44754420416+0+0+... 04/24/2007 W AIS Document Retrieval Page 20 of21 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 (29CFR 5.5 (a) (1) (ii)). In the listing above, the "SUII designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) be: Has there been an initial decision in the matter? This can * an existing published wage determination a survey underlying a wage determination a Wage and Hour Division letter setting forth a position on a wage determination matter a conformance (additional classification and rate) ruling * * * On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.s. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. http://frwebgate3.access.gpo.gov/cgi-bin/waisgate.cgi ?W AISdocID=44 754420416+0+0+... 04/24/2007 W AIS Document Retrieval Page 21 of 2 I 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board 0.5. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. ---------------------------------------------------------------- ---------------------------------------------------------------- END OF GENERAL DECISION httn' / /frw"h17~te ,~ccess_"no_lmv/c"i-bin/waisl!ate.cl!i?W AISdocID=44 7544204 I 6+0+0+ .:. 04/24/2007 GENERAL PREY AILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER I, ARTICLE 2, SECTIONS 1770, 1773 AND 17731 FOR COMMERCIAL BUILDING, HIGHWAY, REA VY CONSTRUCTION AND DREDGING PROJECTS CRAFT: # ASBESTOS WORKER. HEAT AND FROST INSULATOR DETERMINATION: SC-3-5-1-2006-1 ISSUE DATE: August 22, 2006 EXPIRATION DATE OF DETERMINATION: August 5, 2007** The rate to be paid for work performed after this date has been determined. If work will extend past this date, the new rate must be paid & should be incorporated in contracts entered into now Contact the Division of Labor Statistics & Research for specific rates at(415) 703-4774 LOCALITY: All localities within Imperial, Inyo, Kern. Los Angeles, Orange, Riverside, San Bernardino, San Diego, San Luis Obispo, Santa Barbara and Ventura Counties Emolover pavment" Strail:!ht. Time Overtime Hourlv Rate Classification Basic Health Pension Vacation! Training Other Houn; Total Daily Saturday Sunday (Joumeyperson) Hourly And Holiday Payments Hourly and Rate Welfare Rate 1 1/2x 2x 1112x 2x Holiday Mechanic '33.63 \>5.54 4.46 253 0.24 8 4640 '6322 8003 d63,22 8003 '80.03 DETERMINATION: SC-3-5-3-2oo6-I ISSUE IlA TE: August 22, 2006 EXPIIUtTlON DATE OF DETER~lINA TION August 5, 2007.. The rate to be paid for work performed after this date has been determined. If work will extend past this date, thd new rate must be paid & should be incorporated in contracts entered into now, Contact the Division of Labor Statistics & Research for specific rates at (415) 703-4774 Hazardous Material Handler Mechanic h 19.55 f2.70 3.46 022 8 2593 35.71 35.71 l!-35,71 # Indicates an apprenticeable craft. Rates for apprentices are available in the General Prevailing Wage Apprentice Schedules I Includes 4% of employees gross wage for dues/service fee check-otTplus $0.75 for supplemental dues. b Occupational Health and Research and Mortuary Fund included in Health and Welfare. < Rate applies to the first 2 overtime hours, Applies to all daily overtime hours on maintenance and asbestos abatement projects. d Rate applies to first 8 hours worked on new construction. Applies to all Saturday hours on maintenance and asbestos abatement projects. e $ 113.66 per hour for work on Labor Day. For maintenance and asbestos abatement projects, SWldays may be worked at the time and one half rate, but holidays are paid at the double time rate. Maintenance work in excess of 60 hours in a week is at double time rate f Includes 23~ for medical monitoring in compliance with industry regulations procedures and $0.12 for Occupational Health Plan '$65.03 per hour for work on Labor Day. h Includes 4% of employees gross wage for dues/service fee check--offplus $0.18 for supplemental dues Not~: Asbestos removal workers must be trained and the work conducted according to the Code of Federal Regu]ations 29 CFR 1926,58, the California Labor Code 6501.5 and the California Code of Regulations, Title 8, Section 5208. Contractors must be certified by the Contractors' State License Board and registered with the Division of Occupational Safety and Health (DOSH). For fwther information, contact the Asbestos Contractors Abatement Registration Unit, OOSH at (415) 703.5] 9] RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director of Industrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code You may obtain the holiday provisions for the current determinations on the Internet at hnn:l/www.dir.ca.~ovmLSRIPWD Holiday provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703.4774. TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. You may obtain the travel and/or subsistence provisions for the current determinations on the Internet at httn:l/www.dirca.l1"ovIDLSRlPWD Travel and/or subsistence requirements for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703-4774. 3 GENERAL PREY AILING WAGE DETERMINA nON MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER I, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 FOR COMMERCIAL BUILDING, HIGHWAY, HEA YY CONSTRUCTION AND DREDGING PROJECTS CRAFT: FENCE BUILDER (CARPENTER) DETERMINATION: SC-23-31-20-2005-1 ISSUE DATE: August 22, 2005 EXPIRATION DATE OF DETERMINATION: June 30, 2006* Effective until superseded by a new detennination issued.by the Department ofIndustrial Relations. Contact the Division of Labor Statistics & Research at (415) 703-4774 for new rates after IO ten days from the expiration date, if no subsequent determination is issued. LOCALITY: All localities within Imperial, Inyo, Kern, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Diego, San Luis Obispo, Santa Barbara, and Veotura counties. EmDlover Payments Straight-Time Overtime Hourlv Rate Classification Basic Health Pension Vacation Training Hours Total Daily Saturday' Sunday (Joumeyperson) Hourly and and and Hourly and Rate Welfare Holiday Other Rate 1II2Xb 2X I I12X Holiday Fence Builder $27.07 3.95 $I.lI $2.01 $0.21 8 $34.35 $47.885 $61.42 $47.885 $61.42 . Saturdays in the sarne work week may be worked at straight-time if job is shut down during the nonnal workweek due to inclement weather, or reasons beyond the control of the employer. b Rate applies to the first 4 overtime hours. RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director of Industrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current detenninations on the Internet at htto://www.dir.ca.gov/DLSR/PWD. Holiday provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703- 4774. TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. You may obtain the travel and/or subsistence provisions for the current determinations on the Internet at httn://www.dir.ca.l!ov/DLSR/PWD. Travel and/or subsistence requirements for each .craft, classification or type of worker may be obtained from the Prevailing Wage Unit at (415) 703-4774. 3A GENERAL PREVAILING WAGE DETERMINA nON MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER I, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 FOR COMMERCIAL BUILDING. HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS CRAFT: II CARPENTER AND RELATED TRADES DETERMINATION: SC-23-31-2-2007-1 ISSUE DATE: February 22, 2007 EXPIRATION DATE OF DETERMINATION: June 30, 2007" The rate to be paid for work perfonned after this date has been detennined. Ifwork will exlend past this date. the oew rate must be paid and should be incorporated in contracts into now. Conlact the Division of Labor Statistics and Research at (415) 7034774 LOCALITY: All localities within Imperial, loyo, Kern, Los Angeles. :-'1000, Orange, Riverside, San Bernardino, San Luis Obispo, Santa Barbara, and Venrura counties EmDlovCT Pavrnents Straiaht-Time Overtime HOllrlv Rate Oassification Basic Health rou! Dailyi Saturday b Sunday (Joumeyperson) How-Iy Md Val;lltionJ Hourly Md Rale Welfare Pension Holiday Training Od", Ho= ...,. 1112X 11/2X Holiday -AREAl Carpenter", Cabinet Installer, Insulation Installer, Hardwood Floor Worker, Acoustical Installer $33.61 53.95 $1.36 5111' 50.40 $029 8 $42.72 $59.525 559.525 $76.33 Pile Driverman", Derrick Bargeman, Rockslinger, Bridge or Dock Carpenler, Cable Splicer 33.74 3.95 1.36 3.llf 0.40 0.29 8 42.85 59.72 59.72 76.59 Bridge Carpenter" 33.74 3.95 1.36 3.llf 0,40 0.29 8 42.85 59.72 59.72 76.59 Shingler" 33.74 3.95 \.36 3.11' 0.40 0.29 8 42.85 59.72 59.72 76.59 Saw Filer 33.69 3.95 1.36 3.Uf 0.40 0.29 8 42.80 59.645 59.645 76.49 Table Power Saw Operator 33.71 3.95 1.36 11lf 0.40 0.29 8 42.82 59.675 59.675 76.53 Pneumatic Nailer or Power Stapler 33.86 3.95 1.36 3.11' 0.40 0.29 8 42.97 59.90 59.90 76.S3 Roof Loader of Shingles 23.62 3.95 1.36 3.11' 0.40 0.29 8 32.73 44.54 44.54 56.35 Scaffold Builder 26.31 3.95 1.36 3.11' 0.40 0.29 8 35.42 48.575 48.575 61.73 Millwright" 34.11 3.95 1.36 3.llf 0.40 0.29 8 43.22 60.275 60.275 77.33 Head Rdckslinger 33.94 3.95 1.36 3.111 0.40 0.29 8 43.05 60.02 60.02 76.99 Rock Bargeman or Scowman 33.74 3.95 1.36 3.llf 0.40 0.29 8 42.85 59.72 59.72 76.59 Diver,:Wet(Up To 50 Ft. Depth) d "'75.48 3.95 1.36 3.lIf 0.40 0.29 8 84.59 122.33 122.33 160.07 Diver, (Stand-By) d e37.74 3.95 1.36 3.llf 0.40 0.29 8 46.85 65.72 65.72 84.59 Diver's Tenderd 36.74 3.95 1.36 3.llf 0.40 0.29 8 45.85 64.22 64.22 82.59 Assistant Tender (Diver's) d ],3.74 3.95 1.36 3.llf 0.40 0.29 8 42.85 59.72 59.72 76.59 -AREAl Carpenter", Cabinet Installer, Insulation Installer, Hardwood Floor Worker, Acoustical Installer 33.04 3.95 1.36 3.llf 0.40 0.29 8 42.15 58.67 5S.67 75.19 Shingler" 33.17 3.95 1.36 3.Uf 0.40 0.29 8 42.28 58.865 58.865 75.45 Saw Filer 33.12 3.95 1.36 3.llf 0.40 0.29 8 42.23 58.79 58.79 75.35 Table Power Saw Operalor 33.14 3.95 1.36 3.llf 0.40 0.29 8 42.25 58.82 58.82 75.39 Pneumatic Nailer or Power Stapler 33.29 3.95 1.36 3.111 0.40 0.29 8 42.40 59.045 59045 75.69 Roof Loader of Shingles 23.22 3.95 1.36 1l1f 0.40 0.29 8 32.33 43.94 43.94 55.55 DETERMINATION: SC-31-741-1-2OO3.1 ISSUE DATE: February 22, 2003 EX.PIRA TION DATE OF DETER~UNA TION: May 31, 2003- Effective until superseded by a new determination issued by the Director of Industrial Relations Contact the Division of Labor Statistics and Research (415) 7034774 for the new rates after 10 days frorn the expiration date, ifno subsequent determination is issued LOCALITY: All localities within Imperial, Inyo, Kern, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Luis Obispo, Santa Barbara, and Ventura counties. Fmolover Pavrnent~ Strnil1ht_Time Overtime HOlITlv Rate Clusification Basic Health Pension Vacation! Training Hours Total Daily Saturday/b Holiday (Journeyperson) Hourly Md Holiday Hourly Sunday ...,. Welfare R.t< IIJ2x 11/2x 2X Terrazzo Installer 530.84 2.45 1.01 2.88f 8 37.18 52.60 52.60 68.02 Terrazzo Finisher 24.34 2.45 1.01 2.88f 8 30.68 42.85 42.85 55.02 # Indicates an apprenticeable craft. Rates for apprentices are available in !be General Prevailing Wage Apprentice Schedules. a AREA I .lmperial, Los Angeles, Orange, Riverside, San Bernardino, San Luis Obispo, Santa Barbara and Ventura counties. AREA 1: .tnyo, Kern, and Mono counties, For Bridge Carpenter, Scaffold Builder, Pile Drivennan, Derrick Bargeman, Rockslinger, Bridge or Dock Carpenter, Cable Splicer, Millwright, Head Rockslinger, Rock Bargeman or Soowman, Diver, Wet (Up to 50 Ft. Depth), Diver (Stand.By), Diver.s Te!lder, and Assistant Tender (Diver's) rates, please see Area 1 as this rate applies to Area 2 as well. Basic Hourly Rates for Aru 2 include an additional amount deducted for vacationlboliday. b Fin! eight (8) hours worked paid at 1 112 times !be slnlight time rate, all hours after that paid at double (2x) the straight time rate. Saturdays in the same work week may be worked at straighl- time rates ifajob is shut down during the nonna! work week due to inclement weather, major mechanical breakdown or lack of materials beyond the control of the Employer c When performing welding work requiring certification. classification will receive an additional 51.00 per hour d Shall receive a minimwn of8 hours pay for any day or pan thereof. e For specific rates over 50 ft depth, contact the Division of Labor Statistics and Research. Rales for Technicians, Manifold Operators, Pressurized Submersible Operators, Remote Control Vehicle Openuon, and Remote Operated Vehicle Operators, as well as rates for Pressurized Bell Diving and Saturation Diving arc available upon request. f Includes an amount for supplemental dues. g All overtime worked Mon - Fri shall be paid at I Ifl times the straight time rate for the first foUT (4) hours and double (2x) the straight time for work perfonne:d afte:rtwelve (12) hours. RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate: for Holiday work shall be paid, shall be all holidays in the ~ollective bargaining agr-eement, applicable: to the particular craft, classification, or type ofwon.er employed on the project, which is on file with the Director of Industrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain !be holiday provisions for the current determinations on the Internet at bttpJ/www.dir.ca.gov/DLSR/PWD. Holiday provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 7034774. TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with L_bor Code Sections 1773.1 and 1773.9, Contraclors shall make travel and/or subsistence payments to eacb worker to execute the work. You may obtain the travel and/or subsistence provisions for !be current detenninations on the Internel at htrn"llwww dir ca.anvlDI SRlPWD Travel and/or subsistence requirements forcumnt or superseded detemrinat:ions may be obtained by contacting the Prevailing Wage Unit at (415) 7034774. . 4 GENERAL PREY AILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELA TIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER I, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 FOR COMMERCIAL BUILDING, HIGHWAY, HEA YY CONSTRUCTION AND DREDGING PROJECTS CRAFT: MODULAR FURNITURE INSTALLER (CARPENTER) INTERIM DETERMINATION: SC-2J-31-16-2005-1 ISSUE DATE: August 22, 2005 EXPIRATION DATE OF DETERMINATION: June 30, 2006. Effective until superseded by a new detennination issued by the Director of Industrial Relations Contact the Division of Labor Statistics and Research at (415) 703-4774 for new rates after 10 days from the expiration date, ifno subsequent detennination is issued LOCALITY: All Localities within Imperial, Inyo, Kern, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Diego, San Luis Obispo, Santa Barbara, arid Ventura Counties. Emnlover Pavment.. Strail!ht-Time Overtime Hourlv Rate Classification Basic Health Pension Vacation! Training Other Hours Total Daily 6th Workday 7th Workday/ (Joumeyperson) Hourly and Holiday. Payments Hourly Holiday Rate Welfare Rate 11/2X' il/2X. 2X MODULAR INSTALLER Installer III $12.00 $3.95 $111 $180 8 $18.86 $24.86 $24.86 30.86 Installer II 13.00 3.95 111 180 8 19.86 2636 26.36 32.86 Installer I 15.00 3.95 III 180 8 2186 29.36 29.36 36.86 Lead Installer 17.00 3.95 111 180 8 23.86 3236 32.36 4086 TRAINEE. Trainee III 6 Months 9.70 3.95 180 8 15.45 2030 20.30 25.15 Trainee 2nd 6 Months 1020 3.95 180 8 15.95 2105 2105 2615 Trainee 3rd 6 Months 10.70 3.95 180 8 16.45 2180 2180 27.15 Trainee 4th 6 Months 11.20 3.95 180 8 16.95 22.55 22.55 28.15 a) Includes an amount for Supplemental Dues. b) A trainee upgrade will occm every 6 months from hislher start date, provided the trainee has completed 600 hours of work since the last upgrade. c) Rate applies to the first 4 daily overtime hours and the first 12 hours on a sixth (6<h) consecutive day. All other daily overtime is paid at the 71h Workday/Holiday rate RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the.collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director of Indw;trial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet at httn-J/www dir.ca.QovlDlSRlPWD. Holiday provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703-4774 TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. You may obtain the travel and/or subsistence provisions for the current determinations on the Internet at hnn-J/www.dir.ca.QovlDlSRlPWD Travel and/or subsistence requirements for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703-4774. 4A GENERAL PREY AILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER I, ARTICLE 2, SECTIONS 1770, 1773 AND 1773. I FOR COMMERCIAL BUILDING, HIGHWAY, HEA YY CONSTRUCTION AND DREDGING PROJECTS CRAFT: #DRYWALL INSTALLER/LATIIER (CARPENTER) DETERMINATION: SC-3 I-X-41-2007-1 ISSUE DATE: February 22, 2007 EXPIRATION DATE OF DETERMINATION: June 30, 2007** The rate to be paid for work perfonned after this date has been detennined. Ifwork will extend past this date, the new rate must be paid and should be incorporated in contracts entered into now. Contact the Division of Labor Statistics and Research for specific rates at (415) 703-4774. LOCALITY: All localities within imperial, lnyo, Kern, Los Angeles. Mono, Orange, Riverside, San Bernardino, San Luis Obispo, Santa Barbara and Ventura counties. Emolover Pavrnents Straillht-Time Overtime Hourlv Rates Classification Basic Health Pension Vacation! Training Other Hours Total Daily Saturday Sunday (Joumeyperson) Hourly and Holiday. Hourly and Rate Welfare Rate I 1/2x' I 1/2x' Holiday 2X Drywall Installerl Lather $33.61 3,95 $1.36 $3.11 $0.40 $0.52 8 $42.95 $59.755 $59.755 $76.56 DETERMINATION: SC-31-X-41-2006-IA ISSUE DATE: August 22, 2006 EXPIRATION DATE OF DETERMINATION: June 30, 2007. Effective until superseded by a new determination issued by the Director ofl.ndustrial Relations. Contact the Division of Labor Statistics and Research (415) 703-4774 for the new rates after 10 days from the expiration date, if no subsequent determination is issued. Stocker, Scrapper $10,00 $3,95 $2.11 $0.40 8 $16.46 $21.46 $21.46 $26.46 # Indicates an apprenticeable craft. Rates for apprentices are available in the General Prevailing Wage Apprentice Schedule. . Includes an amount per hour worked for supplemental dues. b Rate applies to the first 4 daily overtime hours and to the first 8 hours on Saturday. All other overtime will be paid the Sunday and Holiday double time rate. Saturdays in the same workweek may be worked at straight-time if job is shut down during the normal work week due to inclement weather. RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid. shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director ofIndustrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Govenunent Code. You may obtain the holiday provisions for the current determinations on the Internet at httn://www.dir.ca1ZovIDLSRlPWD. Holiday provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703-4774. TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 lUld 1773.9. contractors shall make travel and/or subsistence payments to each worker to execute the work.. You may obtain the travel and/or subsistence provisions for the current determinations on the Internet at htto.//www.dir.ca.1ZovIDLSRlPWD. Travel and/or subsistence requirements for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703-4774. 5 GENERAL PREY AILING WAGE DETERMINA nON MADE BY THE DIRECTOR OF INDUSTRIAL RELA nONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER I, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS CRAFT: # ELEVATOR CONSTRUCTOR DETERMINATION: SC-62-X-999-2007-1 ISSUE DATE: February 22, 2007 EXPIRATION DATE OF DETERi'\lINA TION: July 8, 2007* Effective until superseded by a new detennination issued by the Department of Industrial Relations. Contact the Division of Labor Statistics and Research at (415) 703-4774 for new rates after 10 days from the expiration date, if no subsequent determination is issued. LOCALITY: AU localities within Imperial, Los Angeles, Orange, Riverside, San Diego, Santa Barbara and Ventura counties. aportions of Kern, San Bernardino and San Luis Obispo counties are detailed below. Emnlover Payments Straiv:ht-time Overtime Hourlv Rate Classification Basic Health Pensione Vacationl Training Other Hours Total Dailyd Saturdayd Sundayb (Joumeyperson) Hourly aod Holiday Payments Hourly aod Rate Welfare Rate 1 Y~X I ~X Holiday Mechanic $41.265 8.275 6.06 2.48 0.55 0.18 8 $58.81 $79.44 $79.44 $100.075 Mechanic (employed in industry more than 5 years) $41.265 8.275 6.06 3.30 0.55 0.18 8 $59.63 $80.26 $80.26 $ 100.895 Helperc $28.89 8.275 6.06 1.73 0.55 0.18 8 $45.685 $60.13 $60.13 $74.575 Helper (employed in industry more than 5 years)' $28.89 8.275 6.06 2.31 0.55 0.18 8 $46.265 $60.71 $60.71 $75.155 # Indicates an apprenticeable craft. Rates for apprentices are available in the General Prevailing Wage Apprentice Schedule. R Applies to that portion of these counties south of the Tehachapi Line. For more infonnation contact the Division of Labor Statistics and Research. b For paid holidays recognized in the collective bargaining agreement, employees are paid for 8 hours at straight time in addition to the Holiday rate for all hours worked. e Ratio: The total number of Helpers employed shall not exceed the number of Mechanics on anyone job. For more information on the use of Helpers, contact the Division of Labor Statistics and Research. d For Contract Service work only. All other overtime is paid at the SundayfHoliday rate. .. Includes an amount for Annuity Trust Fund. RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director ofIndustrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shaH be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet at http://www.dir.ca.govIDLSRlPWD. Holiday provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703.4774. TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. You may obtain the travel and subsistence provisions for the current determinations on the Internet at www.dir.ca.QOv. Travel and/or subsistence requirements for the current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703-4774. 6 GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELA nONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773,1 FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS CRAFT: #OPERATING ENGINEER DETERMINATION: SC-23-63-2-2006-2 ISSUEDATE: August22,2006 EXPIRATION DATE OF DETERMINATION: June 30, 2007* Effective until superseded by new determination issued by the Director of Industrial Relations. Contact the Division of Labor Statistics and Research at (415) 703-4774 for new rates after 10 days from the expiration date, ifno subsequent determination is issued. LOCALITY: All localities within Imperial, Inyo, Kern, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Luis Obispo, Santa Barbara, and Ventura COunties. EmD[Q):p.rPa~'menls Slral,,"ht_Time Overtime Hourl\' Rate CLASSIFICATION BasIc Hourl\' Health and Pemioo Vacation! Training ""'. Hours Total Hourl\ Daily Sarurday(d) Sunday/Holiday (lourneyperson) ,-,,, Welfare Hohda)'(a) Pa)menls ... (0) Il!2X Il!2X 2X Classification Groups (b) """,pI $3165 no 4.05 2.80 0.65 0.11 $47060 $62.885 $62885 $78.710 GrOllp2 32.43 7.110 4.05 280 0.65 0,11 $47840 $64055 $64055 580.270 Group 3 32,72 7.80 4.05 280 0.65 0.11 . $43130 $64490 S64.490 $80,850 """,p' 34.21 7.80 4.05 280 0.65 011 . $49,620 $66725 $&6725 583 8~0 """,p' 34.43 7.80 4.05 2.30 0.65 0.11 . $49.1140 $67055 567055 584270 <<"", 34.54 7.80 4.05 2.80 0,65 0.1l . $49950 567.220 567.220 $84490 Group 10 '''' 7.80 '" 2.80 0,65 O.ll' g 550,070 561400 $67400 584730 Group 12 J4.83 7.80 4.05 2.80 0,65 0.11 . $50240 567655 567655 585070 Groupl3 34.93 7.80 4.05 2,80 0.65 '" . $50340 567805 567805 585270 Group 14 34.96 7,30 4.05 280 0.65 0.11 $50.370 5fi7850 $67850 $85.330 GrOllpl5 35.04 7.80 4.05 2,80 0.65 0.11 550.450 $67970 567970 585.490 OI-oup]6 35.16 7.80 4,05 280 '" O.ll 550570 $6g]50 5&8.150 585730 Group 17 35.33 '80 4.05 2.80 0.65 (111 $5074U $68.405 $68405 58&070 Group 13 3543 no 4.05 280 0.65 0.1"1 $50g40 5b3.555 Sfi8555 586270 Group 19 3554 7.80 4.05 280 0.65 0,1l 550950 5fi8720 $68720 5864\10 Group 20 3:;,66 7.80 '" 2.80 0,65 0.11 551.070 $68900 568900 UfiDO """" 35,33 7.80 4.05 2.80 0,65 011 $51240 $69155 569.155 $87010 Group 22 35.93 7,80 4.05 2.80 0.65 0.11 $51340 $69305 569305 587270 <<""" 3fi,04 1.80 4.05 280 ", 0.11 $51450 569.470 569470 $874\10 Group 24 36,16 7.30 4,05 2.30 ", 0,11 551570 $69650 569.650 587.730 """" 36.33 180 4.05 2.80 0.65 O.ll $51740 569.905 569905 $88070 N Indicates lIIIapJlralliceable craft. Rates for lIppTenlices are available in the General Prevailing Wage Apprmtice Scbedule . Includes an amount wilhl1dd for supplemental dllC5 bFor classificatiOllSwithin each group, see pages 8and9 . Rate applies to the fim 4 overtime boun. All other daily ovcr1lme is paid at the Sunday rate "Rate applies to the first 12 bours worked All other lime IS paid at the Sunday rate NOTE: For Special Shift and Multi-Shift, see pages 9A and 98. RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid. shall be all holidays in the collecti\'e bargaining agreement, applicable to the particular craft, classification, or type ofworter employed on the project, which is 00 file with the Director of Industrial Relations, If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6100 of the Government Code. You may obtain the holiday provisions for the CUlTtt1t delenninatioDS on the Internet al htto./Iwww dir ca llovIDI SR/PWD Holiday provisions for currcnl or superseded determinations may be obtained by contacting the Prevailing Wage Unit at(4l5) 103-4114 TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1113.1 and 1113,9, contractors shail make travel and/or subsistence payments to each worker to execute the work. Travel and/or subsistence requirements for each craft, c1assifitation or type of worker may be obtained from the Prevailing Wage Unit at (415) 703- 4774, You may obtain the Tra'lel and/or subsistence provisions for the currentdetenninations on the Internet at httD"llwww.dirca,llo'lIDLSRlPWD Travel aJld/or subsistence provisions for current or superseded determinations may beoblained by contacting the Prevailing Wage Unil at (415) 703-4714 .,. Dr.Tr.RMlNATION: SC_1J..6l-2_2006-2 GROUP I "....~ ,_. CumpresoorOporalor Dil<:hWllCb,wilhoealor'imdarrypc:.quipmrn' ElevolorOp<ralor-lnllidc EnKi-OiJcr FDfkliftOpcutor(includ..locd, 1~llor5in:111arlyp'" under 510"") -- Ga>cn1or, PImp or ComJ>fCl'Or Plllll OpcrOlor lI..vyD.d) Rq>&rrmltl 1l.1p..- Plmp()p<n1cr Sigoalmlll Swilchmllt CROUP 2 AopIWl.RubbcrPI&IIIOperalor(NorxT.mkOpcralor) CorlCMeMi=Opcnlor. SkipT)!'", Cmve)OfOperator Finm... FDfkliftOpcnlor(i""ludcslocd.lullor",mlarl~"p"'-o"'r5 I<>n,) H)'<lrostaticPlmpOpcrItOr Oilt:rCrwbcr(A>pbollorC""""'lePlonl) PetmmatLlydownMot:bin<: RJU Sidt:DI1mpJ",,~ RotoryDrill HcIper(OiIf..ld) SacmiogoadCoovqorMlol:hio.Opc:rllor(or5ltllllarryp''') Slciplo..x.-(WhocJtypcuploJI4yd.witbou'llla<:hm...'l Tv Pot firunID Temporo>1rHeIIiogPlll110peralof TreochingMKniocOJl..- GROUP) AJphaIIRubberBI=dOpa-lIor BobcIIors:im~.-type(Sl:id Sl....) f~pIIlGlIGruxr(rd:) FonIFC<'JII3O'I(wilhdrlgtypcaoacbm...l.) Hdicoplcchiioman(ground) StlolioooryPipcWroppingl/ldCle&nIl1gMachm.Op.,..'or GROUP4 AJphaIIPJlDtFinmlD BId<boc()p<ntor(mm;.maxor siO'Ularwpe) &.iDgMIlclW:IeOperalor B<non.-> or Mixamlll (asphall or con<.nle) ChipSpadingMachillCOperat<>r C~ClclDing['Jo;onlllIUlI&tiOl\M""hillCOper3lor C<>na<tePumpOpenlot("",oIlportoblc) Drillirlg Mochinc 0per0.1or, Small Augerlyp<s (f.x"",a Super I'.<:ooomlti., or sim,lar 'Y!"" - Hughc. 100 or 2OO,or.m.d.-typeo. dIl11ms deplh of 30 maximum) Equipmmt 0-- (gn:....lJU<~) o-dRILIP<*Dri......o"....to.- HighliDcCabI....'YSilll'aImlll Hydr.HIIDIDCJ-A<roSlmnpa MicroT""""liugOpcrIlor(ahove~lWlnel) P_Coo<::rcceCwingM..:hincOpero.tor p_c..........s.wOpc..tor ~.Driv..-JumboFormSct\crOp<rllOC -......- R",,~WboleJ SlwfJr<r><:b..- RoIJcr Opcntor (""",PIlOI1DS) SaaldOp<ntor(upblllor~.) TreochingMKllilleOp<ntor(upu>6ft) Vl<UUIlIorMucl<Trucl: CROUP ~ (for mull,..!nf\ rOl.. """ pogo 98) EquipmoaIIGrea.tcr(~Truc:klMulti.Shitl) GROUP 6 AJbculatingMataiolHmJcr A>phaI1PJIIllEngioccr BIlchPIIltIOpen1or BilShupcna- C_.JoUII MI<hine Opentor(.lItol ODd .m.iJorrypc) CoocnlePl......OpenIot DIIKly[),U'" """"-""""" Do:n1ckmIJl(oil(lddtype) Drilling MKbinc Opcnror, Buckel or Auger!)'.... (CII.....ld 100 buckel or .....i1..type:o.Wll3oDlOOOlUgeror.lmll..Wpe.-TnomIJ30.SOOor 6OO1Uf<r'""""dv1yp<ll-dIlI1Ul.1!dc:ptbof 4S'mlXim\IID) Drilling M..:hinc OpenlOrlil>cludmg....l1<f .....11') Hydrographic Sooder MllOhmeOpcrolOC(Slr......l'-'lp,.-...d) JI<\::Jo<ITrackMlinllma-,or"m,larl;l'" KoIlIlIazooSwitchTlIlIpa,orsimillllype MKbmc: Tool Operlior Mlgllllli.lnlernal Full SllbVibnlor Mo::honicolBerm.CurborGullCr(con""".orupball). Mo::hllllcoI rmiohcr Opcr..... (con<=l., Clory.Johiuon-Bidwcll or similll) Mi<:roTonncISy"-omOpcrIlOC (belowlll"'""d) Pl\'cmrnIBR......Opcnlor Roa<IOtlMntiDgMI<!u"'Op<ralor Roller OpcrOlor (upboll orfmiob) Rubber.T,rcd Earthmo'-'U,g Eqwl'""=' (;iogl....~lD<, up 10 and induding 2S ;'w. obu<k) s<:lf_PropcIIedTIJPlpelmingMacltiocOpcntor Slciplood...0penI0t(crlWl"-llldwbcc:I!)'pe.ov...JI4j'ds."""uploondincludingJ Jr.!j'd..) Slip Form I"umpOpc:nIor(po......drW...hydrlllh. Iiflingde'licc for con<:rd< fOf1lU) TraclOTOpcrolOT-Bulldou.-. Tlffipa.s.:flpa(.;"gl....~i...,uplo IOOHP fIyw=1 and mnilu!)'pc..up'o """u>cludmgD-S and';II1lJorrypes) Tu~...Ho..10p.nl",(ldrum) 1I1rraH,gh~WIIecj<lCuIlUlgT""ISy.ft<mOpcr'lor VllCUumBJuungM..:hmeOpcrolor Volumctn.MixerOp..-lIor W.lder_O.,,.,.oI GROUP 7 (for ...In..~lft ro" _ r-P 9.) Wdder-General(Multi.Shitl) GROUPS ~haI'orCo""~.~gOpcralor(larnpingorfi,,,"'ms) AspholIPlymgMao:hin.Op..-llor(barbc:rgran.orsimilarrype) A:<phIl'-RubberDlSlnbul..-Opcntor Badhoc: Openuor(uplo""dmdudUlgJI4 l'd'.)smoJlford,cueormn,lar C.....!" PI""" Pipe Llying Mochill< Openlm Cornbinll'oo MIx..-lIlld C"",p"""" OpcnlOf (gUIllI. W<>Tk) CornplClOTOpenlOC.SclfPropelled Cmaet.Mi"...Opc:nI..-.P.viug CNSltingPlonlOpen.lor """"""" Dnllillg Moehme OpenlOl. Buckel or Aug<:rlype' (CoJ....dd J50 bucke1 or .m.il..-!)'!"" - WI130II 1'iOO. 2000. 2'iOOlugeror.mullJl)'pe..T.",ml 700, lIOOougttor"""dartypcs.drillms deplbolW.mlXimum) EI....otingGrad..-Operllor G-rodeChcx:kcr Orad.alIOp..-llOC GroulInilMlChmeOperalor H<lvyWyRepoirmonlPumpln!llllkr lJ<lvyEquipmmtRoOObcoOpaalor KlIlIIllZooBlIli!tCRegullloror.m.ilarryp: KoImlltBeULoaderODd""",lorrypc L. T oumcau Blob ComplClor or ..milor m" Load..-Op..-lIor(Athc:y, Euclid, Sic:rro IIlldsimIJUryp:.) Most...EnlllronmenIIlMlinlen.lJl<:<Mcchalll. MobarlrChipp<ror';llllhorlvp<. azz.. Podd... or "'mllarl}'p<s PC 490SlolSlw Pncumlll.Conc",lePllCmgMoch"..Open.lOC(HadJ.y-Pressw.llor..m,J.-lyp<) Pumpc",lC OUII Operllor Rock Dnll o.-Slmd,arType. Rotar.'DnIlOpen.lm(exdoom8calOOnlypc) Rubb&r-T,.-.d EIII1tI McrYing Equipment Opllrator (single engine. ahtrpilla-. eucld, IIhey w.gon, and simi!.r types wilh any and dllll.a.menlaover2Syds..nd upto and Including SOClJ.yds,struckj Rubber.1in.d Earth Moving Equipment Opllt'8tor (multiple engine - up 10 and including 2Sylb,slludl) Rubber-Tired Scnper Op&raloc (sell-loeding paddle wtleel typll John Oeer.. 1040 and sjmilarsingleund) Sell-Prope'-lCurbandGUIlerMechineOpllra!oc Shu!lIIoBuggy Skipo.der Opemoc (cnw\er and whyl typll over 1 1/2 ylb. up Io.nd including 81I2yds.) Sal Remedia~on Plant Opllrslor (eMI, Erwirol&ch o-r Similar) S...taf;e H.,.uers and Planef Operator TrllCtor~ onl ClH'ttlinatio-rtOpemor TractorOpllratoc(.nytypelllrgerlhanD-S.100llyweelH.P.lllldovtlf.orsimilllr-bulldozer. tamptIf,SCQpIlrandpuShlractor.s;ngleengi_) TractorOplf8lor(boornllllllc;hmenls) Travelng Plpll Wrapping. Cleaning and Bending Machine Operator Ttencl'ingMachineOperaIQf(ov.,efl.deplhcal*"lY,nwnulacturer'srating) Tren<:Nng MlIchinawilh RO*l MlllIf Attachment (over6fl.depIt1 capacily. ....nufKlurer'. rating - Oiler or Journeyman Trainee required) UllnIl'tgl1 Pressure w.terjel Cutting Tool System Mechanic Wattlf Pul (compaction) DIETERMINATION: SC_U-6J-2_:t006-2 CROUP' (f".- multl..hin tole. .... ~@~ 9B) Heavy Duty RepalfTIl.., (Mulb-Shll'l) CROUP 10 DrilliIIgMo<:hi...0pcnl<lr,Bucke10f^U@<rtyp<s((;aI"~ld200Bbucl":tOfsinlll..-type:l-W,,-,3000 or WOO aI.IF'or oim~...types' T""om. 900 lU!",' or ..m.l..- 1,l'C'" dnlllll@depthoflOS'mOXlmllnl) Du.alDrumM,Xor Dynamic Compactor lOClSOoc...ml..-l)'pes IlcovyDuryRcpoirmon.W~ldercombm.l1"" MlXK'BIILocomob".,Dpcnto.-(diO!ld.g..or.lcclnc) Motor 1"1rol. Blode Op<nlor (singl~ engin~1 Mulbpl'EnP><Tr""'orOp~nl",(.uclldands"",I..-I"p< e>;oeptquad9""l.J Pt>eumolic Pip< Rommmg r 001 ond ,.;mll... tvpe.. ~~ Wnpping MlICbi"" Opcntor(2 OpeUlors r<'l".."d) Rubb<r.T:=lE..-thMovingE~pmentOpenlOf(..ngl'englnc,0"crSO\'d..5IrlICk) Rubber. Tim! E..-th Moving EqJipment Ope...t", (mulbpt. englll~. ~uchd cotapillor ond similor over 2 y<konduploSOyw,slJuck) TawerCrane Repairm.., TrllCto.-loIld<tOperWr(cu"lcrand"l>eel-t>pco"er61ny&.) W~ldet.Certified Woo<bMc<erOpen!or(m:.I..m,lotpUglIlillequlpmen') CROUP II (far ..IIl-.~lh...1e, -.-1" 91) H...vyDuty Repamnon_WcldcrComb,n.uoaiMullL_Sh</ll WddcJ-Cenified(MuIti.Shltl\ CROUPt2 A140 Grader Openl<lr A1.IIomObC Slip Form Operalor Drilling M.a."", Openlar. Bucket or Auger typos iCat,...ld, lug"- 200CA or "",ilor types "oloorI, ...go:r6000"'simil...types.hugha...perdut\'....g...200orrumlorlvpel-dnIhagd<plb 0(175' maximum) HoeRamor,;m~"-WlthCOlbpre""", M...E!\C.valorOpenlor.l~th..,7SOcu.vd. McchaucoJ FinishIng Mochine DpcnlOf Mobil.FonnTnvel..-Operotor Motor P'1ro1Opentor(multi-<:ngme) PipcMobileMlIClunoOperOlOr Rubber-Tired Eonb Moving E<lWpment Operator (mutl,pl. englll~. euclid, ca!ervlll..-..,d similarlype. ove:rSOcu.yMsuuck) Rubber.T:=lSelf.loadingScrop..-OporaIor(paddl..whcd-l....er1)pc..lf.loading (1WO(2) ormor-.:mllts) C.OUP U Rubb..-.T:=l E..-th Moving Equ>pmeut 0per1llOl'. Oper.'in@Equipm...\",ththo ?us/t.PuIl S~.lc:m (,ingl. ...gine.up to ODd mcludu1g25 yd...uuck) C.OUP 14 C.,IIIL_Opcrlllor ConolTrimmerOper'alOr RanateContn>l.IcdEuthMavingOperlloriSl.OOp..-houroddJlionoltoba.>erlle) Whee.lExcov......0pent0r(ov...750c\1\'d3perbour) C.OUP I~ Rubber.T~ E..-th MovUlg Equ>pmc:nl Opcrlllor. Operating Eqmpment with the Push-Pull Sy.tom ('IIIg1. ...gine.coIc:rpill....euclid,.!heyw"l!<1n,..,d"""t.,-l\'po.WI'b""y""d.lIonachrneutsn'....25>.d3.""dup IOlIDIliDcluding50~\1}1ds. <truck) Rubb..-.Tin:><!EonbMovmgEqmpmcnt(lpenu:o:.(lperotingEqulpmcnlwiththoPush.Pu!lSy!lo:m (mulliplcmginc.up 10 and iDcludmg25 >w.>truck) CRO'" I' Rubber-Tired Eortb Mo,;"g F..qui!S"..., Op<nlor. (lper1l1l1@Eqmpmenl""ththoPu'l/l-PuIISy!lo:m(,IIIg1. ...,me.ov..-50yd3.SlI'UclI;) Rubb..-.T,n:><! E..-th Moving Equ1pnent Operlllar. Operotmg Equipmenl WIth the Puoh-Pu1I S)':I1t:m (multiplc mgiDe,ouclid, coterpillor, ODd "","lar, 0_25 yd3. m:.IupIOSOyd3. <tnICk) MtSCtLlANI:OUS PROVISIONS, CROUP 11 Ruhbe-r.T;n:><! F.mh Mo"ing Equipmeut Operator. Operillmg Equlpmenl",1h lhePu.h.PuIl S"'1em (mull1ple eu@lo.,euclid,calclpltlar.m:.Ioimll..-type.nv...SOcu.\'d3m>ck) TondcrnTroctorOperllor(oper.uo@c.-.wlerl\'pe'nC\Or1lUltllDdem-Quad9I1Dd:liJylllllrl\pc) GROUP II Rubber.T,red Eanh Moving F..qw!S"enl Ope.-a,,",. (lperaling in Tandem (:ICt"""",. belly dump.. and similll '\l'C" ID onV enrnbmouon. ~"dudmg enrnpacunn uml.. sin@l. engm~, up 10 and IIIcludm@25y& Sl1UCk) CROUP 19 ROla Concrm Ikll Openlor Rubber.Tired E..-th Mavlllg f.qwpmenl Operllor, Operllmg ill T..,dem i:lCtopen. belly dumps, and ..milorl>l'C" in...yenrnbtn.unn,.!\CludingenrnpocliOllUm13."ngleengin..cotc:rpIlI..., "'-'.hd..th.... w.gOll,and m mlarl,.pc. with..,yondolllllachmen13o"...25}'ds.anduploandlllch.olIIl@SOcu.yd3,SInlCk) Rubber.TIn:><! Earth Mo"ing Equipm...1 Opcrator, Opcratingin Tandem(:ICt""",,",belly dump..m:.I3Im11arly",," lll...yCOlllbinoliOll.""cludingcompacllOllunll.-multipl....@Ill...uptoondiDcludin@25vM.<lrUck) GROUP:W Rubber.Tin:><! Earth Mo"ing Equipment OperIlCO-, Opcralm@IDTandem(sc.-open.bell,dumps,m:.I simllarl>'peslIlanvcombinoliOll. ""cludingcomPOClion 1ln113. smgl. eug""'. o>..,r SO yd.. SInlCk) Rubber. TLred Earth Movm@EqwpmenIDperOlOr,OperllingmT...dem\SCfopel'l,bellvdump.,and mruI"'l)'pe!linanycombUla!lon,excluding"""'plClionuni13'mull1pl.engiDe.~uclod. colorpllluondsuruJar.o_25YM.onduptoSOyds.<lrUck) CROUP 21 Rubber.Tt"'; E..-th Mo,'ing Equipment Dperlllor, OI'.:nWl~ III Tandem (""'''l''''', belly dump.. and sim~IIr"pesinanv<<mbina!lnn,."cludlIlgoompllcliOlluni13-mulupl.englIlC..uclid. coterplnarand""'tlarl)'pe.o>'erSOcuyds.'itruck) CROUP n Rubber.T.red Eorth Mo\"mg EqWpmelll Opcrotor, OperatmgEquipmellt"'lthlhe Tondem Push-Pull Sv"",,, (""gteengine. up 10 and includmg 25 YM..truck) CROUPll Rubb..-.T:=l E..-th Mo"mg Equipm...t Openlor. OperlllDg Equipmenl WIth the Tandem Push-Pull S~slcm (.mgle'eIlgine,cOIerpIlIor,eu<hd,alheywagnn,m:.Isunilor\)l""Wllhonym:.lallottachm...lsovcr25yw.ondu IOm:.IiDch>dillg50cuyW.Slnlcl<) Rubb..--TiRd E..-th Movmg Eqwpmelll Operllor, OperallIl@EqulpmenlwiththeTm:.IemPuoh-PullSI'<lem (ll1u1upl~en[llllC.uplOm:.IlncludlIlg15rw.OlJ\ICk) CROUPU Rubbe-r-T:=l Eorth Movin@F.quipmen\Opeul",.OpeutmgEqUlpmcu'WlththeTandem Push.PuII SI'>1= (""gleen[llllC,overSOyd3Suuck) Rubber-Tin:><! E..-th Moving Equipment Dperillor.Operllmg EqUIp<l1crlIWlth the Tandorn i'u>h.PuII S)slem (mulliplcell[llIlC,.ucltd,cole.."U.....,dron.I...,ov..-25,.d:o.ondupI050yds.!IIlUC.k) GROUP 25 Concret<PumpOperotor-Tn><:kMoun1ed Rubber. Tired E..-th Movmg E<lWpmenl OperOla, DperatU1g f.qUlpment Wtth the Tonde:m Push-Pull S'<lcrn \mulllpl.engwe,.ucbd,colorplllarond,,,,"I..-ovcrSO,,u \',J,,!lUUCk) Operot"'" "" boo'" W'llh three drum. .holl =61" fifteen cenU (l5~) perllnur addiuoool PlY 10 the ",gular ule ofpay Th. oddn.onol pov shall be added to th. regular,-ale:...d becnm.lh. h&oe ule rco- th~en''''' s1ufl 2. All buvy duly replinnoo mil buvy duty o:>mbinlllOll .hall r<<:aV1: IWmty- five oenlll (2.5t) per hour 1001 oIl"",..,ce lIIadditiun 10 thetr regul...ul. ofp.y and "UO sholl be<:ome th.,. b......1e of poy EmployC~S1'equin:><!lO.uil up and wm In. hozordou!l mllenol tnvirnunem. sholl ",ceov< Two Doll.... (SHKl}p..-hour in addilion to th.""'guIar.... ofp.y. m:.I tholn\<:.!W1 beann.lhe b..,c hourly "'~ ofpoy . GENERAL PREVAILING WAGE DETERMINATION l\1ADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER I, ARTICLE 2, SECTIONS 1770, 1773 AND 1773, I FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREOOfNG PROJECTS CRAFT: /#OPERATING ENGINEER (Spe<:ial Shirt) DETERMINATION: SC-23-63-2-2006-2 ISSUE DATE: August 22, 2006 EXPIRATION DATE OF DETERMINATION: June 30, 2007* Effective until superseded by new determination issued by the Director ofJndustrial Relations Contact the Division of Labor Statistics and Rcsearch at (415) 70J.4774 for new rates after 10 days from the expiration date, ifno subsequent determination is issued_ LOCALITY: All localities within Imperial, Inyo, Kern, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Luis Obispo, Santa Barbara, and Ventura COunties. F.mDlov....Pavm<!nlS !';lrai"hl_Ti~ OVf':flImeHourlvRa\e CLASSlFlCA nON Basic Hourly Health and Pension Vacationf Traming o.~ Ho~ T()taJHourly Daily Saturday (d) Sunday/Holiday (Joumeyperson) ..,. Welfare Holiday (a) PaymefllS ..,. (,j II/lX ] 1I2X 2X Classification Groups (b) "","p' $32]5 7,SO 4,05 2,80 0,65 0,11 $47560 $63635 $63635 $79,7]0 Group 2 32.93 7,80 4,05 2.S0 0.65 0" $4S340 $6<U05 $64.805 $S1210 Group 3 33.22 1S0 4,05 2.S0 065 0.11 $48,630 $65240 $65240 5SI,850 Group 4 3411 1.80 4,05 280 065 0,11 $50.]20 $67.475 $67475 $84830 Group 6 3493 7,80 4,05 2,SO 0,65 0,11 550340 $67S05 $61.805 $85270 GroupS 35,(>> 7,80 4,05 2,80 0,65 0,1l 550.450 $67970 $67970 585.490 Groop" 35,16 7,80 ", 2.S0 0.65 0,]] $50570 56S.150 $68]50 $85.730 Group 12 35,33 7,SO 4,05 280 0,65 0.11 550740 $68.405 $68405 $86070 Group 13 35,43 '" 4,05 2,80 0,65 O,ll $50S40 $68555 $6S,555 586,270 Group 14 35,46 7,80 4,05 2,80 0,65 0,11 550S70 $68600 $68,600 586,330 Group]5 35,54 7,80 4,05 2,SO 0,65 0,11 $50950 56S,720 $68720 586490 Group]6 "" 7,SO 4,05 2S0 065 Oil 551070 56S900 $68900 $86730 Group 17 35,83 7S0 4,05 2.S0 0,65 0.11 551240 $69.155 569.155 $87070 Group 18 35.93 7.80 4,05 2.80 0.65 '" $51340 $69305 $69305 587270 Group 19 36,{)4 7.80 4.05 2,80 0.65 0.11 $51450 569470 $69470 $S7.490 Group 20 3f,]6 7,80 4.05 2.80 0.65 0.11 551.570 $69630 $69650 $S7.730 Group2l 36.33 7,SO 4.05 2.80 065 0.11 551.740 $69905 $69905 588070 "","p22 36.43 7,SO 4.05 2" 0.65 0.\] 551.840 570055 1070055 $88.270 "","pn 36.S4 no 4,05 280 0.65 0.11 551.950 510220 570220 588490 "....24 36.66 18' 4.05 2.80 0.65 0.11 $52070 $70400 $70.400 588730 Groop2J 36.S3 7.80 4.05 2.S0 0.65 0,11 $52.240 570655 $70655 5S9,070 II Indicates an awrfllticeable ~raft JUles for apprentices are a\'a11able in the General Prevailing Wage Apprentice schedule 'lncludes III IIll\OIII\I withheld forsupplemefltaJ dues b For c1assifi<;alions within eadlgroup. seepages S and 9 'Ra\eapplies to the first 4 o\'ertimehours. All otherdailv o\'ertimeis paid at the Sunday Jale d Rate applies 10 thl; first ]2ooursworled. A1lothertimeispaJdattheSundayJale RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Dire<:tor of Industrial Relations. If the prevailing rate is nol based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet athtto:llwww dir.ca,l!oviDLSRIPWD Holiday provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703-4774. TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. Travel and/or subsistence requirements for each craft, classification or type of worker may be obtained from the Prevailing Wage Unit at (415) 703-4774. You may obtain the Travel and/or subsistence provisions for the current determinations on the Internet at hnn:l/www.dir.ca.l!ovlDl SRJPWD, Travel and/or subsistence provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703-4774 9A- GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER I, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS CRAFT: NOPERATlNG ENGINEER (Multi-Shift) DETERMINATION: SC-23-63-2-2006-2 ISSUE DATE: August 22, 2006 EXPIRATION DATE OF DETERi\UNA nON: June 30, 2007. Effective until superseded by new determination issued by the Director of Industrial Relations Contact the Division of Labor Statistics and Research at (415) 703-4774 for new rates after 10 days from the expiration date, ifno subsequent determination is issued. LOCALITY: All localities within Imperial, Inyo, Kern, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Luis Obispo, Santa Barbara, and Ventura counties. Emnln~,.,rPa~'ments "traig-hl_Time ~.ntimeHo"rl\'Rale CLASSIFICATION Basic Hourly Health and Pension vacation! Tnurung Oili. Hou.n(e) Total Hourly Daily Saturday (d) Sunday/Holiday (Joumeyperson) """ Welrllfe Holiday (a) Payments """ (0) IlI2X IlnX 2X Classification Groups (b) ",,"pi $32.65 7.80 4.05 280 0,65 0.11 ....lW> $64.385 $64,385 $80710 """"2 3343 7.80 4.05 2.80 0,65 0.11 S4U4O $65555 $65,555 $82.270 Group 3 3372 1.80 4.05 2.80 0.65 011 149130 $65.990 $65990 $82,850 """". 35.21 7.80 4.05 "" 0.65 O.ll $50620 $68225 $68.225 $85830 Group 5 35.31 7.80 4.05 HO 0.65 Oil $50720 $68.375 $68.375 $86030 """'" 35.43 7.80 4.05 2,80 0.65 O.ll $30.840 S68555 $68555 $86210 GrOllp7 35,53 7.80 4.05 280 0.65 O.ll 550940 5611705 $68105 $86.470 ",,"pS 35,54 7.80 4.05 2,80 0,65 0.11 $50.950 $68720 568.720 $86.490 0"",9 35.64 1.80 4.05 280 0.65 O.ll $51050 $68810 $68870 $86690 Group 10 35.66 7.80 ,t05 "" 0.65 OJI $51070 $68900 568900 $86730 Group 11 35.76 7.80 4.05 "" 0,65 0.11 S51,170 $69050 $69,050 $86.930 """"12 35.83 7.80 4.05 2.80 0.65 O.ll $51240 $69155 $69155 $87,010 Group \3 3593 7.80 4.05 2,80 0.65 O.ll $51340 569305 $69305 $87270 Group 14 35.96 7.80 405 2,80 0.65 0.11 $5U70 $69350 $69350 581330 """"15 36.04 7,80 4.05 2." 0.65 0.11 $51.4SO $69470 $69470 581490 Group 16 36.16 7.80 4,05 2.. 0.65 O.ll $51570 $69.650 $69.650 $81730 """"11 36,33 7.80 4.05 2.80 0.65 O.ll $51740 $69905 $69905 $88.010 Group 18 3643 7.80 4.05 280 0.65 O.ll $51.840 $70,055 $70055 $88270 """"19 36.54 7.80 4.05 2,80 0,65 0.11 $51.950 $70220 $70.220 $88490 """"'" 36.66 1.80 4.05 2.80 0.65 O,ll $52010 $70400 $70400 $88730 """"21 3683 1.80 4.05 2.. 0.65 O,ll $52240 $10.655 $70655 $89070 ",,"pn 36,93 7.80 4.05 2W 0.65 Oil $52340 $10805 510.805 $89270 """"" 31.04 7.80 4.05 2,80 0.65 OJI $5H50 $70970 $10.970 $89490 ",,"p24 37.16 180 4,05 2,80 0,65 0.11 552570 $7ll50 $7U50 $89730 GrOllp25 37.33 1.80 4.05 280 0.65 011 $5214U $7l.405 $7l.405 $90070 ji lndicates an appralticeable craft. Rates rorappraltices are avllJlableill theGenmll Prevailillg Wage Apprmticc Schedule 'lnduda... amount withheld for supplemental dues ~ForclassilicatiONwithirl~grolql,seepages8and9 'R.ueappliatothelirst4ovenirnehours, AlIOlherdailyovenirneispaidaltheSundaym1e 4R.uellppliatothcfirst12ilcurswork.ed. All other time is paidalthcSundllY m1e ,The Third Shift dWI work 6,5 OO\ll'S. exclusive of!llQ\ period. rar whkh 8houn SInIiglll-cimc sball be paid al1he __Mift rile. MOIlday thorugb Friday RECOGNIZED HOLIDA VS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director of Industrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet athUD:llwww dir ca.llovlDI SR/PWD. TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. Travel and/or subsistena:: requirements for each craft, classification or type of worker may be obtained from the Prevailing Wage Unit at (415) 703-4774. You may obtain the Travel and/or subsistence provisions for the current determinations on the Internet at httn)/www dir C8.llovIDLSRlPWD. Travel and/or subsistence provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (41S) 703-4774. 96 - GENERAL PREY AILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7. CHAPTER I, ARTICLE 2. SECTIONS 1770. 1773 AND 1773.1 FOR COMMERCIAL BUILDING, HIGHWAY, HEA YY CONSTRUCTION AND DREDGING PROJECTS CRAFT: # DREDGER (OPERATING ENGINEER) DETERMINATION: SC-63-12-23-2006-1 ISSUE DATE: August 22. 2006 EXPIRATION DATE OF DETERMINATION: August I, 2007*. Effective until superseded by a new determination issued by the Director of Industrial Relations. Contact the Division of Labor Statistics and Research at (415) 703-4774 for new rates after 10 days from the expiration date, ifoo subsequent determination is issued. LOCALITY: All ioealities within Imperial, Ioyo, Kern, Los Angeles, Mono, Orange. Riverside, San Bernardino, San Diego. San Luis Obispo. Santa Barbara. and Ventura counties. Emnlover Payments Straillht- Time Overtime Hourlv Rate CLASSIFICATION Basic Health Pension Vaeation! Training Other Hours Total Daily Saturday Sunday Holiday (JoUJmeype"",n) Hourly and Holiday Hourly Rate Welfare Rate 11/2X 11/2X 2X 3X Chief Engineer, Deck Captain $36.65 7.80 4.05 "2.80 0.65 0.05 8 52.00 70.325 70.325 88.650 125.300 Leverman 39.65 7.80 4.05 "2.80 0.65 0.05 8 55.00 74.825 74.825 94.650 134.300 Watch Engineer, Welder, Deckmate 35.07 7.80 4.05 "2.80 0.65 0.05 8 50.42 67.955 67.955 85.490 120.560 Winchman (Stem Winch on Dredge) 34.52 7.80 4.05 "2.80 0.65 0.05 8 49.87 67.130 67.130 84.390 118.910 Fireman-Oiler, Leveehand Deckhand (can operate anchor scow under direction of mate) Bargeman 33.98 7.80 4.05 "2.80 0.65 0.05 8 49.33 66.320 66.320 83.310 117.290 Dozer Operator 35.18 7.80 4.05 "2.80 0.65 0.05 8 50.53 68.120 68.120 85.710 120.890 Hydrographic Surveyor 35.94 7.80 4.05 "2.80 0.65 0.05 8 51.29 69.260 69.260 87.230 123.170 Barge Mate 34.59 7.80 4.05 '2.80 0.65 0.05 8 49.94 67.235 67.235 84.530 119.120 # Indicates an apprenticeable craft. Rates for apprenlices are available in Ihe General Prevailing Wage Apprentice Schedule. a Includes an amount for supplemental dues. RECOGNIZED MOLIDA YS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director ofIndustrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations 00 the Internet at htto:/Iwww.dir.ca.lwvIDLSR/PWD. Holiday provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415)703-4774. TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. You may obtain the travel and/or subsistence provisions for the current detenninations on the Internet at httn:/Iwww.dir.ca.l!ovIDLSR/PWD. Travel and/or subsistence requirements for current or superseded detenninatioos may be obtained by contacting the Prevailing Wage Unit at (415) 703-4774. 10 GENERAL PREY AILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS CRAFT: 'CRANES, PILE DRIVER AND HOISTING EQUIPMENT (OPERATING ENGINEER) DETERMINATION: SC-23-63-2-2006-IB ISSUE DATE: August 22, 2006 EXPIRATION DATE OF DETER1\1INA TION: June 30, 2007. Effective until superseded by new detennination issued by the Director of Industrial Relations. Contact the Division ofLahor Statistics and Research at (415) 703.4774 for new rates after to days from the expiration date, ifoo subsequent determination is issued. LOCALITY: All localities within Imperial, loya, Kern, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Luis Obispo, Santa Barbara, and Veotura counties. Emnlover Payments Straig:ht - Time Overtime Hourlv Rate CLASSIFICATION Basic Health Pension Vacation! Training Other Hours Total DailyC Saturdayd . Sundayl (Joumeyperson) Hourly and Holidaya Payments Hourly Holiday Rate Welfare Rate 11I2X 11/2X 2X Classification GroupsD Group 1 ' 33,00 7,80 4,05 2,80 0.65 0.11 8 48.410 64,910 64,910 81.410 Group 2 33,78 7,80 4,05 2.80 0.65 0,1 I 8 49.190 66.080 66.080 82.970 Group 3 34,07 7,80 4.05 2.80 0,65 0.11 8 49.480 66.515 66.515 83,550 Group 4 34,21 7.80 4,05 2,80 0.65 0.11 8 49,620 66,725 66,725 83,830 Group 5 34.43 7,80 4,05 2.80 0.65 0.11 8 49.840 67.055 67.055 84.270 Group 6 34.54 7,80 4,05 2.80 0,65 0,11 8 49.950 67.220 67.220 84,490 Group 7 34,66 7,80 4,05 2.80 0,65 0,11 8 50.070 67.400 67.400 84,730 Group 8 34.83 7.80 4.05 2,80 0,65 0,11 8 50,240 67,655 67,655 85,070 Group 9 35,00 7,80 4.05 2,80 0,65 0,11 8 50.410 67.910 67.910 85.410 Group 10 36,00 7,80 4,05 2,80 0.65 0.11 8 51.410 69.410 69.410 87.410 Group 11 37,00 7,80 4.05 2.80 0.65 0.11 8 52.410 70,910 70,910 89.410 Group 12 38,00 7,80 4.05 2,80 0.65 0.11 8 53.410 72. 410 72,410 91.410, Group 13 39,00 7,80 4.05 2,80 0.65 0.11 8 54.410 73.910 73,910 93.410 # Indicates an apprenticeable craft. Rates for apprentices are available in the General Prevailing Wage Apprentice Schedule. a Includes an amount withheld for supplemental dues. D For classifications within each group, see page lOB. C Rate applies to the first 4 overtime hours. All other daily overtime is paid at the Sunday rate. d Rate applies to the first 12 hours worked. All other time is paid at the Sunday rate. NOTE: For Special Shift and Multi-Shift, see pages lOA-I and 10A-2. RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director oflndustriaJ Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet at hno://www.dir.ca.llovIDLSRlPWD. Holiday provisions for current or superseded detenninations may be obtained by contacting the Prevailing Wage Unit at (415) 703-4774. TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. Travel and/or subsistence requirements for each craft. classification or type of worker may be obtained from the Prevailing Wage Unit at (415) 703-4774. You may obtain the Travel and/or subsistence provisions for the current detenninations on the Internet at hno://www.dir.ca.2:ovIDLSRlPWD. Travel and/or subsistence provisions for current or superseded detenninations may be obtained by contacting the Prevailing Wage Unit at (415) 703-4774, -lOA- DETERMINATION: SC-23-63-2-2006-1 B; SC-23-63-2-2006-IB I; SC-23-63-2-2006-1B2 GROUP I Engineer Oiler GROUP 2 Truck Crane Oiler GROUP 3 A-Frame or Winch Truck Operator Ross Carrier Operator (Jobsite) GROUP 4 Bridge-Type Unloader and Turntable Operator Helicopter Hoist Operator GROUP 5 Hydraulic Boom Truck Stinger Crane (Austin. Western or similar type) Tugger Hoist Operator (1 drum) GROUP 6 Bridge Crane Operator Cretor Crane Operator Hoist Operator (Chicago Boom and similar type) Lift Mobile Operator Lift Slab Machine Operator (Vagtborg and similar types) Material Hoist and/or Manlift Operator Polar Gantry Crane Operator Self Climbing Scaffold (or similar type) Shovel, Backhoe, Dragline, Clamshell Operator (over 3/4 yd and up to 5 co yds, M.R.C.) Tugger Hoist Operator (2 drum) GROUP 7 Pedestal Crane Operator Shovel.. Backhoe, Dragline, Clamshell Operator (over 5 ell yds, M.R.C.) Tower Crane Repairman Tugger Hoist Operator (3 drum) GROUP 8 Crane Operator (up to and including 25 ton capacity) Crawler Transporter Operator Derrick Barge Operator (up to and including 25 ton capacity) Hoist Operator, Stiff Legs, Guy Derrick or similar type (up to and including 25 ton capacity) Shovel, Backhoe, Dragline, Clamshell Operator (over 7 cu yds M.R.C.) GROUP 9 Crane Operator (over 25 tons, up to and including 50 ton M.RC.) Derrick Barge Operator (over 25 tons, up to and including 50 ton M.RC.) Highline Cableway Operator Hoist Operator, Stiff Legs, Guy Derrick or similar type (over 25 tons, up to and including 50 ton M.RC.) K-Crane Polar Crane Operator Self Erecting Tower Crane Operator Maximum Lifting Capacity ten (10) tons. GROUP 10 Crane Operator (over 50 tons, up to and including 100 ton M.RC.) Derrick Barge Operator (over 50 tons, up to and including 100 ton M.R.C.) Hoist Operator, StitT Legs, Guy Derrick or similar type (over 50 tons, up to and including 100 ton M.RC.) Mobile Tower Crane Operator (over 50 tons, up to and including 100 ton M.R.C.) GROUP II Crane Operator (over 100 tons, up to and including 200 ton M.RC.) Derrick Barge Operator (over) 00 tons, up to and including 200 tons M.R.e.) Hoist Operator, StifTLegs, Guy Derrick or similar type (over 100 tons, up to and including 200 ton M.R.C.) Mobile Tower Crane Operator (over 100 tons, up to and including 200 ton M.R.C.) Tower Crane Operator and Tower Gantry GROUP 12 Crane Operator (over 200 tons, up to and including 300 tons M.R.C.) Derrick Barge Operator (over 200 tons, up to and including 300 tons M.R.e.) Hoist Operator, StifTLegs, Guy Derrick or similar type (over 200 tons, up to and including 300 ton M.R.C.) Mobile Tower Crane Operator (over 200 tons, up to and including 300 ton M.R.C.) GROUP 13 Crane Operator (over 300 tons) Derrick Barge Operator (over 300 tons) Helicopter Pilot Hoist Operator, StitT Legs, Guy Derrick or similar type (over 300 tons) Mobile Tower Crane Operator (over 300 tons) MISCELLANEOUS PROVISIONS: 1. Operators on hoists with three drums shall receive fifteen cents (J5t) per hour additional pay to the regular rate of pay. The additional pay shall be added to the regular rate and become the base rate for the entire shift. 2. All heavy duty repairman and heavy duty combination shall receive twenty-five cents (25t) per hour tool allowance in addition to their regular rate of pay and this shall become their base rate of pay. 3. Employees required to suit up and work in a hazardous material environment, shall receive Two Dollars (S2.00) per hour in addition to their regular rate of pay, and that rate shall become the basic hourly rate of pay. lOB GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRlAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART7, CHAPTER I, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS CRAIT, #CRANES, PILE DRIVER AND HOISTING EQUIPMENT (OPERATING ENGINEER, MULTI SHIIT) DETERMINA nON: SC-23-63-2-2006-1 B 1 ISSUE DATE: August 22, 2006 EXPIRATION DATE OF DETERMINATION: June 30, 2007* Effective until superseded by new determination issued by the Director of Industrial Relations. Contact the Division of Labor Statistics and Research at (415) 703-4774 for new rates after to days from the expiration date, ifoo subsequent determination is issued. LOCALITY: AU localities within Imperial, loyo, Kern, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Luis Obispo, Santa Barbara, and Ventura counties. Emnlover Payments StraiQ"ht - Time Overtime Hourlv Rate CLASSIFICATION Basic Health Pension Vacationf Training Other Hourse Total Daily" Saturdayd Sunday! (Joumeyperson) Hourly and Holidaya Payments Hourly Holiday Rate Welfare Rate I 112 X 11I2X 2X Classification Groupsb Group I S34.00 7.80 4.05 2.80 0.65 0.1\ 8 49.410 66.410 66.410 83.410 Group 2 34.78 7.80 4.05 2.80 0.65 0.11 8 50.190 67.580 67.580 84.970 Group 3 35.07 7.80 4.05 2.80 0.65 0.1\ 8 50.480 68.015 68.015 85.550 Group 4 35.21 7.80 4.05 2.80 0.65 0.11 8 50.620 68.225 68.225 85.830 Group 5 35.43 7.80 4.05 2.80 0.65 O.lt 8 50.840 68.555 68.555 86.270 Group 6 35.54 7.80 4.05 2.80 0.65 0.1\ 8 50.950 68.720 68.720 86.490 Group 7 35.66 7.80 4.05 2.80 0.65 0.1\ 8 51.070 68.900 68.900 86.730 Group 8 35.83 7.80 4.05 2.80 0.65 0.11 8 51.240 69.155 69.155 87.070 Gmup 9 36.00 7.80 4.05 2.80 0.65 0.11 8 51.410 69.410 69.410 87.410 Group 10 37.00 7.80 4.05 2.80 0.65 0.11 8 52.410 70.910 70.910 89.410 Gmup \I 38.00 7.80 4.05 2.80 0.65 0.11 8 53.410 72.410 72.410 91.410 Group 12 39.00 7.80 4.05 2.80 0.65 0.1\ 8 54.410 73.910 73.910 93.410 Group 13 40.00 7.80 4.05 2.80 0.65 0.11 8 55.410 75.410 75.410 95.410 # Indicates an apprenticeable craft. Rates for apprentices are available in the General Prevailing Wage Apprentice Schedule. a Includes an amount withheld for supplemental dues. bPor classifications within each group, see page lOB. e Rate applies to the first 4 overtime hours. All other daily overtime is paid at the Sunday rate. d Rate applies to the first 12 hours worked. An other time is paid at the Sunday rate. e The Third Shift shall work 6.5 hours, exclusive of meal period, for which 8 hours straight-time shall be paid at the non-shift rate, Monday through Friday. RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director of Industrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the currentdetenninations on the Internet at httn://www.dir.ca.swv/DLSRlPWD. Holiday provisions for current or superseded detenninations may be obtained by contacting the Prevailing Wage Unit at (415) 703-4774. TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shaH make travel and/or subsistence payments to each worker to execute the work. Travel and/or subsistence requirements for each craft, classification or type of worker may be obtained from the Prevailing Wage Unit at (415) 703-4774. You may obtain the Travel and/or subsistence provisions for the current detenninations on the Internet at httn'//www.dir.caQov/DLSRlPWD. Travel and/or subsistence provisions for current or superseded detenninations may be obtained by contacting the Prevailing Wage Unit at (415) 703-4774. -IOA-I- GENERAL PREVAILING WAGE DETER..\1INA TION MADE BY THE DIRECTOR OF INDUSTRIAL RELA nONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER I, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS CRAFT, #CRANES, PILE DRIVER AND HOISTING EQUIPMENT (OPERATING ENGINEER, SPECIAL SHIFT) DETERMINATION: SC-23-63-2-2006-IB2 ISSUE DATE: August 22, 2006 EXPIRATION DATE OF DETERMINATION: June 30, 2007* Effective until superseded by new determination issued by the Director of Industrial Relations. Contact the Division of Labor Statistics and Research at (415) 703-4774 for new rates after 10 days from the expiration date, if no subsequent detennination is issued. LOCALITY: All localities within Imperial, Inyo, Kern, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Luis Obispo, Santa Barbara, and Ventura counties. Emolover Pavments StraiQ"ht - Time Overtime Hourlv Rate CLASSIFICATION Basic Health Pension Vacationf Training Other Hours Total Daily~ Saturdayd Sunday/ (JQurneyperson) Hourly and Holidaya Payments Hourly Holiday Rate Welfare Rate 11/2X 11/2X 2X Classification Groupsb Group 1 33.50 7.80 4.05 2.80 0.65 0.11 8 48.910 65.660 65.660 82.410 Group 2 34.28 7.80 4.05 2.80 0.65 0.11 8 49.690 66.830 66.830 83.970 Group 3 34.57 7.80 4.05 2.80 0.65 0.11 8 49.980 67.265 67.265 84.550 Group 4 34.71 7.80 4.05 2.80 0.65 0.11 8 50.120 67.475 67.475 84.830 Group 5 34.93 7.80 4.05 2.80 0.65 0.11 8 50.340 67.805 67.805 85.270 Group 6 35.04 7.80 4.05 2.80 0.65 0.11 8 50.450 67.970 67.970 85.490 Group 7 35.16 7.80 4.05 2.80 0.65 0.11 8 50.570 68.150 68.150 85.730 Group 8 35.33 7.80 4.05 2.80 0.65 0.11 8 50.740 68.405 68.405 86.070 Group 9 35.50 7.80 4.05 2.80 0.65 0.11 8 50.910 68.660 68.660 86.410 Group 10 36.50 7.80 4.05 2.80 0.65 0.11 8 51.910 70.160 70.160 88.410 Group 11 37.50 7.80 4.05 2.80 0.65 0.11 8 52.910 71.660 71.660 90.410 Group 12 38.50 7.80 4.05 2.80 0.65 0.11 8 53.910 73.160 73.160 92.410 Group 13 39.50 7.80 4.05 2.80 0.65 0.11 8 54.910 74.660 74.660 94.410 # Indicates an apprenticeable craft. Rates for apprentices are available in the General Prevailing Wage Apprentice Schedule. a Includes an amount withheld for supplemental dues. b For classifications within each group, see page lOB. e Rate applies to the first 4 overtime hours. All other daily overtime is paid at the Sunday rate. d Rate applies to the first 12 hours worked. All other time is paid at the Sunday rate. RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director of Industrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet at hnn://www.dir ca.Q"ov/DLSR/PWD. Holiday provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703-4774. TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9. contractors shall make travel and/or subsistence payments to each worker to execute the work. Travel and/or subsistence requirements for each craft, classification or type of worker may be obtained from the Prevailing Wage Unit at (415) 703.4774. You may obtain the Travel and/or subsistence provisions for the current determinations on the Internet at htto://www.dir.ca.l!ovIDLSR/PWD. Travel and/or subsistence provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unil at (415) 703-4774. -10A-2- GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORN[A LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND [773.[ FOR COMMERCIAL BU[LDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS CRAFT: # LANDSCAPE OPERATING ENGINEER DETERMINATION: SC-63-12-33-2007-1 ISSUE DATE: February 22, 2007 EXPIRATION DATE OF DETER.t\fiNATION: September 30, 2007* Effective until superseded by a new detennination issued by the Director of Industrial Relations. Contact the Division of Labor Statistics and Research (415) 703-4774 for the new rates after 10 days from the expiration date, ifoo subsequent detennination is issued. LOCALITY: An localities within Imperial, Inyo, Kern, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Diego, San Luis Obispo, Santa Barbara, and Ventura Counties. Emnlover Payments StraiQ"ht- Time Overtime Hourlv Rate CLASSIFICATION (JOURNEYPERSON) Basic Hourly Rate Health Pension and Welfare Vacation Training Other and Holiday Hours. Total Hourly Rate Daily Sunday Holiday 1 [/2X 2X 3X Land'icaoe OoeratinQ: EnQ:ineer Backhoe Operators Forklifts. Tree Planting Equipment Qobsite) HDR Welder-Landscape, Irrigation, Operating Engineers' Equipment Roller Operators Rubber-tired & Track Eartlunoving Equipment Skiploader Operators Trencher-3I horsepower and up $25.81 7.80 4.05 '2.80 0.65 0.05 8 41.16 54.065b 66.97 92.78' # Indicates an apprenticeable craft. Rates for apprentices are available in the General Prevailing Wage Apprentice Schedules. . Includes an amount per hour worked for supplemental dues. b Rate applies to the first four overtime hours daily and the first twelve hours on Saturday. Thereafter use the Sunday overtime rate. C All work performed on a dewatering operation on holidays and all other work on holidays except Labor Day and the I st Saturday following the 1st Friday in the months of June and December is paid at Sunday rate. RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director ofIndustrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet at http://www.dir.ca.govIDLSR/PWD. Holiday provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (4[5) 703-4774. TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773. I and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. You may obtain the travel and/or subsistence provisions for the current determinations on the Internet at httD://www.dir.ca.l!ov/DLSRlPWD. Travel and/or subsistence . requirements for current or superseded determinations may he obtained by contacting the Prevailing Wage Unit at (4 [5) 703-4774. w-C GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART7, CHAPTER I, ARTICLE 2, SECTIONS 1770, 1773 AND 1773! FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS CRAIT, .TUNNEL (OPERATING ENGINEER) DETERMINATION: SC.23.63-2-2006-IC ISSUE DATE: August 22, 2006 EXPIRATION DATE OF DETERMINATION: June 30, 2007* Effective until superseded by new determination issued by the Director of Industrial Relations. Contact the Division of Labor Statistics and Research at (415) 703-4774 for new rates after to days from the expiration date, ifoo subsequent determination is issued LOCALITY: All localities within Imperial, loyo, Kern, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Luis Obispo, Santa Barbara., and Ventura counties. Emolover PavrnenL<; Straieht - Time Overtime Hourlv Rate CLASSIFICATION Basic Health Pension Vacation! Training Other Hours Total Daill Saturday< Sunday/ (Joumeyperson) Hourly and Holiday' Payments Hourly Holiday Rat, Welfare Rate 1l/2X 11/2X 2X Classification Groups Group 1 33.50 7.80 4.05 2.80 0.65 011 8 48.910 65,660 65.660 82.410 Group 2 34.28 780 4.05 280 0.65 011 8 49.690 66,830 66.830 83,970 Group 3 34.57 780 4,05 2.80 065 0.11 8 49,980 67,265 67,265 84.550 Group 4 34.71 780 4.05 2.80 0.65 0.11 8 50.120 67.475 67.475 84.830 Group 5 34.93 780 4.05 2.80 0.65 011 8 50.340 67.805 67,805 85,270 Group 6 3504 780 405 280 0.65 011 8 50.450 67.970 67,970 85.490 Group 7 3516 7.80 4.05 280 0.65 011 8 50.570 68.150 68.150 85,730 Group 8 35.33 780 4.05 280 065 0.1l 8 50,740 68.405 68.405 86.070 Group 9 35.46 7.80 405 2.80 0.65 011 8 50,870 68.600 68,600 86.330 II Indicates an apprenticeable craft. Rates for apprentices are available in the General Prevailing Wage Apprentice Schedule. . Includes an amount withheld for supplemental dues. b Rate applies to the first 4 overtime hours. All other daily overtime is paid at the Sunday rate c Rate applies to the first 12 hours worked. All other time is paid at the Sunday rate RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification. or type of worker employed on the project, which is on file with the Director of Industrial Relations. If the prevailing rate is not based on a collectively bargained rate. the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the CWTent determinations on the Internet at http://www.dirca I!"ovIDLSRfPWD Holiday provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703-4774. TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773,9, contractors shall make travel and/or subsistence payments to each worker to execute the work. Travel and/or subsistence requirements for each craft, classification or type of worker may be obtained from the Prevailing Wage Unit at (415) 703-4774. You may obtain the Travel and/or subsistence provisions for the current determinations on the Internet at htto://www dir ca.i1:OvlDI SRlPWD Travel and/or subsistence provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703-4774 CLASSIFlCA nONS, GrOgD 5 Bit Sharpener Equipment Greaser (Grease Truck) Instrumentman Slip Form Pump Operator (power driven hydraulic lifting device for concrete forms) Tugger Hoist Operator (I drum) Tunnel Locomotive Operator (over 10 and up to and including 30 tons) Welder-General GrogD 1 Heavy Duty Repairman Helper GrOgD 2 Skiploader (wheel type up to 3/4 yd. without attachment) GroUD 3 Chainman Power-Driver Jumbo Fonn Setter Operator Group 6 Backhoe Operator (up and including 3/4 yd,) Small Ford, Case or similar Drill Doctor Grouting Machine Operator Heading Shield Operator Heavy Duty Repainnan Jumbo Pipe Carrier Group 4 Dinkey Locomotive or Motonnan (up to and including 10 tons) Rodman Loader Operator (Athey, Euclid, Sierra and similar ty!"s) Mucking Machine Operator (1/4 yd rubber tired, rail or ttack ty!") Pneumatic Concrete Placing Machine Operator (Hackley-Presswellor similar type) Pneumatic Heading Shield (Tunnel) Pumpcrete Gun Operator Tractor Compressor Drill Combination Operator Tugger Hoist Operator (2 drum) Tunnel Locomotive Operator (over 30 tons) Group 7 Heavy Duty Repairman-Welder Combination Group 8 Party Chief Group 9 Tunnel Mole Boring Machine Operator MISCELLANEOUS PROVISIONS, I. Operators on hoists with three drums shall receive fifteen cents (15t) per hour additional pay to the regular rate of pay The addItional pay shall be added to the regular rate and become the base rate for the entire shift 2. AU heavy-duty repainnen and duty repairmen-welder combination shall receive twenty-five cents (25t) per hour tool allowance in addition to their regular rate of pay and this shall become their base rate of pay. 3. Employees required to suit up and work in a hazBIdous material environment, shall receive Two Dollars ($200) per hour in addition to their regular rate of pay, and that rate shall become the basic hourly rate of pay. ,IO,D- GENERAL PREY AILING WAGE DETERMINA nON MADE BY THE DIRECTOR OF INDUSTRIAL RELA nONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.] FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS CRAFT, #TUNNEL (OPERATING ENGINEER) (MULTI-SHIFT) DETERMINATION, SC-23-63-2-2006-ICl ISSUE DATE: Augwt 22, 2006 EXPIRATION DATE OF DETERMINATION: June 30, 2007* Effective until superseded by new detennination issued by the Director of Industrial Relations. Contact the Division of Labor Statistics and Research at (415) 703-4774 for new rates after 10 days from the expiration date, iCno subsequent determination is issued LOCALITY: AU localities within Imperial, Inyo, Kern, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Luis Obispo, Santa Barbara, and Ventura counties Emolover Pavment<; Strail!ht - Time Overtime Hourlv Rate CLASSIFICA nON Basic Health Pension Vacation! Training Other Hours Total Dailyb Saturday' Sundayl (Journeyperson) Hourly and Holiday. Payments Hourly Holiday Rate Welfare Rate 11/2X 11/2X 2X Classification Groups Group I 33.50 780 4.05 2.80 0.65 0.11 7.5 48.910 65.660 65:660 82.410 Group 2 34.28 780 405 2.80 0.65 0.11 75 49.690 66.830 66.830 83.970 Group 3 34.57 780 4.05 2.80 0.65 0.11 7.5 49.980 67.265 67.265 84.550 Group 4 34.71 780 4.05 2.80 065 0.11 75 50.120 67.475 67.475 84.830 Group 5 3493 780 405 280 065 011 75 50.340 67.805 67.805 85.270 Group 6 35.04 780 405 2.80 065 Oil 75 50.450 67.970 67.970 85.490 Group 7 3516 780 405 2.80 0.65 0.1 I 7.5 50.570 68.150 68.150 85.730 Group 8 35.33 780 4.05 2.80 0.65 0.1 I 7.5 50.740 68.405 68.405 86.070 Group 9 35.46 780 405 280 0.65 0.1 I 75 50.870 68.600 68.600 86.330 # Indicates an apprenticeable craft Rates for apprentices are available in the General Prevail ing Wage Apprentice Schedule . Includes an amount withheld for supplemental dues. b Rate applies to the first 4 overtime hours. All other daily overtime is paid at the Sunday rate , Rate applies to the first 12 hours worked. All other time is paid at the Sunday rate RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director of Industrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 ofthe Government Code. You may obtain the holiday provisions for the current detenninations on the Internet at hnv.://W\';'W,dir,ca,l1:ovIDLSRJPWD Holiday provisions for current or superseded detenninations may be obtained by contacting the Prevailing Wage Unit at (415) 703..4774 TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. Travel and/or subsistence requirements for each craft, classification or type of worker may be obtained from the Prevailing Wage Unit at (415) 703-4774. You may obtain the Travel and/or subsistence provisions for the current detenninations on the Internet at httn://W\';'W.diLca l1:ovIDLSRIPWD. Travel and/or subsistence provisions for current or superseded detenninations may be obtained by contacting the Prevailing Wage Unit at (415) 703-4774. CLASSIFICATIONS, Grouo 5 Bit Sharpener Equipment Greaser (Grease Truck) Instrumentman Slip Fonn Pump Operator (power driven hydraulic lifting device for concrete forms) Tugger Hoist Operator (I drum) Twmel Locomotive Operator (over 10 and up to and including 30 tons) Welder-General GrODn I Heavy Duty Repainnan Helper GroDn 2 Skiploader (wheel type up to 3/4 yd. without attachment) !im!u!.l Chainman Power-Driver Jumbo Form Setter Operator Groun 6 Backhoe Operator (up and including 3/4 yd.) Small Ford, Case or similar Drill Doctor Grouting Machine Operator Heading Shield Operator Heavy Duty Repainnan Jumbo Pipe Carrier Groun 4 Dinkey Locomotive or Motorman (up to and including 10 tons) Rodman Loader Operator (Athey, Euclid, Sierra and similar types) Mucking Machine Operator ( 1/4 yd rubber tired, rail or track type) Pneumatic Concrete Placing Machine Operator (Hackley-Presswellor similar type) Pneumatic Heading Shield (Tunnel) Pumpcrete Gun Operator Tractor Compressor Drill Combination Operator Tugger Hoist Operator (2 drum) Tunnel Locomotive Operator (over 30 tons) GrODO 7 Heavy Duty Repainnan-Welder Combination GrODO 8 Party Chief GroDo 9 Tunnel Mole Boring Machine Operator MISCELLANEOUS PROVISIONS, I. Operators on hoists with three drums shall receive fifteen cents (1St) per hour additional pay to the regular rate of pay The additional pay shall be added to the regular rate and become the base rate for the entire, shift 2 All heavy-duty repainnen and duty repairmen-welder combination shall receive hVenty-five cents (25t) per hour tool allowance in addition to their regular rate of pay and this shall become their base rate of pay 3. Employees required to suit up and work in a hazardous material environment, shall receive Two Dollars ($2,00) per hour in addition to their regular rate of pay, and that rate shall become the basic hourly rate of pay -IO-D-I- GENERAL PREY AILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART?, CHAPTER I, ARTICLE 2, SECTIONS 1770, 1773 ANO 17731 FOR COMMERCIAL BUILDING, HIGHWAY, HEA YY CONSTRUCTION AND DREDGING PROJECTS CRAFT: #BUlLDlNG/CONSTRUCTlON INSPECTOR AND FIELD SOILS AND MATERIAL TESTER DETERMINATION: SC-23-63-2-2006-ID ISSUE DATE: August 22, 2006 EXPIRATION DATE OF DETERMINATION: June 30, 2007. Effective until superseded by new determination issued by the Director of Industrial Relations. Contact the Division of Labor Statistics and Research at (415) 703.4774 for new rates after 10 days from the expiration date, if no subsequent determination is issued LOCALITY: All localities within Imperial, Ioyo, Kern, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Luis Obispo, Santa Barbara, and Ventura counties. Emo\over Payments Straight-Time Overtime Hourlv Rate CLASSIFICATION Basic Health Pension Vacation} Training Other Hours Total Daily Saturday Sunday / (Joumeyperson) Hourly and Holiday" Payments Hourly Holiday Rate Welfare Rale 11/2X II/2X 2X Group 1 $32.43 7.80 4.05 2.80 065 0.11 8 $4784 $64.055 $64.055 $80.27 Group 2 34.21 7.80 4.05 280 0.65 0.11 8 $49.62 $66.725 $66.725 $83.83 Group 3 36.21 780 4.05 2.80 0.65 0.11 8 $51.62 $69.725 $69.725 $87.83 # Indicates an apprenticeable craft. Rates for apprentices are available in the General Prevailing Wage Apprentice Schedules. "Includes an amount withheld for supplemental dues. b Rate applies to the first 4 overtime hours. All other daily overtime is paid at the Sunday rate. e Rate applies to the first 12 hours worked. All other time is paid at the Sunday rate. RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the proJect, which is on file with the Director of Industrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet at httn.llwww.dir.ca.~ovIDLSRlPWD Holiday provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703-4774. TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. You may obtain the Travel and/or subsistence provisions for the current determinations on the Internet at httnllwww.dir.calwvIDLSRIPWD. Travel and/or Subsistence provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703-4774 CLASSIFICATIONS: GROUP I Field Soils and Materials Tester Field Asphaltic Concrete (Soils and Materials Tester) Field Earthwork (Grading Excavation and Filling) GrOUD II A WS-CWI Welding Inspector Building / Construction Inspector Licensed Grading Inspector Reinforcing Steel Reinforced Concrete Pre-Tension Concrete Post-Tension Concrete Structural Steel and Welding Inspector Glue-Lam and truss Joints Truss-Type Joint Construction Shear Wall and Floor System used as diaphragms Concrete batch Plant Spray-Applied Fireproofing Structural masonry GrouDIlI Nondestructive Testing (NDT) toE GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELA nONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER I, ARTICLE 2, SECTIONS 1770, 1773 AND 1773 I FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS CRAFT: #BUILDlNG/CONSTRVCTJON INSPECTOR AND f'IELD SOILS AND MATERIAL TESTER (SPECIAL SHIFT) DETERMINATION: SC-23-63.2.2006.IDI ISSUE DATE: August 22, 2006 EXPIRATION DATE OF DETERMINATION: June 30. 2007* Effective until superseded by new determination issued by the Director of Industrial Relations Contact the Division of Labor Statistics and Research at (415) 703-4774 for new rates after 10 days from the expiration date, if no subsequent determination is issued LOCALITY: AJllocalities within Imperial, loyo, Kern, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Luis Obispo, Santa Barbara, and Ventura counties Emolover Payments Straillht-Time Overtime Hourlv Rate CLASSIF1CA nON Basic Health Pension Vacation! Training 00" Hours Total Daily (b) Saturday (c) Sunday! (Jowneyperson) Hourly and Holiday (a) Payments Hourly Holiday Rate Welfare Rate 1112X 1112X 2X Classification Groups Group I 32.93 780 405 280 0.65 0.11 8 48.34 64.805 64805 81.27 Group 2 34.71 7.80 405 2.80 0.65 OIl 8 50.12 67.475 67475 84.83 Group 3 3671 7.80 4.05 280 0.65 0.11 8 52.12 70.475 70.475 88.83 # Indicates an apprenticeable craft Rates for apprentices are available on the General Prevailing Wage Apprentice Schedules . Includes an amount withheld for supplemental dues b Rate applies to the first 4 overtime hours All other daily overtime is paid at the Sunday rate . Rate applies ~o the first 12 hours worked. All other time is paid at the Sunday rate RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director of Industrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code You may obtain the holiday provisions for the current detenninations on the Internet at hnn"//www dir ca.eovIDLSRlPWD. Holiday provisions for current or superseded detenninations may be obtained by contacting the Prevailing Wage Unit at (415) 703-4774 TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. You may obtain the Travel and/or subsistence provisions for the current detenninations on the Internet at htto:l/www,dir.cal!ovIDLSRIPWD Travel and/or Subsistence provisions for current or superseded detenninations may be obtained by contacting the Prevailing Wage Unit at (415) 703-4774. CLASSIFlCA nONS: GROUP I Field Soils and Materials Tester Field Asphaltic Concrete (Soils and Materials Tester) Field Earthwork (Grading Excavation and Filling GROUP II AWS-CWI Welding Inspector Building / Construction Inspector Licensed Grading Inspector Reinforcing Steel Reinforced Concrete Pre-Tension Concrete Post-Tension Concrete Structural Steel and Welding Inspector Glue-Lam and truss Joints Truss-Type Joint Construction Shear Wall and Floor System used as diaphragms . Concrete batch Plant Spray-Applied Fireproofing Structural masonry GROUP III Nondestructive Testing (NOT) IO-G GENERAL PREY AILING W AGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER I, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 FOR COMMERCIAL BUILDING. HIGHWAY. HEAVY CONSTRUCTION AND DREDGING PROJECTS CRAFT: #Bl!ILDlNG/CONSTRUCTION INSPECTOR AND FIELD SOILS AND MATERIAL TESTER (MUL TI.SHIFf) DETERMINATION: SC-23-63-2-2006-1D2 ISSUE DATE: August 22. 2006 EXPIRATION DATE OF DETERMINATION: June 30. 2007* Effective until superseded by new determination issued by the Director of Industrial Relations. Contact the Division of Labor Statistics and Research at (415) 703-4774 for new rates after 10 days from the expiration date, if no subsequent detennination is issued LOCALITY: All localities within Imperial, Inya, Kern, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Luis Obispo, Santa Barbara, and Ventura counties Emolover Payments Strail!ht~Time Overtime Hourlv Rate CLASSIFICATION Basic Health Pension Vacation! Training Other Hours Total Daily (b) Saturday (c) Sundayl (Joumeyperson) Hourly and Holiday (a) Payments Hourly Holiday Rate Welfare Rate 1112X III2X 2X Classification Groups Group 1 33.43 780 4.05 2.80 065 0.11 8 48.84 65.555 65.555 82.27 Group 2 3521 780 4.05 2.80 0.65 0.11 8 5062 68225 68.225 8583 Group 3 37.21 7.80 4.05 2.80 0.65 0.11 8 52.62 71.225 71.225 89.83 # Indicates an apprenticeable craft. Rates for apprentices are available on the General Prevailing Wage Apprentice Schedules . Includes an amount withheld for supplemental dues. b Rate applies to the first 4 overtime hours. All other daily overtime is paid at the Sunday rate. e Rate applies to the first 12 hours worked. All other time is paid at the Sunday rate RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director of Industrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code You may obtain the holiday provisions for the current determinations on the Internet at httn:l/www.d~r.ca.lZovIDLSRlPWD Holiday provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703-4774. TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. You may obtain the Travel and/or subsistence provisions for the current determinations on the Internet at http://www.air.calZovIDLSRIPWD. Travel and/or Subsistence provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703-4774. CLASSIFICA nONS: GROUP I Field Soils and Materials Tester Field Asphaltic Concrete (Soils and Materials Tester) Field Earthwork (Grading Excavation and Filling GROUP II A WS-CWI Welding Inspector Building / Construction Inspector Licensed Grading Inspector Reinforcing Steel Reinforced Concrete Pre-Tension Concrete Post-Tension Concrete Structural Steel and Welding Inspector Glue~Lam and truss Joints Truss-Type Joint Construction Shear Wall and Floor System used as diaphragms Concrete batch Plant Spray-Applied Fireproofing Structural masonry GROUP III Nondestructive Testing (NDT) IO-H GENERAL PREVAILING W AGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 FOR COMMERCIAL BUILDING, HIGHWA Y, HEAVY CONSTRUCTION AND DREDGING PROJECTS CRAFT: LANDFILL WORKER (OPERATING ENGINEER) DETERMINATION: SC-63-12-41-200I-1 ISSUE DATE: August 22, 2001 EXPIRATION DATE OF DETERMINATION: July 24, 2002* Effective until superseded by a new detennination issued by the Director of Industrial Relations. Contact the Division of Labor Statistics and Research at (415) 703-4774 for the new rates after 10 days from the expiration date, iroo subsequent determination is issued. LOCALITY: All localities within Imperial, loyo, Kern, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Diego, San Luis Obispo, Santa Barbara, and V cotuca Counties. Emolover Payments Straillht- Time Overtime Hourlv Rate CLASSIFICATION (Joumeyperson) Basic Hourly Rate Health and Welfarea Pension Vacation! Holiday Training Other Paymentsb Hours Total Hourly Rate Daily SaturdayC 1I/2X 11I2X Sunday/ Holiday 2X Mechanic Lead Equipment Operator $22.15 $4.21 $1.05 $l.78 $.06 $3.80 8 $33.05 $44.125 $44.125 $55.20 20.15 4.12 .95 1.61 .06 3.44 8 30.33 40.405 40.405 50.48 Lead Truck Driver/ Equipment Operator 19.15 4.07 .90 1.52 .06 3.26 8 28.96 38.535 38.535 48.11 Truck Driver- End Dump/Walking Floor/Low Bed 18.15 4.02 .85 1.44 .06 3.08 8 27.60 36.675 36.675 45.75 Truck Driver- Roll Offi'Transfer Station Loader OperatorlMaintenance/ FuelerlMechanic Helper 17.15 3.98 .80 1.35 .06 2.90 8 26.24 34.815 34.815 43.39 Scale House Load CheckerIWater Truck Driver/Parts Runner Laborer 16.15 3.93 .75 1.27 .06 2.72 8 24.88 32.955 32.955 41.03 IU5 9.15 3.70 3.61 .50 .40 .85 .68 .06 .06 1.81 1.45 8 8 18.07 15.35 23.645 19.925 23.645 19.925 29.22 24.50 . Includes an amount for Sick Leave. b Amount for employee stock ownership. C Rate applies to the sixth consecutive day of work. RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project. which is on file with the Director of Industrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet at httn://www.dir.ca.QovIDLSR/PWD. Holiday provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703-4774. TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9. contractors shall make travel and/or subsistence payments to each worker to execute the work. You may obtain the travel and/or subsistence provisions for the current determinations on the Internet at httn://www.dir.ca.QovIDLSR/PWD. Travel and/or subsistence requirements for each craft. classification or type of worker may be obtained from the Prevailing Wage Unit at (415) 703-4774. IOF GENERAL PREVAILING W AGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORN[A LABOR CODE PART 7, CHAPTER I, ARTICLE 2, SECTIONS [770, [773 AND [773.[ FOR COMMERC[AL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS CRAFT: LIGHT FIXTURE MAINTENANCE DETERMINATION: SC-61 -44 I -2-2007- [ ISSUE DATE: February 22, 2007 EXPIRATION DATE OF DETERMINATION: June 3, 2007** The rate to be paid for work perfonned after this date has been determined. If work will extend past this date, the new rate must be paid and should be incorporated in contracts entered into now. Contact the Division ofLa~or Statistics, and Research for specific rates at (415) 703~4774. LOCALITY: AU localities within Orange County. For other counties please contact the Division of Labor Statistics and Research prior to Bid Advertisement at (415) 703-4774. Emolover Payments Straie.ht-time Overtime Hourlv Rate CLASSIF[CA TION Basic Hea[th Pensiona Vacation/' Training Other Hours Total DailyC Saturday' Sunday! (Joumeyperson) Hourly and Holiday Payments Hourly Holiday Rate Welfare Rate I Y2X 1 Y2X 2X Maintenance Electrician $22.49 4.88 5.00 0.35 0.25 8 $33.64 $45.23 $45.23 $56.8[ Outdoor Lighting Technician $22.49 4.88 5.00 0.35 0.25 8 $33.64 $45.23 $45.23 $56.81 Serviceman Start $[ 1.71 2.00 0.75 0.35 0.25 8 $15.4[ $21.44 $21.44 $27.47 6 months $12.84 2.00 0.75 0.35 0.25 8 $16.58 $23.19 $23.19 $29.80 12 months $13.74 2.00 0.75 0.35 0.25 8 $17.50 $24.58 $24.58 $31.65 18 months $15.70 2.00 0.75 0.35 0.25 8 $19.52 $27.6[ $27.61 $35.69 24 months $[7.59 2.00 0.75 0.35 0.25 8 $21.47 $30.53 $30.53 $39.59 Fixture Cleanerd Start $8.08 2.00 0.75 0.35 0.25 8 $[ 1.67 $[5.83 $[5.83 $[9.99 3 months $8.79 2.00 0.75 0.35 0.25 8 $[2.40 $16.93 $[6.93 $21.46 9 months $IO.O[ 2.00 0.75 0.35 0.25 8 $[3.66 $[8.82 $[8.82 $23.97 12 months $11.9[ 2.00 0.75 0.35 0.25 8 $15.62 $21.75 $21.75 $27.88 a In addition an amount equal to 3% of the Basic Hourly Rate is added to the Total Hourly Rate and Overtime Hourly Rates for the National Employees Benefit Board. b VacationIHoliday pay is included in straight-time hourly rate. e Rate applies to the first four (4) daily overtime hours and first twelve (12) hours worked on Saturday, all other overtime is paid at the SundayfHoliday hourly rate. d An additional SO.95/hour when performing re-ballasting work. Applies to each time period of the Fixture Cleaner classification. Note: For second and third shift rates, please see pages 11-1 and 11-2. RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director of Industrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet at httn:/Iwww.dir.ca.Q:ov/DLSR/PWD. Holiday provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703-4774. TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and I 773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. You may obtain the travel and subsistence provisions for the current determinations on the Internet at www.dir.caiwv. Travel and/or subsistence requirements for the current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703-4774. II GENERAL PREVAILING WAGE DETERMINA nON MADE BY THE DIRECTOR OF INDUSTRIAL RELA nONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER I, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 FOR COMMERCIAL BUILDING. HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS CRA.'T: LIGHT FIXTURE MAINTENANCE (SECOND SHIFT) DETERMINATION: SC.61.441.2.2007.1 ISSUE DATE: February 22, 2007 EXPIRATION DATE OF DETERMINATION: June 3, 2007** The rate to be paid for work performed after this date has been determined. If work will extend past this date, the new rate must be paid and should be incorporated in contracts entered into now. Contact the Division of Labor Statistics and Research for specific rates at (415) 703-4774. LOCALITY: All localities within Orange County. For other counties please contact the Division of Labor Statistics and Research prior to Bid Advertisement at (415) 703.4774. Emolover Payments Strail!"ht-time Overtime Hourlv Rate CLASSIFICA nON Basic Health Pensiona Vacationlb Training Other Hours Total Daill Saturdal Sunday/ (Joumeyperson) Hourly and Holiday Payments Hourly Holiday Rate Welfare Rate 11/2X 11/2X 2X Maintenance Electrician $26.38 4.88 5.00 0.35 0.25 8 $37.65 $51.24 $45.23 $56.81 Outdoor Lighting Technician $26.38 4.88 5.00 0.35 0.25 8 $37.65 $51.24 $45.23 $56.81 Serviceman Start $13.74 2.00 0.75 0.35 0.25 8 $17.50 $24.58 $21.44 $27.47 6 months $15.06 2.00 0.75 0.35 0.25 8 $18.86 $26.62 $23.19 $29.80 12 months $16.12 2.00 0.75 0.35 0.25 8 $19.95 $28.26 $24.58 $31.65 18 months $18.42 2.00 0.75 0.35 0.25 8 $2232 $31.81 $27.61 $35.69 24 months $20.63 2.00 0.75 0.35 0.25 8 $24.60 $35.22 $30.53 $39.59 Fixture Cleanere Start $9.48 2.00 0.75 0.35 0.25 8 $13.11 $18.00 $15.83 $19.99 3 months $10.31 2.00 0.75 0.35 0.25 8 $13.97 $19.28 $16.93 $21.46 9 months $11.74 2.00 0.75 0.35 0.25 8 $15.44 $21.49 $18.82 $23.97 12 months $13.97 2.00 0.75 0.35 0.25 8 $17.74 $24.93 $21.75 $27.88 a In addition an amount equal to 3% of the Basic Hourly Rate is added to the Total Hourly Rate and Overtime Hourly Rates for the National Employees Benefit Board. bVacationIHoliday pay is included in straight-time hourly rate. "Rate applies to the first four (4) daily overtime hours. All other overtime is paid at the SundaylHoliday non-shift differential rate. d Rate applies to the first eight (8) hours of work performed on Saturday, based on the Saturday non-shift differential rate. For all hours in excess of the first eight hours of work performed on Saturday, use the SundaylHoliday non-shift differential hourly rate. e An additional SO.95/hour when performing re-ballasting work. Applies to each time period of the Fixture Cleaner classification. RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid. shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director ofIndustrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for thc current determinations on the Internet at hno://www.dir.ca.l!ov/DLSRlPWD. Holiday provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703.4774. TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.] and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. You may obtain the travel and subsistence provisions for the current determinations on the Internet at www.dir.ca.llov. Travel and/or subsistence requirements for the current or superseded detenninations may be obtained by contacting the Prevailing Wage Unit at (415) 703.4774. 11.1 GENERAL PREY AILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER I, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS CRAFT: LIGHT FIXTURE MAINTENANCE (THIRD SHIFT) DETERMINATION: SC-61-441-2-2007-1 ISSUE DATE: February 22, 2007 EXPIRATION DATE OF DETERMINATION: June 3, 2007.. The rate to be paid for work performed after this date has been determined. If work will extend past this date, the new rate must be paid and should be incorporated in contracts entered into now. Contact the Division of Labor Statistics and Research for specific rates at (415) 703-4774. LOCALITY: All localities within Orange County. For other counties please contact the Division of Labor Statistics and Research prior to Bid Advertisement at (415) 703-4774. Emolover Payments Straillht-time Overtime Hourlv Rate CLASSIFICATION Basic Health Pensiona Vacationf Training Other Hours Total DailyC Saturdayd Sundayl (Jowneyperson) Hourly and Holiday Payments Hourly Holiday Rate Welfare Rate 1 Y2X I Y2X 2X Maintenance Electrician $29.55 4.88 5.00 0.35 0.25 8 $40.92 $56.13 $45.23 $56.81 Outdoor Lighting Technician $29.55 4.88 5.00 0.35 0.25 8 $40.92 $56.13 $45.23 $56.81 Serviceman Start $15.39 2.00 0.75 0.35 0.25 8 $19.20 $27.13 $21.44 $27.47 6 months $16.87 2.00 0.75 0.35 0.25 8 $20.73 $29.41 $23.19 $29.80 12 months $18.05 2.00 0.75 0.35 0.25 8 $21.94 $31.24 $24.58 $31.65 18 months $20.63 2.00 0.75 0.35 0.25 8 $24.60 $35.22 $27.61 $35.69 24 months $23.1 I 2.00 0.75 0.35 0.25 8 $27.15 $39.05 $30.53 $39.59 Fixture Cleanere Start $10.62 2.00 0.75 0.35 0.25 8 $14.29 $19.76 $15.83 $19.99 3 months $11.55 2.00 0.75 0.35 0.25 8 $15.25 $21.19 $16.93 $21.46 . 9 months $13.15 2.00 0.75 0.35 0.25 8 $16.89 $23.67 $18.82 $23.97 12 months $15.65 2.00 0.75 0.35 0.25 8 $19.47 $27.53 $21.75 $27.88 .. In addition an amount equal to 3% of the Basic Hourly Rate is added to the Total Hourly Rate and Overtime Hourly Rates for the National Employees Benefit Board. b VacationIHoliday pay is included in straight-time hourly rate. e Rate applies to the first four (4) daily overtime hours. All other overtime is paid at the SundaylHoliday non-shift differential hourly rate. d Rate applies to the first eight (8) hours of work perfonned on Saturday, based on the Saturday non-shift differential rate. For all hours in excess of the first eight hours ofwark perfonned on Saturday, use the SundaylHoliday non-shift differential hourly rate. e An additional SO.95/hour when perfonning re-ballasting work. Applies to each time period of the Fixture Cleaner classification. RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, y.rhich is on file with the Director of Industrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current detenninations on the Internet at httD://www.dir.ca.l?ov/DLSRlPWD. Holiday provisions for current or superseded detenninations may be obtained by contacting the Prevailing Wage Unit at (415) 703-4774. TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. You may obtain the travel and subsistence provisions for the current detenninations on the Internet at www.dir.ca.l!ov. Travel and/or subsistence requirements for the current or superseded detenninations may be obtained by contacting the Prevailing Wage Unit at (415) 703-4774. 11-2 GENERAL PREY AILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER I, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS CRAFT: LIGHT FIXTURE MAINTENANCE DETERMINATION: SC-61-569-20-2007-1 ISSUE DATE: February 22, 2007 EXPIRATION DATE OF DETERi\1INA TION: December 31, 2007* Effective until superseded by a new determination issued by the Director of Industrial Relations. Contact the Division of Labor Statistics and Research at (415) 703-4774 for the new rates after 10 days from the expiration date, if no subsequent determination is issued. LOCALITY; All localities within Imperial and San Diego counties. For other counties please contact the Division of Labor Statistics and Research prior to Bid Advertisement at (415) 703-4774. Emolover Payments Strail!ht- Time Overtime CLASSIFICA nON Basic Health Vacation Total Daily Sixth Seventh (Joumeyperson) Hourly and and Hourly Day Day Rate Welfare Pension Holiday Training Hours Rate 11/2X 11/2X 2X Fixture Cleaner 0- 15 months 7.57 1.04 .02 .41' 8 9.04 12.825 12.825 16.61 15 months 7.94 1.04 .02 .43' 8 9.43 13.40 13.40 17.37 18 months 8.31 1.04 .02 .45' 8 9.82 13.975 13.975 18.13 21 months 8.68 1.04 .02 .47' 8 10.21 14.55 14.55 18.89 24 months 9.04 1.04 .02 .66' 8 1O.76b 15.28b 15.28b 19.80b Serviceman Start 9.59 1.04 .02 .52' 8 11.17 15.965 15.965 20.76 3 months 9.89 1.04 .02 .53' 8 11.48 16.425 16.425 21.37 6 months 10.19 1.04 .02 .55' 8 11.80 16.895 16.895 21.99 9 months 10.49 1.04 .02 .56' 8 12.11 17.355 17.355 22.60 12 months 10.79 1.04 .02 .58' 8 12.43 17.825 17.825 23.22 I 5 months 11.09 1.04 .02 .60' 8 12.75 18.295 18.295 23.84 18 months 11.39 1.04 .02 .61' 8 13.06 18.755 18.755 24.45 2 I months 11.69 1.04 .02 .63' 8 13.38 19.225 19.225 25.07 24 months 11.96 1.04 .02 .87' 8 13.89b 19.87b 19.87b 25.85b IHoliday pay is based upon nine paid holidays. The Vacation pay is based upon the following: One week after one year of service, two weeks after two years of service, three weeks after 10 years of service. b Reflects Vacation /Holiday rate for more than two years of service. Does not reflect rates for 10 or more years of service as required in footnote "a", RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director ofIndustrial Relations. If the prevailing rate. is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet at htto:/lwww.dir.ca.l!ov/DLSR/PWD. Holiday provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703-4774. TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. Travel and/or subsistence requirements for each craft, classification or type of worker may be obtained from the Prevailing Wage Unit at (415) 703-4774. IIA GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER I, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 FOR COMMERCIAL BUILDING, HIGHW A Y, HEAVY CONSTRUCTION AND DREDGING PROJECTS CRAFT: LIGHT FIXTURE MAINTENANCE DETERMINATION: SC-830-61-1-2000-1 ISSUE DATE: February 22, 2000 EXPIRATION DATE OF DETERMINATION: April I ,2000. Effective until superseded by a new determination issued by the Director oflndustrial Relatioos. Contact the Division of Labor Statistics and Research at (415) 703-4774 for the new rates after 10 days from the expiration date, if no subsequent determination is issued. . LOCALITY: All localities within Riverside county. For other counties please contact the Division of Labor Statistics and Research prior to Bid Advertisement at (415) 703-4774. Emolover Payments Straieht- Time Overtime Hourlv Rate CLASSIFICATION Basic Health Pension Vacation Training Hours Total Daily Saturday Holiday Hourly and and Hourly & Sunday Rate Welfare Holiday Rate I J/2X IJ/2X 2X Lighting Maintenance Service Person $11.00 .29 .34 8 11.63 17.13 17.13 22.63 DETERMINATION: SC-830-61-2-200Q-l ISSUE DATE: February 22, 2000 EXPIRATION DATE OF DETERMINATION: April I, 2000. Effective until superseded by a new determination issued by the Director oflndustrial Relations. Contact the Division of Labor Statistics and Research at (415) 703-4774 for the new rates after 10 days from the expiration date, if no subsequent determination is issued. LOCALITY: All localities within San Bernardino county. For other counties please contact the Division of Labor Statistics and Research prior to Bid Advertisement at (415) 703-4774. Emolover Payments Straieht- Time Overtime Hourlv Rate CLASSIFICATION Basic Health Pension Vacation Training Hours Total Daily Sunday Hourly and and Hourly Holiday Rate Welfare Holiday Rate I J/2X 1112X Lighting Maintenance Service Person $13.56 2.43 .39 .50 8 16.88 23.66 23.66 RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director ofIndustrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 oflhe Government Code. You may obtain the holiday provisions for the current determinations on the Internet at htto://www.dir.ca.eov/DLSRlPWD. Holiday provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703- 4774. TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. Travel and/or subsistence requirements for each craft, classification or type of worker may be obtained from the Prevailing Wage Unit at (415) 703-4774. liB GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER I, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS CRAFT: FIRE SAFETY AND MISCELLANEOUS SEALING DETERMINATION: SC-3-5-4-2006-1 ISSUE DATE: August 22,2006 EXPIRATION DATE OF DETERMINATION: June 30, 2007. Effective until superseded by a new determination issued by the Director of Industrial Relations. Contact the Division of Labor Statistics and Research (415) 703-4774 for the new rates after to days from the expiration date, ifoo subsequent determination is issued. LOCALITY: All localities within Imperial, Inyo, Kern, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Diego, San Luis Obispo, Santa Barbara, and Ventura counties. Emnlover Payments Straii!ht-Time Overtime Hourlv Rate CLASSIFICATION Basic Healtlt Pension Vacation/ Other Hours Total Dailya Saturdayi Sunday (JOURNEYPERSON) Hourly and Holiday Hourly and Rated Welfareb Rate 11/2X 11/2X Holiday ASBESTOS WORKER Fire Safety Technician - Class I e (0-2000 hrs) $11.95 $5.17 $4.46 $0.90 8 $22.48 $28.46 $28.46 $34.43 Fire Safety Technician - Class II e (2001-4000 hrs) S16.75 $5.17 $4.46 $1.26 8 $27.64 $36.02 S36.02 S44.39 Fire Safety Technician - Class me (4001-6000 hrs) $17.68 $5.17 S4.46 $1.33 8 $28.64 $37.48 S37.48 $46.32 Fire Safety Technician. Class lye (6001 or more Itrs) $20.31 $5.17 $4.46 $1.53 8 $31.47 $41.63 $41.63 $51.78 DETERMINATION: SC-204-X-18-2006-1 ISSUE DATE: August 22, 2006 EXPIRATION DATE OF DETERMINATION: June 30, 2007* Effective until superseded by a new determination issued by the Director oflndustrial Relations. Contact the Division of Labor Statistics and Research (415) 703-4774 for the new rates after 10 days from the expiration date, ifno sub~equent determination is issued. LOCALITY: AU localities within Imperial, Inyo, Kern, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Diego, San Luis Obispo, Santa Barb~ and Yentura counties. PLUMBER Fire Safety Technician - Class I e (0 -2000 hrs) $12.67 $5.27 $3.44 $1.00 SO.IO 8 $22.48 $28.82 $28.82 S35.15 Fire Safety Technician - Class II e (2001-4000 hrs) S17.33 $5.27 $3.44 $1.50 $0.10 8 $27.64 $36.31 $36.31 $44.97 Fire Safety Technician - Class IUC (4001-6000 hrs) S18.33 S5.27 S3.44 SI.50 SO. 10 8 S28.64 S37.81 S37.81 S46.97 Fire Safety Technician - Class lye (6001 or more hrs) $20.16 $5.27 S3.44 S2.50 SO. 10 8 $31.47 $41.55 $41.55 S51.63 b Rate applies to the first 4 daily overtime hours and the first 12 hours worked on Saturday. All other overtime is at the Sunday & Holiday rate. Includes an amount for Occupational Health and Research (Applies to Asbestos Worker classifications only). The 1st man on ajob site shall be a Class IY Fire Safety Technician. A Class IY must be on ajob site at all times. Includes an amount per hour worked for Administrative Dues. d RECOGNIZED lIOLIDA YS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director of Industrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet at htto:/Iwww.dir.ca2ovIDLSR/PWD. Holiday provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703-4774. lRA VEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9. contractors shall ~ake travel and/or subsistence payments to each worker to execute the work. Travel and/or subsistence requirements for each craft, classification or type of worker may be obtained from the Prevailing Wage Unit at (415) 703-4774. IIC GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS CRAFT: FIRE SAFETY AND MISCELLANEOUS SEALING (SHIFT) DETERMINATION: SC-3-5-4-2006-1 ISSUE DATE: August 22, 2006 EXPIRATION DATE OF DETER~.1JNA TION: June 30, 2007. Effective until superseded by a new detennination issued by the Director of Industrial Relations. Contact the Division of Labor Statistics and Research (415) 703-4774 for the new rates after 10 days from the expiration date, ifoo subsequent, detennination is issued. LOCALITY: All localities within Imperial, loyo, Kern, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Diego, San Luis Obispo, Santa Barbara, and Ventura counties. Emnlover Payments Straieht. Time Overtime Hourlv Rate CLASSIFICATION Basic Health Pension Vacationl Other Hours Total Dailya Saturdaya Sunday (JOURNEYPERSON) Hourly and Holida)' Hourly and Rated Welfareb Rate 11/2X 11/2X Holiday ASBESTOS WORKER Fire Safety Technician - Class I e (0-2000 hrs) $12.55 $5.17 $4.46 $0.90 8 $23.08 $29.36 $29.36 $35.63 Fire Safety Technician - Class II e (2001-4000 hrs) $17.59 $5.17 $4.46 $1.26 8 $28.48 $37.28 $37.28 $46.07 Fire Safety Technician - Class me (4001-6000 hrs) $18.56 $5.17 $4.46 $1.33 8 $29.52 $38.80 $38.80 $48.08 Fire Safety Technician - Class lye (6001 or more hrs) $21.33 $5.17 $4.46 $1.53 8 $32.49 $43.16 $43.16 $53.82 DETERMINATION: SC-204-X-18-2006-1 ISSUE DATE: August 22,2006 EXPIRATION DATE OF DETERMINATION: June 30, 2007* Effective until superseded by a new determination issued by the Director of Industria! Relations. Contact the Division of Labor Statistics and Research (415) 703-4774 for the new rates after 10 days from the expiration date, ifno subsequent determination is issued. LOCALITY: All localities within Imperial, Inyo, Kern, Los Angeles, Mono, Orange. Riverside, San Bernardino, San Diego, San Luis Obispo, Santa Barbara, and Ventura counties. PLUMBER Fire Safety Technician. Class I e (0 -2000 hrs) $13.30 $5.27 $3.44 $1.00 $0.10 8 $23.11 $29.76 $29.76 $36.4 I Fire Safety Technician - Class II e (2001-4000 hrs) $18.20 $5.27 $3.44 $1.50 $0.10 8 $28.51 $37.61 $37.61 $46.71 Fire Safety Technician - Class me (4001-6000 hrs) $19.25 $5.27 $3.44 $1.50 $0.10 8 $29.56 $39.19 $39.19 $48.8t Fire Safety Technician - Class lye (6001 or more hrs) $21.17 $5.27 $3.44 $2.50 $0.10 8 $32.48 $43.07 $43.07 $53.65 Rate applies to the first 4 daily overtime hours and the first 12 hours worked on Saturday. All other overtime is at the Sunday & Holiday rate. Includes an amount for Occupational Health and Research (Applies to Asbestos Worker classifications only). The 1st man on ajob site shall be a Class IY Fire Safety Technician. A Class IY must be on ajob site at all times. Includes an amount per hour worked for Administrative Dues. d RECOGNIZED MOLIDA YS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the col.lective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director ofIndustrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current detenninations on the Internet at hnn:/lwww.dir.ca.20vIDLSR/PWD. Holiday provisions for current or superseded detenninations may be obtained by contacting the Prevailing Wage Unit at (415) 703-4774. TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel andlor subsistence payments to each worker to execute the work. Travel and/or subsistence requirements for each craft, classification or type of worker may be obtained from the Prevailing Wage Unit at (415) 703-4774. lID GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER I, ARTICLE 2. SECTIONS 1770. 1773 AND 1773.1 FOR COMMERCIAL BUILDING. HIGHW A Y. HEAVY CONSTRUCTION AND DREDGING PROJECTS CRAFT: # BOILERMAKER (FOR PIPELINES) DETERMINATION: SC-14-X-9-2004-1 ISSUE DATE: February 22, 2004 EXPIRATION DATE OF DETERMINATION: June 30, 2004* Effective until superseded by new detennination issued by the Director of Industrial Relations. Contact the Division of Labor Statistics and Research at (415) 703-4774 for new rates after 10 days from the expiration date, if no subsequent determination is issued. LOCALITY: All localities within Imperial, Inyo, Kern, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Diego, San Luis Obispo, Santa Barbara, and V cotura counties. Emplover Payments Strai.ht- Time Overtime Hourlv Rate CLASSIFICATION Basic Health Pensionb Vacation/ Training Other Hours Total Daily Saturday Sunday/ (Journeyperson) Hourly and Holiday Payments Hourly Holiday Rate Welfare Rate 11/2X 11/2X 2X Boilennaker/ Boilennaker Welder $28.3 I $5.77 $7.50 a $0.50 $0.24 8 $42.32 $56.475 $56.475 $70.63 # Indicates an apprenticeable craft. Rates for apprentices are available in the General Prevailing Wage Apprentice Schedules. . Included in the Basic Hourly Rate. b . Includes an amount for AnnUity Trust Fund. RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director ofIndustrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet at htto:/lwww.dir.ca.llovIDLSRlPWD. Holiday provisions for current or superseded detenninations may be obtained by contacting the Prevailing Wage Unit at (415) 703- 4774. TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. Yau may obtain the travel and/or subsistence provisions for the current determinations on the Internet at hnn://www.dir.ca.lZov/DLSRlPWD. Travel and/or subsistence requirements for each craft, classification or type of worker may be obtained from the Prevailing Wage Unit at (415) 703-4774. 12-A GENERAL PREY AILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER I, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 FOR COMMERCIAL BUILDING, HIGHWAY, HEA YY CONSTRUCTION AND DREDGING PROJECTS CRAFT: #LABORER AND RELATED CLASSIFICATIONS DETERMINATION: SC-23-102-2-2006-2 ISSUE DATE: August 22, 2006 EXPIRATION DATE OF DETERMINATION: June 30, 2007** The rate to be paid for work perfonned after this date has been detennined. Ifwork will extend past this date, the new rate must be paid and should be incorporated in contracts entered into now. Contact the Division of Labor Statistics and Research for specific rates at (415) 703-4774. LOCALITY: All localities within Imperial, Inyo, Kern, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Luis Obispo, Santa Barbara, and Ventura counties. Emolover Payments Strailzht- Time Overtime Hourly Rates Classification a Basic Health Pension Vacationl Training Other Hours Total Dail/ Saturday be Sunday (Joumeyperson) Hourly and and Payment Hourly and Rate Welfare Holidal Rate 11/2X 11/2X Holiday CLASSIFICATION GROUPS Group I $22.84 4.16 5.25 3.16 0.47 0.27 8 36.15 47.57 47.57 58.99 Group 2 23.39 4.16 5.25 3.16 0.47 0.27 8 36.70 48.395 48.395 60.09 Group 3 23.94 4.16 5.25 3.16 0.47 0.27 8 37.25 49.22 49.22 61.19 Group 4 25.49 4.16 5.25 3.16 0.47 0.27 8 38.80 51.545 51.545 64.29 Group 5 25.84 4.16 5.25 3.16 0.47 0.27 8 39.15 52.07 52.07 64.99 #Indicates an apprenticeable craft. Rates for apprentices are availahle in the General Prevailing Wage Apprenticeship Schedules. a For classification within each group, see page 14. . b Any hours worked over 12 hours in a single workday are double (2) time. C Saturdays in the same work week may be worked at straight-time if job is shut down during work week due to inclement weather or similar Act of God, or a situation beyond the employers control. d Includes an amount per hour worked for supplemental dues RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director of Industrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current detenninations on the Internet at httn://www.dir.ca.lwvIDLSRlPWD. Holiday provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703-4774. TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.\ and 1773.9, contractors shall make travel andlor subsistence payments to each worker to execute the work. You may obtain the travel andlor subsistence provisions for the current determinations on the Internet at htlD://www.dir.ca.gov/DLSR/PWD. Travel and/or subsistence requirements for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703-4774. 13 DETERMINATION: SC-23-I02-2-2006-2 CLASSIFICATION GROUPS GROUP] Boring Machine Helper (Outside) Cleaning and Handling afPanel Forms Concrete Screeding for Rough Strike-Off Concrete, Water Curing Demolition Laborer, the cleaning of brick if performed by an employee performing any other phase of demolition work, and the cleaning of lumber Fiberoptic Installation, Blowing, Splicing, and Testing Technician on public right.of- way only Fire Watcher, Limbers, Brush Loaders, Pilers and Debris Handlers Flagman Gas, Oil andfor Water Pipeline Laborer Laborer, General or Construction Laborer, General Cleanup Laborer, Jetting Laborer. Temporary Water and Air Lines Plugging, Filling ofShee-Bolt Holes; Dry Packing of concrete and Patching Post Hole Digger (Manual) Railroad Maintenance, Repair Trackman and Road Beds; Streetcar and Railroad Construction Track laborers Rigging and Signaling Scaler Slip Form Raisers Tarman and Mortar Man Tool Crib or Tool House laborer Traffic Control by any method Water Well Driller Helper Window Cleaner Wire Mesh Pulling - All Concrete Pouring Operations GROUP 2 Asphalt Shoveler Cement Dumper (on I yard or larger mixer and handling bulk cement) Cesspool Digger and Installer Chucktender Chute Man., pouring concrete. the handling of the chute from readymix trucks, such as walls. slabs, decks, floors. foundations, footings, curbs. gutters and sidewalks Concrete Curer-Impervious Membrane and Form Oiler Cutting Torch Operator (Demolition) Fine Grader. Highways and Street Paving, Airport, Runways. and similar type heavy construction Gas. Oil and/or Water Pipeline Wrapper-Pot Tender and Form Man Guinea Chaser Headerboard Man.Asphalt Installation of all Asphalt Overlay Fabric and Materials used for Reinforcing Asphalt Laborer, Packing Rod Steel and Pans Membrane Vapor Barrier Installer Power Broom Sweepers (small) Riprap Stonepaver, placing stone or wet sacked concrete Roto Scraper and Tiller Sandblaster (Pot Tender) Septic Tank Digger and InstaJler (Ieadman) Tank Scaler and Cleaner Tree Climber, Faller, Chain Saw Operator, Pittsburgh Chipper and similar type Brush Shredders Underground Laborer. including Caisson Bellower GROUP 3 Buggymobile Man Compactor (all types including Tampers, Barko, Wacker) Concrete Cutting Torch Concrete Pile Cutter Driller, Jackhammer, 2 1/2 ft. drill steel or longer Dri Pak-it Machine Gas, Oil and/or Water Pipeline Wrapper - 6-inch pipe and over by any method, inside and out High Scaler (including drilling of same) Impact Wrench, Multi-Plate Kettlemen, Potmen and Men applying asphalt, lay-kold, creosote, lime caustic and similar type materials Laborer, Fence Builder Material Hoseman (Walls, Slabs, Floors and Decks) Operators of Pneumatic, Gas, Electric Tools, Vibrating Machines, Pavement Breakers, Air Blasting, Come-Alongs, and similar mechanical tools not separately classified herein; operation of remote controlled robotic tools in connection with laborers work Pipelayer's backup man., coating, grouting, making of joints, sealing, caulking, diapering and including rubber gasket joints, pointing and any and all other services Power Post Hole Digger Rock Slinger Rotary Scarifier or Multiple Head Concrete Chipping Scarifier Steel Headerooard Man and Guideline Setter Trenching Machine, Hand Propelled GROUP 4 Any Worker Exposed to Raw Sewage Asphalt Raker, Luteman, Ironer, Asphalt Dumpman, and Asphalt Spreader Boxes (all types) Concrete Core Cutter (walls, floors or ceilings), Grinder or Sander Concrete Saw Man, Cutting Walls or Flat Work. Scoring old or new concrete Cribber, Shorer, Lagging, Sheeting and Trench Bracing, Hand.Guided Lagging Hammer Head Rock Slinger laborer. Asphalt-Rubber Distributor Bootman laser Beam in connection with laborer's work Oversize Concrete Vibrator Operator. 70 pounds and over Pipelayer Prefabricated Manhole Installer Sandblaster (Nozzleman), Water Blasting, Porta Shot.Blast Traffic Lane Closure, certified GROUPS Blasters Powderman Driller Toxic Waste Removal Welding. certified or otherwise in connection with Laborers' work 14 GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER I, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS CRAFT: TUNNEL WORKER (LABORER) DETERMINATION: SC-23-102-12-2007-1 ISSUE DATE: February 22, 2007 EXPIRATION DATE OF DETERMINATION: June 30, 2007" The rale 10 be paid for work perfonned after this date has been delennined. If work will extend past this date, the new rate must be paid and should be incorporated in contracts into now. Contact the Division of Labor Statistics and Research al (415) 703-4774. LOCALITY: AU localities within Imperial, loyo, Kern, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Luis Obispo, Santa Barbara, and V cotura Counties. Emolover Payments StraiQht- Time Overtime Hourlv Rate Classification Basic Health Pension VaeationJ Training Other Hours Total Daily Saturday Sunday (Joumeyperson) Hourly and Holiday Payments Hourly and Rate Welfare Rate 11/2X' 11l2Xc Holiday Group I S27.00 S4.16 S5.25 '$3.35 S.57 SO.17 8 S40.50 S54.00 S54.00 S67.50 Group It S27.32 S4.16 S5.25 '3.35 S.57 SO.17 8 S 40.82 S54.48 S54.48 S68.14 Group III S27.78 S4.16 S5.25 '3.35 S.57 SO.17 8 S41.28 S55.17 S55.17 S69.06 . Group IVb S28.47 S4.16 S5.25 '3.35 S.57 SO. 17 8 S41.97 S56.205 S56.205 S70.44 . Includes an amount per hour worked for supplemental dues. b The classification "Shaft and Raise Work" shall be applicable to all work from the entrance to the shaft or raise and including surge chambers. This classification shall apply to all work involving surge chambers up to ground level. C All work perfonned over 12 hours in a single work day shall be paid for at double time (2x). CLASSIFICATIONS Croun] Batch Plant Laborer Changehouseman Durnpman Outside Dumpman Loading and Unloading Agitator Cars Nipper Pot Tender using mastic or other materials Rollover Durnpman Sholerel. Man (helper) Swamper (Brakeman and Switchman on tunnel work) Tool Man Tunnel Materials Handling Man Croun II Bull Gang Mucker Trackman Chemical Grout Jetman Chucktender Cabletender Concrete crew~include Rodders and Spreaders Grout Mixennan Grout Pumpman Operating of Trowling and/or Grouting Machines Vibratonnan Jack Hammer Pneumatic Tools (except driller) Croun III Blaster Driller Powdennan Cheny Pickennan Grout Gunman Jackleg Miner Jumbo Man Kemper and other Pneumatic Concrete Placer Operator Miner - Tunnel (hand or machine) Micro-Tunneling, Micro-Tunneling Systems Nozzleman Powdennan-Primer House Primer Man Sandblaster Segment Erector Steel Fonn Raiser and Setter Timbennan, Retimberman, wood or steel Tunnel Concrete Finisher Croun IV Shaft and Raise Workb Diamond Driller RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director of Industrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shaH be as provided in Section 6700 of the Government Code_ You may obtain the holiday provisions for the current determinations on the Internet at htto"llwww dir ca_e:ovIDLSR/PW:O Holiday provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703-4774 TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773_1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work_ You may obtain the travel and/or subsistence provisions for the current determinations on the Internet at http://VwWW_diLca.e:ovIDLSRIPWD Travel and/or subsistence requirements for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703-4774 15 GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER I, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS CRAFT: GUNITE WORKER (LABORER) DETERMINATION: SC-I 02-345-1-2007- I ISSUE DATE: February 22, 2007 EXPIRATION DATE OF DETERMINATION: June 30, 2007** The rate to be paid for work performed after this date has been determined. If work will extend past this date, the new rate must be paid and should be incorporated in contracts entered into now. Contact the Division of Labor Statistics and Research for specific rates at (415) 703-4774. LOCALITY: All localities within Imperial, Inyo, Kern, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Luis Obispo, Santa Barbara, and Ventura counties. Emplover Payments Strail!ht- Time Overtime Hourlv Rate Classification Basic Health Pension Vacation Other Hours Total Daily Saturday' Sunday (Journeyperson) Hourly and and Payments Hourly and Rate Welfare Holiday Rate I 1I2Xb 2X 11/2X' 2X Holiday Ground Wire Man, Nozzleman, Rodman $25.69' 4.15 8.70 ' 3.62 0.03 8 42.19 55.035 67.88 55.035 67.88 67.88 Gunman 24.74' 4.15 8.70 ' 3.62 0.03 8 41.24 53.61 65.98 53.61 65.98 65.98 Reboundman 21.20' 4.15 8.70 ' 3.62 0.03 8 37.70 48.30 58.90 48.30 58.90 58.90 Entry-Level Gunite Worker Step I' (0-1000 hours) 14.95' 0.00 3.45 ' 3.62 0.03 8 22.05 29.525 37.00 29.525 37.00 37.00 Entry-Level Gunite Worker Step 2' (1001- 2000 hours) 16.95' 0.00 3.45 '3.62 0.03 8 24.05 32.525 41.00 32.525 41.00 41.00 I Includes an amount per hour worked for Supplemental Dues. b Rate applies to the first 3 overtime hours. , Rate applies to the first I I overtime hours. 'Employees working from a Bos'n's Chair or suspended from a rope or cable shall receive $OAO/hour above this rate. 'Ratio is one Entry- Level Gunite Worker for the I" 4 Journeymen (although the Entry-Level Gunite Worker may be the 20' worker on the job) and I Entry-Level Gunite Worker for every 4 Journeymen thereafter (the Entry-Level Gunite Worker may not be on the job until after all 4 Journeymen are on the job). f In the event it is not reasonably possible to complete forty (40) hours of work on an eight (8) hour day shift, Monday through Friday, then the balance of the forty (40) hours may be worked on Saturday at the straight time rate. RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director of Industrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet at hllD://www.dir.ca..ov/DLSR/PWD. Holiday provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703-4774. TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. You may obtain the travel and/or subsistence provisions for the current determinations on the Internet at htto://www.dir.ca.2ov/DLSR/PWD. Travel and/or subsistence requirements for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703-4774. 16 GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELA TlONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER I, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS CRAFT: HOUSEMOVER (LABORER) DETERMINATION: SC-102-507-1-2000-1 ISSUE DATE: February 22, 2000 EXPIRATION DATE OF DETERMINATION: April 1, 2000. Effective until superseded by a new determination issued by the Director ofIndustrial Relations. Contact the Division of Labor Statistics and Research (415) 703-4774 for the new rates after 10 days from the expiration date, if no subsequent determination is issued. LOCALITY: All localities within Imperial, Inyo, Kern, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Luis Obispo, Santa Barbara and V cotuea Counties Emolover Payments Strai.ht- Time Overtime Hourlv Rates Classification Basic Health Pension Vaeation! Hours Total Daily Saturdayb Sunday (Journeyperson) Hourly and Holiday Hourly and Rate Welfare Rate 1 1I2X 1 1I2X Holiday Housemover $15.37 $4.00 $3.14 '$1.05 8 $23.56 $31.245 $31.245 $38.93 Yard Maintenance Wocker 15.12 4.00 3.14 ' 1.05 8 23.31 30.87 30.87 38.43 Trainee 0 - 3 Months 7.87 4.00 3.14 '1.05 8 16.06 19.995 19.995 23.93 3 - 6 Months 8.22 4.00 3.14 '1.05 8 16.41 20.52 20.52 24.63 6 - 9 Months 8.57 4.00 3.14 '1.05 8 16.76 21.045 21.045 25.33 9 - 12 Months 8.92 4.00 3.14 '1.05 8 17.11 21.57 21.57 26.03 12 - 15 Months 9.27 4.00 3.14 '1.05 8 17.46 22.095 22.095 26.73 15 - 18 Months 9.62 4.00 3.14 ' 1.05 8 17.81 22.62 22.62 27.43 18 - 21 Months 9.97 4.00 3.14 '1.05 8 18.16 23.145 23.145 28.13 21 - 24 Months 10.32 4.00 3.14 ' 1.05 8 18.51 23.67 23.67 28.83 a Includes an amount per hour worked for supplemental dues. b Saturdays in the same work week may be worked at straight-time if job is shut down during the normal workweek due to inclement weather. RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director ofIndustrial Relations. (fthe prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet at htto:/Iwww.dir.ca..ov/DLSRlPWD. Holiday provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703- 4774. TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. Travel and/or subsistence requirements for each craft, classification or type of worker may be obtained from the Prevailing Wage Unit at (415) 703-4774. 17 STATE OF CALIFORNIA DEPARTMENT OF INDUSTRIAL RELATIONS Office of the Director 455 Golden Gate Avenue, 10th Floor San Francisco, CA 94102 Arnold Schwarzenegger, Governor MAILING ADDRESS, P. O. Box 420603 San Francisco, CA 94142-0603 @ August 22, 2006 NOTICE REGARDING ADVISORY SCOPE OF WORK FOR THE SOUTHERN CALIFORNIA AND SAN DIEGO LANDSCAPEIIRRIGATION LABORERtfENDERS' GENERAL PREVAILING WAGE DETERMINATIONS The classifications and types of work listed below,.as identified in the Laborers' 2003-2008 Landscape Master Agreement by and between the Southern California District Council of Laborers and California Landscape and Irrigation Council, Inc., have not been published or recognized by the Department of Industrial Relations in the August 22, 2006 issuance of the Southern California and San Diego Landscape/Irrigation Laborer/Tenders' general determinations, SC-I02-X-14-2006-1 and SD-102-X-14-2006-1. The rates associated with these unrecognized classifications and types of work SHALL NOT be applied or used on public works projects for the associated type of work. . The following classifications and types of work have not been adopted for public works projects: Classifications . Landscape/Irrigation Equipment Operator . Landscape/Irrigation Truck Driver Types of Work . The operation of horizontal directional drills, including operation of drill and electronic tracking device (locator) and related work. . Installation and cutting of pavers and paving stones. . Operation of pilot trucks. . "The operation of all landscape/irrigation equipment and landscape/irrigation trucks. " This shall include all of the classifications listed in the prevailing wage determinations for Landscape Operating Engineer (SC-63-12-33-2006-1), Operating Engineers (SC-23-63-2-2006-2 and SD-23-63-3-2005-1), and Teamster (SC-23-261-2-2005-l and SD-23-261-3-2006-1) in all the Southern California counties, including San Diego County. GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER I, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS CRAFT: #LANDSCAPEIIRRIGA T10N LABORERffENDER DETERMINATION: SC-I 02-X-14-2006- I ISSUE DATE: August 22, 2006 EXPIRATION DATE OF DETERMINATION: July 31, 2007" The rate to be paid for work perfonned after this date has been detennined. If work will extend past this date, the new rate must be paid and should be incorporated in contracts entered into now. Contact the Division of Labor Statistics and Research for specific rates at (415) 703-4774. . LOCALITY: All localities within Imperial, Inyo, Kern, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Luis Obispo, Santa Barbara and Ventura counties. Emolover Payments Strai.ht- Time Overtime Hourlv Rate CLASSIFICATION Basic Health Pension Vacation Training Other Hours Total Daily' Saturday' Sunday/ (Journeyperson) Hourly and and Hourly Holiday Rate Welfare Holiday Rate 1112X I I12X 2X LandscapelIrrigation Laborer $22.24 $4.15 $5.25 $3.16' $0.47 $0.27 8 $35.54 $46.66 $46.66 $57.78 Landscape Hydro Seeder $23.34 $4.15 $5.25 $3.16' $0.47 $0.27 8 $36.64 $48.3 I $48.31 $59.98 DETERMINATION: SC-I02-X-14-2006.IA ISSUE DATE: August 22, 2006 EXPIRATION DATE OF DETERMINATION: July 31, 2007** The rate to be paid for work perfonned after this date has been determined. [fwork will extend past this date, the new rate must be paid and should be incorporated in contracts entered into now. Contact the Division of Labor Statistics and Research for specific rates at (415) 703.4774. Landscape/Irrigation Tender' $10.99 $3.05 $0.51' $0.21 8 $14.76 $20.255 $20.255 $25.75 # Indicates an apprenticeable craft. Rates for apprentices are available in the General Prevailing Wage Apprenticeship Schedules. a Includes an amount per hour worked for supplemental dues. b Rate applies to first 4 daily overtime hours and the first 12 hours on Saturday. All other time is paid at the Sunday and Holiday double. time rate. , The first employee on the job shall be a LandscapelIrrigation Laborer. The second employee on the jobsite may be a Tender. Thereafter, Tenders may be employed with LandscapelIrrigation Laborers in a 50/50 ratio on each jobsite. RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director ofIndustrial Relations. Ifthe prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current detenninations on the Internet at http://www.dir.ca.govIDLSR/PWD. Holiday provisions for current or superseded detenninations may be obtained by contacting the Prevailing Wage Unit at (415) 703.4774. TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. You may obtain the travel and/or subsistence provisions for the current determinations on the Internet at htto://www.dir.ca.2ov/DLSR/PWD. Travel and/or subsistence requirements for each craft, classification or type of worker may be obtained from the Prevailing Wage Unit at (415) 703.4774. 18.A GENERAL PREY AILING WAGE DETERMINATION MADE BY THE DIRECTOR OF [NDUSTRIAL RELA T[ONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER I, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 CRAFT: ## LANDSCAPE MAINTENANCE LABORER DETERMINATION: SC-LML-2007-1 ISSUE DATE: February 22, 2007 EXPIRATION DATE OF DETERMINATION: December 31, 2007" Effective until superseded by a new determination issued by the Director of Industrial Relations. Contact the Division of Labor Statistics and Research at (4 [5) 703-4774 for the new rates after 10 days from the expiration date, if no subsequent determination is issued. LOCALITY: Basic Hour[y Rate Imperia[ Inyo, Mono and San Bernardino Kern $7.50 7.50 7.50 10.00 7.50 7.50 7.50 7.50 7.50 7.50 8.00 7.50 7.50 7.50 7.50 Los Angeles Orange Riverside San Diego San Luis Obispo Santa Barbara Ventura ## Craft is not apprenticeab[e. Emotover Payments Straieht- Time Overtime Hea[th Pension Vacation Ho[iday and Welfare Training Hours Total Hourly Rate I 112X 0.89 , 0.115 0.17 8 b7.785 bl1.535 0.30 0.[7 8 7.97 11.72 , 0.16 0.17 8 b7.83 bl1.58 d 0.27 0.46 8 blO.73 b15.73 , 0.115 0.14 8 b8.645 b12.395 fO.11 0.11 8 b7.72 bl1.47 g 0.20 0.16 8 b7.86 bll.61 0.22 0.115 8 7.835 11.585 0.24 0.12 8 7.86 11.61 k 0.1!> 0.15 8 7.80 11.55 '0.16 0.16 8 8.32 12.32 hO.[2 0.12 8 b7.74 bl1.49 , 0.[3 0.13 8 b7.76 bl1.51 0.115 0.16 8 7.775 11.525 '0.19 0.26 8 b10.92 b14.67 2.97 NOTE: If there are two rates. the first rate is for routine work, the second rate is for complex work. , $0.22 after 3 years of service. b Computation is based on the first years of employment. This rate should be increased by any applicable vacation increase as stated in other footnotes. '$0.31 after 2 years of service. d $0.54 after 2 years of service: $0.81 after 3 years of service. '$0.24 after 3 years of service: $0.37 after 7 years of service. f $0.22 after 4 years of service. g $0.40 after 3 years of service. h $0.23 after 2 years of service. '$0.27 after 2 years of service. '$0.38 after 3 years of service. k $0.29 after 2 years of service. I $0.31 after 2 years of service. RECOGNIZED MOLIDA YS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director ofIndustrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet at htto://www.dir.ca.20vIDLSR/PWD. Holiday provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703-4774. TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. You may obtain the travel and subsistence provisions for the current determinations on the Internet at httD://www.dir.c3.2ovIDLSRlPWD. Travel and subsistence provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703-4774. 18C GENERAL PREY AILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER I, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 FOR COMMERCIAL BUILDING, lliGHW A Y, HEAVY CONSTRUCTION AND DREDGING PROJECTS CRAFT: ASBESTOS AND LEAD ABATEMENT (LABORER) DETERMINATION: SC-102-882-1-2007-1 ISSUE DATE: February 22, 2007 EXPIRATION DATE OF DETERMINATION: December 31, 2007** The rate to be paid for work performed after this date has been determined. If work will extend past this date, the new rate must be paid and should be incorporated in contracts entered into now. Contact the Division of Labor Statistics and Research for specific rates at (415) 703-4774. LOCALITY: All localities within Imperial, Inyo, Kern, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Diego, San Luis Obispo, Santa Barbara and Ventura Counties EMPLOYER PAYMENTS STRAIGHT-TIME OVERTIME HOURLY RA TES Classification Basic Health Pension Vacation/ Training Other Hours Total Daily Saturday Sunday/ (Journeyperson) Hourly and Holiday' Hourly Holiday Rate Welfare Rate I 1/2X 11/2X 2X Asbestos and Lead Abatement Worker $24.15 4.16 4.01 3.16 0.42 0.05 8 $35.95 $48.03 $48.03 $60.10 a Includes an amount for supplemental dues. NOTE: Asbestos Abatement must be trained and the work conducted according to the Code of Federal Regulations 29 CFR 1926.58, the California Labor Code 6501.5 and the California Code of Regulations Title 8, Section 5208. Contractors must be certified by the Contractors' State License Board and registered with the Division of Occupational Safety and Health (DOS H). For further information, contact the Asbestos Contractors Abatement Registration Unit, DOSH at (415) 703-5191. RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director ofIndustrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet at htto://www.dir.ca.l:!ov/DLSR/PWD. Holiday provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703- 4774. TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. You may obtain the Travel and/or subsistence provisions for the current determinations on the Internet at hllD://www.dir.ca.gov/DLSR/PWD. . Travel and/or Subsistence provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703-4774. 18-D GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER I, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS CRAFT: # PARKING AND HIGHWAY IMPROVEMENT (STRIPING, SLURRY AND SEAL COAT OPERATIONS-LABORER) DETERMINATION: SC-23-102-6-2006-1 ISSUE DATE: August 22, 2006 EXPIRATION DATE OF DETERMINATION: June 30, 2007" The rate to be paid for work performed after this date has been determined. If work will extend past this date, the new rate must be paid and should be incorporated in contracts entered into now. Contact the Division of Labor Statistics and Research at (415) 703-4774. LOCALITY: All localities within Imperial, lnyo, Kern, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Diego, San Luis Obispo, Santa Barbara and Ventura counties. Emo!ovcr Payments Straig:ht- Time Overtime Hourlv Rates Classification Basic Health Pension Vaeation! Training Other Hours Total Daily 6th & 7th Holiday (Joumeyperson) Hourly and Holiday Hourly Day Rate Welfare Rate 11/2X 11/2X 2X CLASSIFICATION GROUPS Group 1 $24.52 $4.16 $2.92 $3.30' $0.96 $0.27 8 '$36.13 $48.39 ' $48.39 $60.65 Group 2 25.82 4.16 2.92 3.30' 0.96 0.27 8 ' 37.43 50.34 '50.34 63.25 Group 3 27.83 4.16 2.92 3.30' 0.96 0.27 8 '39.44 53.36 '53.36 67.27 Group 4 29.57 4.16 2.92 3.30' 0.96 0.27 8 ' 41.18 55.97 ' 55.97 70.75 # Indicates an apprenticeable craft. Rates for apprentices are available in the General Prevailing Wage Apprentice Schedules. . Includes an amount per hour worked for Supplemental Dues. b Straight.time hours: 8 consecutive hours per day. 40 hours over 5 consecutive days, Monday through Sunday shall constitute a week's work at straight time. . C The sixth consecutive day in the same work week may be worked at straighHirne if job is shut down during work week due to inclement weather. RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director of Industrial Relations. If the prevailing rate is not based on a collectively bargained rate, the h<?lidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet at httn:/lwww.dir.ca.l!ovIDLSRlPWD. Holiday provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703-4774. TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773. I and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. You may obtain the travel and/or subsistence provisions for the current determinations on the Internet at htto://www.dir.ca.lwv/DLSRJPWD. Travel and/or subsistence requirements for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703-4774. CLASSIFICATION GROUPS: GrOUD 1 Protective coating, Pavement sealing (repairs and filling of cracks by any method to parking lots, game courts and playgrounds) Installation of carstops Traffic Control Person & Serviceman; including work of installing and protecting utility covers, traffic delineating devices, posting of no parking and notifications for public convenience Asphalt Repair Equipment Repair Teclmician GrOUD 2 Traffic Surface Abrasive Blaster Pot Tender Traffic Control Person/Certified Traffic Control Person Repairing and filling of cracks and surface cleaning on streets, highways, and airports by any means, and other work not directly connected with the application of slurry seal Slurry Seal Squeegeeman (finisher) t8E CrouD J Traffic Delineating Device Applicator Traffic Protective System Installer Pavement Marking Applicator Slurry Seal Applicator Operator (Line Driver) Shumeman (loader/slurry machine operations) operation of all related machinery and equipment Group 4 Traffic Striping Applicator Slurry Seal Mixer Operator Power Broom Sweeper (operation of all related machinery and equipment) GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER I, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS CRAFT: # CEMENT MASON DETERMINATION: SC-23-203-2-2006-1 ISSUE DATE: August 22, 2006 EXPIRATION DATE OF DETERMINATION: June 30, 2007" The rate to be paid for work performed after this date has been determined. If work will extend past this date, the new rate must be paid and should be incorporated in contracts entered into now. Contact the Division of Labor Statistics and Research at (415) 703-4774. LOCALITY: All localities within Imperial, Inyo, Kern, Los Angeles, Mono, Orange. Riverside, San Bernardino, San Luis Obispo, Santa Barbara, and Ventura counties. Emolover Payments Strail!ht-Time Overtime Hourlv Rate CLASSIFICATION Basic Health Pension VacationJ Training Other Hours Total Daily 'Saturday Sunday (JOURNEVPERSON) Hourly and Holiday Payments Hourly and Rate Welfare Rate 11/2X 11/2X Holiday Cement Mason, Cwb and Gutter Machine Operator; Clary and Similar Type of Screed Operator (Cement only); Grinding Machine Operator (all types); Jackson Vibratory, Texas Screed and Similar Type Screed Operator; Scoring Machine Operator $2605 4.99 5.80 b5.11 0.38 0.12 8 42.45 '55.475 <55.475 68.50 Magnesite, magnesite-terrazzo and mastic composition, Epoxy, Urethanes and exotic coatings, Dex-O- Tex 26.17 499 5.80 bS.11 0.38 012 8 42.57 '55655 '55.655 6874 Floating and Troweling Machine Operator 26.30 499 5.80 bS.ll 0.38 0.12 8 42.70 '55.85 <55.85 69.00 # Indicates and apprenticeable craft. Rates for apprentices are available in the General Prevailing Wage Apprenticeship Schedules. a Saturdays in the same work week may be worked at straight-time rates if ajob is shut down during nonnal work week due to inclement weather. b Includes an amount for supplemental dues. C Rate applies to the first 4 overtime hours. All other time is paid at the double time (2X) rate. RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director of Industrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet at htto://www.dir.ca.l!ovIDLSRlPWD. Holiday provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703-4774, TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. You may obtain the travel and/or subsistence provisions for the current determinations on the Internet at httD://www.dir.ca.l!ovIDLSRlPWD. Travel and/or subsistence requirements for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703-4774. 20 GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER I, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 FOR COMMERCIAL BUILDING, HIGHWAY, HEA VY CONSTRUCTION AND DREDGING PROJECTS CRAFT: TEAMSTER (APPLIES ONLY TO WORK ON THE CONSTRUCTION SITE) DETERMINATION: SC-23-261-2-2005-1 ISSUE DATE: August 22, 2005 EXPIRATION DATE OF DETERMINATION: June 30, 2006* Effective until superseded by a new detennination issued by the Director of Industrial Relations. Contact the Division of Labor Statistics and Research at (415) 703-4774 for the new rates after ten days from the expiration date if no subsequent determination is issued. LOCALITY: All localities within Imperial, Inyo, Kern, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Luis Obispo, Santa Barbara and Ventura Counties EmDlover Payments Straie:ht- Time Overtime Hourlv Rates ClassificationC Basic Health Pension Vacation! Training .Other Hours Total Daily' Saturday' Sundayl (Journeyperson) Hourly and Holiday Payments Hourly Holiday Rate Welfare Rate 11/2X 11/2X 2X Group I 23.54 7.32 4.80 2.60' .92 .12 8 39.30 51.07 51.07 62.84 Group II 23.69 7.32 4.80 2.60' .92 .12 8 39.45 51.295 51.295 63.14 Group III 23.82 7.32 4.80 2.60' 92 .12 8 39.58 51.49 51.49 63.40 Group IV 24.01 7.32 4.80 2.60' .92 .12 8 39.77 51.775 51.775 63.78 Group V 23.95 7.32 4.80 2.60' .92 .12 8 39.71 51.685 51.685 63.66 Group VI 24.07 7.32. 4.80 2.60' .92 .12 8 39.83 51.865 51.865 63.90 Group VII 24.32 7.32 4.80 2.60' .92 .12 8 40.08 52.24 52.24 64.40 Group Vlll 24.57 7.32 4.80 2.60' .92 .12 8 40.33 52.615 52.615 64.90 Group IX 24.77 7.32 4.80 2.60' .92 .12 8 40.53 52.915 52.915 65.30 Group X 25.07 7.32 4.80 2.60' .92 .12 8 40.83 53.365 53.365 65.90 Group XI 25.57 7.32 4.80 2.60' .92 .12 8 41.33 54.11 5 54.115 66.90 Subjourneymanb 0-2000 hours 1l.50 7.32 4.80 1.20' .92 .12 8 25.86 31.61 31.61 37.36 2001-4000 hours 13.50 7.32 4.80 1.45' .92 .12 8 28.11 34.86 34.86 41.61 4001-6000 hours 15.50 7.32 4.80 1.70' .92 .12 8 30.36 38.11 38.11 45.86 Over 6000 hours and thereafter at journeyman rates a Includes an amount for supplemental dues. b Subjoumeyman may be employed at a ratio of one subjoumeyman for every five journeymen. C For classifications within each group, see page 21A. 'Rate applies to the first 4 daily overtime hours and the first 12 hours on Saturday. All other overtime is paid at the SundaylHoliday double-time rate. RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director ofIndustrial Relations. Ifthe prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 ofthe Government Code. You may obtain the holiday provisions for the current detenninations on the Internet at htID:llwww.dir.ca.govIDLSR/PWD. Holiday provisions for current or superseded detenninations may be obtained by contacting the Prevailing Wage Unit at (415) 703- 4774. TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. You may obtain the travel and/or subsistence provisions for the current determinations on the Internet at httD://www.dir.ca.eov/DLSRlPWD. Travel and/or subsistence requirements for current or superseded detenninations may be obtained by contacting the Prevailing Wage Unit at (415) 703-4774. 21 . DETERMINATION: SC-23-261-2-2005-1 GrOUD I Warehouseman and Teamster GruuD II Driver of Vehicle or Combination of Vehicles - 2 axles Traffic Control Pilot Car, excluding moving heavy equipment permit load Truck Mounted Power Broom GrouD III Driver of Vehicle or Combination of Vehicles - 3 axles Bootman Cement Mason Distribution Truck Fuel Truck Driver Water Truck - 2 axles Dump Truck of less than 16 yards water level Erosion Control Driver GrouD IV Driver of Transit Mix Truck-Under 3 yds Dumpcrete Truck Less than 6 1/2 yards water level Truck Repairman Helper GrouD V Water Truck 3 or more axles Warehouseman Clerk Working Truck Driver Truck Greaser and Tireman - $0.50 additional for Tireman Pipeline and Utility Working Truck Driver, including Winch Truck and Plastic Fusion, limited to Pipeline and Utility Work Slurry Truck Driver GrouD VI Driver of Transit Mix Truck - 3 yds or more Dumpcrete Truck 6 1/2 yds water level and over Driver of Vehicle or Combination of Vehicles - 4 or more axles Driver of Oil Spreader Truck Dump Truck 16 yds to 25 yds water level GrouD VII A Frame, Swedish Crane or Similar Forklift Driver Ross Carrier Driver GrouD VIII Dump Truck 25 yds to 49 yards water level Truck Repairman Water Pull Single Engine Welder GrouD IX Truck Repairman Welder Low Bed Driver, 9 axles or over GrouD X Water Pull Single Engine with attachment Dump Truck - 50 yards or more water level GrouD XI Water Pull Twin Engine Water Pull Twin Engine with attachments Winch Truck Driver - $0.25 additional when operating a Winch or similar special attachments. 21A GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 FOR COMMERCIAL BUILDING, H[GHW A Y, HEAVY CONSTRUCTION AND DREDGING PROJECTS CRAFT: TEAMSTER (SPECIAL SHIFT) (APPLIES ONLY TO WORK ON THE CONSTRUCTION SITE) DETERMINATION: SC-23-261-2-2005-1 ISSUE DATE: August 22, 2005 EXPIRATION DATE OF DETERMINATION: June 30, 2006* Effective until superseded by a new determination issued by the Director of Industria[ Re[ations. Contact the Division of Labor Statistics and Research at (415) 703-4774 for the new rates after ten days from the expiration date if no subsequent determination is issued. LOCALITY: All [oealities within Imperia[, 1nyo, Kern, Los Ange[es, Mono, Orange, Riverside, San Bernardino, San Luis Obispo, Santa Barbara and Ventura Counties Emolover Payments Straieht- Time Overtime Hourlv Rates ClassificationC Basic Health Pension Vacatian! Training Other Hours Tota[ Daily' Saturday' Sunday/ (Journeyperson) Hour[y and Holiday Payments Hour[y Ho[iday Rate Welfare Rate 1 [/2X I I12X 2X Group I 24.04 7.32 4.80 2.60' .92 .12 8 39.80 51.82 51.82 63.84 Group II 24.19 7.32 4.80 2.60' .92 .12 8 39.95 52.045 52.045 64.14 Group III 24.32 7.32 4.80 2.60' .92 .12 8 40.08 52.24 52.24 64.40 Group IV 24.51 7.32 4.80 2.60' .92 .12 .8 40.27 52.525 52.525 64.78 Group V 24.45 7.32 4.80 2.60' .92 .12 8 40.2\ 52.435 52.435 64.66 Group VI 24.57 7.32 4.80 2.60' .92 .12 8 40.33 52.615 52.6[5 64.90 Group VII 24.82 7.32 4.80 2.60' .92 .12 8 40.58 52.99 52.99 65.40 Group VIII 25.07 7.32 4.80 2.60' .92 .12 8 40.83 53.365 53.365 65.90 Group IX 25.27 7.32 4.80 2.60' .92 .12 8 41.03 53.665 53.665 66.30 Group X 25.57 7.32 4.80 2.60' .92 .12 8 41.33 54.1 [5 54.1 [5 66.90 Group XJ 26.07 7.32 4.80 2.60' .92 .12 8 41.83 54.865 54.865 67.90 Subjourneymanb 0-2000 hours 12.00 7.32 4.80 1.20' .92 .12 8 26.36 32.36 32.36 38.36 2001-4000 hours 14.00 7.32 4.80 1.45' .92 .12 8 28.6[ 35.6[ 35.61 42.61 4001-6000 hours 16.00 7.32 4.80 1.70' .92 .12 8 30.86 38.86 38.86 46.86 Over 6000 hours and thereafter at journeyman rates 81ncludes an amount for supplemental dues. b Subjoumeyman may be employed at a ratio of one subjoumeyman for every five journeymen. C For classifications within each group, see page 21A. 'Rate applies to the first 4 daily overtime hours and the first 12 hours on Saturday. All other overtime is paid at the SundaylHoliday double-time rate. RECOGNIZED HOLIDAYS: Ho[idays upon which the general prevailing hourly wage rate for Ho[iday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director of Industria[ Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet at hllD://www.dir.ca.eovIDLSRlPWD. Holiday provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703-4774. TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections [773.[ and [773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. You may obtain the travel and/or subsistence provisions for the current determinations on the Internet at http://www.dir.ca.govIDLSRlPWD. Travel andlor subsistence requirements for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (4[5) 703-4774. 21B GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER I, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS CRAFT: TEAMSTER (SECOND SHIFT) (APPLIES ONLY TO WORK ON THE CONSTRUCTION SITE) DETERMINATION: SC-23-261-2-2005-1 ISSUE DATE: August 22, 2005 EXPIRATION DATE OF DETERMINATION: June 30, 2006* Effective until superseded by a new determination issued by the Director oflndustrial Relations. Contact the Division of Labor Statistics and Research at (415) 703-4774 for the new rates after ten days from the expiration date if no subsequent determination is issued. LOCALITY: All localities within Imperial, Inyo, Kern, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Luis Obispo, Santa Barbara and V cotura Counties Emolover Payments Straight-Time Overtime Hourlv Rates ClassificationC Basic Health Pension Vacation! Training Other Hours' Total Daily' Saturdaye Sunday/ (Journeyperson) Hourly and Holiday Payments Hourly Holiday Rate Welfare Rate 1l/2X II/2X 2X Group I 24.54 7.32 4.80 2.60' .92 .12 8 40.30 52.57 52.57 64.84 Group II 24.69 7.32 4.80 2.60' .92 .12 8 40.45 52.795 52.795 65.14 Group III 24.82 7.32 4.80 2.60' .92 .12 8 40.58 52.99 52.99 65.40 Group IV 25.01 7.32 4.80 2.60' .92 .12 8 40.77 53.275 53.275 65.78 Group V 24.95 7.32 4.80 2.60' .92 .12 8 40.71 53.185 53.185 65.66 Group VI 25.07 7.32 4.80 2.60' .92 .12 8 40.83 53.365 53.365 65.90 Group VII 25.32 7.32 4.80 2.60' .92 .12 8 41.08 53.74 53.74 66.40 Group VIII 25.57 7.32 4.80 2.60' .92 .12 8 41.33 54.115 54.115 66.90 Group IX 25.77 7.32 4.80 2.60' .92 .12 8 41.53 54.415 54.415 67.30 Group X 26.07 7.32 4.80 2.60' .92 .12 8 41.83 54.865 54.865 67.90 Group XI 26.57 7.32 4.80 2.60' .92 .12 8 42.33 55.615 55.615 68.90 Subjourneymanb 0-2000 hours 12.50 7.32 4.80 1.20' .92 .12 8 26.86 33.11 33.11 39.36 2001-4000 hours 14.50 7.32 4.80 1.45' .92 .12 8 29.11 36.36 36.36 43.61 4001-6000 hours 16.50 7.32 4.80 1.70' .92 .12 8 3 1.36 39.61 39.61 47.86 Over 6000 hours and thereafter at journeyman rates a Includes an amount for supplemental dues. b Subjoumeyman may be employed at a ratio of one subjoumeyman for every five journeymen. C For classifications within each group, see page 21A. d The third shift shall work 6.5 hours, exclusive of meal period, for which 8 hours straight-time shall be paid at the non-shift rate, Monday through Friday. 'Rate applies to the first 4 daily overtime hours and the first 12 hours on Saturday. All other overtime is paid at the SundayIHoliday double-time rate. RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director of Industrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet at htto://www.dir.ca.gov/DLSR/PWD. Holiday provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit" at (415) 703-4774. TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1.773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. You may obtain the travel and/or subsistence provisions for the current determinations on the Internet at httn:/lwww.dir.ca.l!ovIDLSRlPWD. Travel and/or subsistence requirements for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703-4774. 21C GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER I, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 FOR COMMERCIAL BUILDlNG, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS CRAFT: II HORIZONTAL DIRECTIONAL DRILLING DETERMINATION: SC-I02-II84-j-2006-j ISSUE DATE: August 22, 2006 EXPIRATION DATE OF DETERMINATION: June 30, 2007" The rate to be paid for work performed after this date has been determined. If work will extend past this date, the new rate must be paid and should be incorporated in contracts entered into now Contact the Division of Labor Statistics and Research for specific rates at (415) 703-4774. LOCALITY: All localities within Imperial, Inyo, Kern, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Diego, San Luis Obispo, Santa Barbara and Ventura Counties. Emnlover Pavments Strail!'ht.Time Overtime Hourlv Rate Classification Basic Health Pension Vacation! Training Other Hours Total Daily Saturdal Sunday/ {Journey person) Hourly and Holiday Payments Hourly Holiday Rate Welfare Rate Jll2x 11/2x 2x GROUP 1 (Drilling Crew Laborer) $23.74 $4.16 $2.30 $1.90 $0.15 $0.20 8 $32.45 $44.32 $44.32 $56.19 GROUP II (Vehicle OperatorIHauler) $23.91 $416 $230 $1.90 $0,15 $020 8 $32.62 $44575 $44575 $5653 GROUP 1II (Horizontal Directional Drill Operator) $25.76 $4,16 $2.30 $1.90 $0.15 $0.20 8 $34.47 $47.35 $47,35 $60.23 GROUP IV (Electronic Tracking Locator) $27.76 $4.16 $2.30 $1.90 SO.15 $0,20 8 $36.47 $50.35 $50.35 $6423 # Indicates an apprenticeable craft. Rates for apprentices are available in the General Prevailing Wage Apprentice Schedules . Includes an amount for Supplemental Dues b If the job is shut down during the work week due to inclement weather and forty (40) hours of work have not been completed, then the balance of the forty (40) hours may be worked on Saturday at the straight.time rate. RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director 0 Industrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet at hnn"i/www dir.ca.l!'ovIDLSR/PWD, Holiday provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at' (415)703-4774. TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel ami/or subsistence payments to each worker to execute the work. You may obtain the travel and/or subsistence provisions for the current determinations on the Internet at httn://www.dir.caI!ov/DLSR/PWD. Travel and/or subsistence requirements for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703-4774. 21-0 w z o z ...J ..J ...J ...J ::: ::: ::: :5 u. l1.. U. u.. -' ...J ....I ...J ...J ...J...J...J :::l :::l :::>::l I.L u.. U. u. ~ ~ => ~ ~ ~ => ~ ~ ~ => ~ ~ ~ ~ ~ ~ ~ => => => ~ ~ ~ ~ ~ ~ ~ => => ~ ~ :I: '" " '" 0: '" o > > w, ...J ...J ...J..... ...J...J...J ...J ...J...J...J ...J ::l ::l ::l ::l u... LL U. U. ~ ~ => ~ ~ ~ ~ ~ => => ~ ~ ~ ~ ~ ~ ~ ~ => => => ~ ~ ~ ~ ~ ~ :) :) 5 ~ ~ ~ ~ ~ ~, ~ => => l.l..1 LL. ~ ~ => ~ ~ ~ ~ ~ => => ~ ~ :I: '" " '" o '" o w w w z z 00 z z w w w w Z Z Z Z o 0 0 0 z z z z w z o z w z o z ~ ~ => ~ o N ~ :;l " o III III III III III o 0 :I: w z o z ~ ~ => ~ ~ ~ => ~ :{ ~ ~ 0 ~ 0 >- >- 0 ~ ~ 0 o 0 ~ ~ ::.::: w o " ~ ~ => ~ ~ ~ ~ ~ => => ~ ~ ~ ~ => ~ ~ ~ ~ ~ ~ ~ => => => ~ ~ ~ ~ ~ => ~ ~ ~ ~ ~ => => ~ ~ ~ ~ => ~ ~ ~ ' => ~ ~ 5 ~ ~ ~ " '" ~ ~ 8 ~ " o o o w "- o 0 o 0 a: :3 .~ ~ '" '" ~ " " u . " " g ... :3 ~~::: . " 0 o ~ i:': o o " ~ "- '" " 8 8 ~ 6 " " "- '" 8 o " " 2 ~ u ~ g E-o - ~ a v, ~ [i:J.,;:z: " 0 > " H o>tJr; " " 0 0" . ~ :l ~ . .0 " H U ~ :i ~ ~ ~ :i 5 :::i :<: . U . ~ ...-: I-< f-o G ~ '" ~ ~. ~ - " ,; : ~ ~ " u ~ ~ g 0 ~ ~ ~ " . ~ ~ ~ ~ ~ e ~ i ~ ~ ~ ~ 2 o S " o o Ii! 8 8 iil ~ 8 '" ~ 8 t,' 8 g " "', 8 " " "- '" " " " 8 8 l;l g ~ g 8 8 8 8 ~ g g g 8 6 " ;i. <( ~ <..) ~ 8 " ~ )( () ~ " 8 8 :3 g ~ ~ ~ 8 ~ ~ :g 8 8 8 8 888 ci It) 0 I() c:i ci ,... CD CI) to CI) GO 0; m ~ )( U ~ ~ _----I--~--~ <( ~ U < ~ 8 8 88 g:g:~i~ '~ , -..---c--------- 8 "- 8 '" " z z ,8 8 8 g ::l ::l 8,8 " 8 g :3 g g: X " ~ ~, ---- -~----- 8 8 ill 8 8, g g ~ g g X () ~ ~,() 8 8 0; 8 8 ~ ~,~ g,g X " ~,~ " 8 8 ;!; 8 8 ~ '!J ~ g g' o 8 gg 8 Iii 8 Iii Ii! i~ i o ~ ~,~ ;i. <( ~:O'< ~ ~ Z Z 0: " ~ 8 8 8 8 :3 :3 g g ill 8 88 8'8 8 8 8 8 ~ g ~ ~ :3 ~ :3 :3 8 ~ N' ,Itl:i ill' ~ ~ ~ <( ~ <..) < ~ ~ ~ ,z Z'O:: " " ~ 88888 8 8 8 ill 8 g g ~ g g g g g ~ ~ 8 ~ ~ :;: ~ 8 8 8 8 g g ~ g < /l: ;i. <( ~ <..) < ~,~ ~ o 8 8 8 8 8 8 8 8 S g g g ~ ~ '!J ~ ~ ~ ~ Z Z 0: " " ~ 8 6 ~ 8 8 8 8' g :g g g' ~' cc:ii ~ <( /l: ~ <( ~ U < ~ ~ ~ ~ <..) ~ ~:o Z Z 0: " " ~ 8 8 8 ill 8 8 ~ ; ~ ~ ~ g ~ 8 8 8 8 8 8 8 ~ S ~ g g ~ g ~ g g ~ ~ ~ ..; ~ 8 888 g g ~ ~ 8 o ~ " M ::l ~ () ~ ~ <.) <( 0: <(' <( ~ U I- lD III II) <( <( <( <( ..... Z Z 0::: " " ~ ~ o 9 ~ ~ Z W , in ~ o ~ 2 , ~ ~ ~ ~ Z , W " ~ wG: n5 0: 0: 0: j j j ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ 5 w w ~ ~ ~ z ~ ~ ~ ~ ffi ~ ~ ~ z ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ 8 ffi ~ ~ ~ ~ Q 00 00 00 w 0 < ~ Q ~ w ~ ~ ~ Q 0 a ~ > ~ z z ~ z z ~ ~ ~ ~ ~ ~ ~ 0 i ~ ~ ~ ~ ~ ~ ~ ffi ~ ! ~ ~ ~ ~ ~ ~ ~ a ~ ~ ~ ~ ~ ~ ~ ~ g ; j u u u ~ w u u ~ ~ j ~ 3 ~ ~ ~ ~ ~ ~ w L 0 _ L L L W 0: W . iJi ~ . .. ~ i ~ ~ ~ n ~ o ~ ~ w w iJi ~ ~ ~ ffi nn l!! l!! ~ t: < 0 < < ~ _ ~ 0 ~ M Z ~ 8 ~ ~ Q ~ Z ;j ~ ~ M ..,~ :'i rl ~ ~ 0 ~~ i5 ~ ~ : ~ 8 ~~ OU ~ W u~ W ~N o W W .., x ~ ~ ~ ~ ~ '" ~ W Q ~ ~ ~ ~ w ~ .., ~ OX o U w i'i ~ ~~ w ~ U'" H~ ~ W Z Q wo ::; u ~ ~ '" 0 i'J j '" '" :'i '" Z Z ~ rl 0 .., ~ H H '" H > '" :i u ~o .., ~ :> ~ w ~ z ~ w ~ '" ~ Q ~ ~ Q ~ '" o ~ ~ ~ ~ H Z ~ W U H ~ Z W ~ ~ ~ ~ ~ o Z :3 ~ ~ o w X H ~ U '" ~ z o u z :3 ~ ~ u ~ > Q ~ w '" ~ '" ~ .., ~ o o X w z ~ z ~ ~ '" o o ~ o N m q , M o ~ ~ rl ~ ~ W Q ~ '" Q ~ ~ w ~ H X ~ W U ~ H Z ~ 0 Z 0 :i ~ ~ ~ ~ ~ o Z :3 w ~ Q w X ~ ~ u ~ ~ Z '" o Z U H Z ~ i Z w w ~ ~ ~ w ~ ~ z X '" .... (..l !-< 0.. Z Z 0 Z ::) 0 <t 0 00: o ~ 3: ~ ~ b U ~ ~ ;j 3 fj g 0..... Ul 0: Ul 0.. :::t '" Z ..:. Ul is Ul ti ;;; c g H X H Z 0.. 0::: ('II 0 z Cl 0 0: <l(o::oH8z~ ~mO:8O:83 ~U)g;sg;$~ ~~~~~~~ cni=z z~zz ~.. <z 0 ~ 8 0. 8 b E-< Z ~ E-< ~ i ~ 8 ~ :;; UJ ~ c( ffi g g in E-< is u ...... w iJ w 0 iQ w ow::c <:I.: :I: 0 :I: ..J 0 t-< > E-< f-< '" E-< .., .., o ~ w X ~ w ~ w u w ~ ~ w ~ w w o ~ '" o ~ ~ m ~ H Z ~ W U H ~ Z W ~ ~ ~ '" ~ o ~ 8 w H ~ o " ~ H U '" H Z o U ~ '" o m H ~ .., W 0 ~ X W , Z .., 0 ~ Z ~ o '" U ;::; ;; o o ~ ~ 0 ~ ~ o ~ Z o ~ ~ ~ o ~ Z ~ z w z ~ ~ 0 ~ ~ ~ ~ w ~ o .., ~ ~ w o ~ ~ w '" o ,. H Z o o ~ w o Z ~ ~ ~ m Z ~ Ul ~ ~ ~ ~ w o '" w g 0 8 o ~ 0 i'-< Z 0 Z ~ 8 ~ 3 Il< Cl :J) 0.. N Ul Z ~ :::; H ~ ~ , Q o NO::) " Z Z 0: 0 0 (..l i:l (..l H E-< 0.. > ~ ~ ~ o H 0:; 0:,,:) 0: ;:: 8 ~ ~ :::t Q 0:; :r; W ~ w X ~ W H ~ Z W ~ ~ ~ ~ w X ~ H U '" H Z o u Q W ~ o ~ Z W o z Q 8 ~ w ~ ~ w ~ o z ~ w ~ w ~ moo w ~ ~ = H ~ 7. '" z 00 h Z " " z 00 z o C ~ " z z :< " " 00 h '" " ~ C '" z " J n " " " ~ " ~ n ~ " z 00 n " > " J " Z " " " h o " z ~ " z " z " " z " z 00 " ~ o " z z 00 W J ~ o 0 o z X 0 Z 8 ' ~ ~ Q Q m w Q n 0 "~ H r.:I:illIlU :r:o-<wz ....nz..... ~ Q Z o ~ w U ~ Z W ~ Z ~ w ~ ~ ~ ~ W H Z ~ o ~ w z ~ o ~ Q Z o ~ Z 8 ~ ~ w ~ o o u H Z W ~ W o '" ~ ~ o '" ~ w Z o o X H '" Z 8 ~ E-< 0 0 0 ~ NO....... Z ...... co '" kl N X 0 ~ ~ ~ :::; f-o z .... H ...... E-< W rr: 0: 0 0: ~ ;=: o w :3 W b W r... E-< 0: E-< Z U r.... w l.., 0 W ~ 0.. <<: u 0:: H Z o o ~ ~ 0: 0:: 0: Ul o CLI 0 Ul 0.. ~ ~ W Z W ~ Z 0 !-< Ul o ~ H H ~ o o Z o o Q W W 0 ~ ~. o 0 ~ H H Z Z!-<!-< 41 Ul if) Ul CI W Cl 0:: a:: Z ~ 3 (., (;:; ...:l 1: :z; 0 g, 01 H Z o G ~ W o ~ ~ Q ~ ~ W .., .., o ~ ~ W H Z X H ~ W W U ~ ~ w Z U W W ~ ~ ~ ~ '" W Z W ~ H 0 W Z 8 W ~ Q o ~ Z ~ W '" w X ~ w X ~ ~ U '" ~ ~ Z o 0 ~ U '" o W ~ ~ ~ ~ ~ ~ ~ 0 H Z ~ ~ ~ i H W Z ~ W ~ ~ ~ '" ~ Z W ~ ~ ~ ~ ~ o Z 8 ~ ~ ~ H 0 ;:: ~ Q ~ W ~ o o ~ w W U '" H Z W U '" W ~ w ~ W X H o ~~ ~ ~ ..,,, g;~ ",w m w ~o 0'" " . '" ow zu <H H H mz w ~z H~ x~ W'" W U ,. HU ~w Z~ wu ~c ~u ~ ~w " ~H o Z ~ SE-: ~5 ~~ ou w~ xo ~z ~~ ~~ ~ Z~ oz u8 w~ ~'" ",z w~ ..,,, ~ u w . H ww HQ ~w o w'" "'. ~ ~'" w~ u.., ~~ ww "" ~~ ~ :~ uw wz uw ~o o U~ w~ xo ~~ U zw ~~ ~H ~o ro ow X o~ ~ Z H "'0 ~z wo ~o ,. w zw O~ ~~ H W 00 8~ ~ ww ;~ ~~ w zz O~ o ~S; ow ox ~ w xo ~~ ~ ~ Q u '" o z '" ~ ~ " c; '" U ~ Z W " ~ ~ '" ~ m o 0 u z '" 8 0 ~ ~ H ~ > w H o ~ H W X Z ~ ~ w U ~ H U ~ '" Z H W Z u o ~ U ~ '" o z ~ ~ o z o :3 u W ~ ~ o w X H ~ ~ w z w '" ~ u '" H Z o U ~ w w ~ o .., ~ ~ W ~ W H .., ~ ~ z 0 o Z H H Z ~ ~ W " w X ~ H Q .., ~ '" z o ~ z ~ w z " w ~ ro '" ro "' o ~ ~ w ~ ,. 0 Z .., o ~ o ~ ~ w o z w X ~ ~ z w :;;: t; ~ ro o o ~ ~ ~ ~ ~ " .. if, o '" '" Q Z '" H ~ ~ X ~ W U ~ Z W '" " ~ '" o m ~ o w X ~ ~ U '" ~ z ? w o ~ ~ w m '" ro w z ~ w ~ w o o ~ w w o o .., ~ ~ Z W " W .., ~ ~ o m Z o ~ ~ Z o o ~ ~ ~ w o o .., U Z H W o ~ . Z ~ ~ w z ~ o o o ~ u ? " o o o N ~ H o o H ~ W ~ ~ w ~ z 8 H ~ o o p o z o W ~ 8 w " u '" ~ Z o U ~ w o o ~ ,. z CO ~ " ~ " o m '" o ~ ~ Z o o ~ w X H o Z ~ w o '" H Z W U U W ~ ~ o o ~ w ro u w " w o '" . ~ .., " o o X o z w o ~ ~ '" '" W W W ~ X H H ~ Z o '" U ~ '" w 0 U P H ~ T. ~ o '" u 0 o ~ X U ~ g ~ ~ z o W U H ~ ~ 00 :3 8 ~ w u 0 z ~ ~ o ~ z ~ W W w ~ro u o z X G-. 8 ~ ~ ~ U H :> H !-< ::> z z 0 w o ~ o w ~ ~ ~ ~ > . ~ o z o V; ~ o w " ,. ~ u '" H Z o U co ~ is H '" ~ Z W " ~ 0: ~ - .. " o ~ ~ z o o ~ w X ~ o ~ w " '" H Z W U " w ro u :; o " w ~ ~ w ro w o '" ~ ~ .., ~ o o " w " '" '" w " H Z '" H ro o o H m " o o X D D o u w ~ o ~ .., o 0 ~ o u ~ '" W ZQ ~ ~ ~ H "W ~ 0.. ~ W z:r: l~ o W ~ W H U 0 cii~. ~ oz ow H ~ m w ~ " X~ ~ '" ~ m H ~ Z o o ~ .., .., o ~ w X ~ W ~ W U W ~ ~ w ~ 0 ~ w '" '" 0 z [~ u z '" ~ ~ H W 0 Z Z w X H H Z W ~ ~ '" ~ ~ o o ~ z H o '" W ~ ~ ^ W H H '" > co '" o o " ~ H X if, W ~ ~ Z W ~ ~ ro o ro '" '" '" o ~ Z 0 '" H Z m 0 w ~ ~ i~(",:~~ o 0 a, !-< W c::l I IOU ~ :><: I [f] H U U ~ rl !-< W W U z ::r: ;r; w !-< W U U ::r: Z 0: U 0 ~ ~ 0" 5 C3 ~ ~ G 0 o m ~ ~ (::: Q G U] 0: 00; 0: 0 <>:: <( a: a:: Q Q 0 a: z Z z 0 E-< c:r: a: 7- .:r: !-< !-< a: E-< U) Ul E-< W W ~ H X ~ W U H Z W U ~ ~ '" w o Z 8 ~ ~ ~ o o w " ~ o ~ ~ H r- !-< U U r- U <r; <( I <( 1-< !-< '" b Z Z r- zoo ~') 0 :..; u U ~ rl N ~ ~ o , '" U ~ U " ~ H H ~ ~ IJ'l :t: W W [f) U U W H U H ~ Z Z ~ W W Z " " w ~ ~ ~ ~ ~ ro '" '" ro ~ ~ ~ o 0 w X H W W o G u o ~ ~ Z o o ~ ~ o 0 ~ ~ ~ Z o o w W H ~ ~ :> w X ~ z '" H ro o o H m u o g ~ w W 0 >-< "J' ~ .... 0 0 .'l ;..-, (530 a; ~ rl ;:; ~ z w " H ~ W Z H '" ~ H ~ '" w o w '" o Z ~ ~ ~ w w o o ~ o ~ H w ~ 0 5 Cl a Q r--< 8 0 z 888 [:3 :3 ~ ~ ~ ; ~ ; ; ; '" 0 0.. '" n.. ,. ~ o z ~ z z z z Z 0 888 0 ~ ~ ~ ~ ~ ~ :::> f~ ::> ::> ::::> ::> Q ill 0 Q Q Q o W w w W :I: 0 ;I:; ::r: ::r: b !-< !-< (.-< !-< ~ ~ X o ~ U H .n ~ .., ~ ~ '" ro H " ~ ~ Z W 0 U 0 ::: ~ z w 0 " z ~ '" ~ '" W H '" U ~ o ~ ~ z >-< ....:l ....:i >- 8 ;i ~ g; ;i rJl :::> 0 0 g ~ ~ : : ::r: Q U U) [f) 8 [f) <( <( U) a: Lll ill a: ro ro w X ,. H U '" H Z o U w X ~. ~ 0 w 0 Z 5 0: 8 w ,....l W Ul ::I; 0.. 0.. Z (-< ~ w wo:o. (..., 0: r.J 0 w w 0 ro H '" 0 z :5 5 ~ o z ~ At: ~ ~ U) wow o 0: Q (f) : ~ ~ ~ H H U z o z o ~ ~ : o o w X H u o ~ w X H ~ ~ Z 0 H Z 0 ~ :;; :J: WHO o m 0 o 0 o ~ 0 H U W ~ ~ ~ " '" o o X m Z o g ~ H ~ N ~ ~ ~ ~ ~ ~ :l ~ ~ o w o o .., u z m w o o W H '" " z ~ ~ w o o ~ w ~ z w ~ ~ '" ~ m ~ o o X W H o " ~ H U ~ ~ Z o u o ~ ~ ~ o ~ H Z o o ~ ~ H 0 H o Z ~ 0 ~ ~ o ~ ~ o z Z ~ H m o ~ z ~ :;: ~ H '" ~ 0 U < 0 ~ H Z o U o ~ ~ ,. ~ ~ ~ w o '" ; ~ u x o o ~ z w Z H Z o .., ~ ~ o p w X H Z ~ ~ m o o H ~ ~ .., ~ W H m ~; ;.,J 2:i Gi z ::::> " 0 .., ~ U " ~ z ~ H H Q o Z w ~ '" ~ o z ~ w ,. m Z o ,. " u o o w X ~ ~ ~ ~ H ~ w X H H ~ ~ o ~ ~ Z '" H ~ w X H ~ o u '" o ~ ~ ~ ~ X ~ W ~ H Z W " ~ ~ '" ~ o z o H m ~ o w X ~ ~ U '" ~ Z o U c~ u < ~ z o u W ~ Z o o ~ o z o ~ w ~ '" . ~ .., 0 " ~ o o ~ X ~ W W X > ~ w Z U ~ ~ ~ ro 0 o H , o ~ c. w w Z H W Z Z o ~ p z o o ~ ~ w [() U) ~ g o U ~ x ~ :;: ~ ~ Z o o U ~ ~ H ~ Q o H U W w w ~ w u w '" ~ ~ ~ ~ oo~ z ~ o ~ HH '" 0 ;j ~ ~ ~ w ~ ~ H ~ '" 0 00 ~ ~ ~ ~ H H 00 ~ Z 0" ~ '" OU '" '" U 00 '" :':N o '" '" w Z U '" ~ ~ ~ ~ " '" o ~ ei 00'" "'~ W" ~ Z OU '" G ~ 00 '" '" ~ ;: g: !; '" Ul 8. g; U ~ ~ " 0 '" ~ ;,d :< ~ co e; ~ ,., ~ :.;' H > w '" " ~ U ~ 0 w '" :> '" '" ~ z ~ tJ ;Q ~ ~ '" z ~ o ~ w w ~ ~ '" Z '" '" ;: '" U '" ~ o H , ~ 00 '" 00 00 ::l U o H ~ ~ '" ;: '" U '" ~ o ~ ~ ~ U '" ~ Z 0 o Z z " 00 H ~ ~ ~ 00 '" ~ ~ z ::l 5 u 0 C3 u o.n ~ r..:l "-' Ei O.....N~~~~ Z..:. 0 0 :::> 0 i3g~...t;~cr: ~ r:' ~ 0 <t: 2 Z ar:: f-t fJ) ~ f-; m w ~ 0 U f-' fficn~~u~5 en .. ll:: U U) C3 ~ z Z N 0.. U <t: c: 0 Cl ~ ~ w en fi ~ f-; en ~ ~! ~g~ :; a!: U) (f) u.. "t: c(wtlwbiii u to- ~ n: i2 0 OW....:l 0.. 0 ...J Q u .:J: t.... [-< o ~ ~ ~ ~ ~ ~ '" z ~ o ~ w ,., ~ 00 ~ 0 ~ ~ ~ '" ~ '" ~ ~ 00 '" ~ U H 00 '" Z 0 ~ 00 ~ '" " ~ 8 0 '" '" ~ '" z '" 00 '" 00 ~ ~ ~ ~ H " Z 00 ~ '" o 8 '" z '" ~ ~ ~ " co ~ z ~ '" ~ z o H 00 i!5 ~ ~ Cl ... ~ ~ 0 '" '" z U) ..... :3 ~ U 00 H " ~ !Z ~ '" 0 0 U U '" '" w Z zoo," '" " ~ '" ~ w ~ ~ " co ~ z ~ '" '" U " '" z o U '" 00 " '" w ~ '" z '" Z H " ,- 00 o o ~ ~ WH ~" W~ ~~ (.cJ;J zu HOO " -liiJ "CO ~ " " " '" ,U OOH ~H ~z "'" t::lCr'. Z~ ,,~ b"::; ~ [~ P..U ", Z~ m" "'0 uu H "W ZZ WH ~ o..z ~ " '" ~w O~ 00 ~ 8~ i3S ~ z O~ w~ Z ,"00 Z ,"0 UH "'" '"" ZZ OH u~ "'w 00'" "u wO w "W " -" w" '" ~3 "'w ~~ " > w w~ U~ H '"w ~:> ~w ~z ~w "CO 00 ~ ~ o Z o o o H ~ H ~ ,"00 U - "'~ ~o ~'" ou u'" ~ "'H zo '" '" ZZ :.;'H 2i3~ o " oz '"~ o ~ " ~ ~ 00 " '" H 00 00 ~ ~ o Z o o ~ ~~ o z'" " ~" ~" ~ q OO~ H'" Z O~ O~ o ~H '" ~'" Z ~'" '" ~o '" z O~ u '"co :>~ ~z 0'" U "'~ z'" ,"" ~ H Z co ~ o ~ Z H 00 ro u '" 00 ~ o w z o H :> ~ o '" Z H ~ ~ ~H :::3,-, 3~ o ~ ZH ,"0 ~ ~ ~ " ~~ U~ ~ "'H Z '" - o ~ . ~ ZH 800 ,"Z ,:I;(", ~F ~w "'00 '" '" u ~ ~ '" z ~ ~ o H '" Z '" o '" w " ~ co '" H Z ~ o ~ ~ w "'" "w "8 co'" z~ H" W H _ "H > wro g;~ " w" ~Ei '" z _ w~ co '" OO~ " ~" ~w "'0 zo ~u ~ O~ HO 00 ~::l '" ~~ ~ 00 z~ ~H ow ~" U '" '"'" ~~ H " H Z '" Z ~ " ~ " '" ~ o w ro z '" m ~o ~ ~oo oz z8 ~oo ~~ ~ro '" z'" ~z ~'" o HZ '" w Z:< '" '" ~U o ~ W" co~ "0 HU ZU w" U ~ Z WH ~ o ":.;' U~ H U woo H :>:J " ~Z w~ ~ ~~ OH ZZ W OOz ~ W" U~ H H ~ Z W W ~ ~ 0 ~ w ro ~ " Z u z " 0 ~ Z H m '" ~ '" U '" ~ '" 8 H Z '" " ro ~ " '" Z H H " Z H ~ Z " W Z w w o ~ ~ g "'''' ~o 0" z" STATE OF CALIFORNIA DEPARTMENT OF INDUSTRIAL RELA nONS Division of Labor Statistics and Research 455 Golden Gate Avenue, 9th Floor San Francisco, CA 94102 Arnold Schwarzenegger, Governor MAILING ADDRESS: (t'. P. O. Box 420603 San Francisco, CA 94142-0603 PREDETERMINED INCREASE FOR ASBESTOS AND LEAD ABATEMENT (LABORER) (SC-l 02-882-1-2007-1) IN ALL LOCALITIES WITHIN IMPERIAL, INYO, KERN, LOS ANGELES, MONO, ORANGE, RIVERSIDE, SAN BERNARDINO, SAN DIEGO, SAN LUIS OBISPO, SANTA BARBARA, AND VENTURA COUNTIES This predetermined increase for the above named craft applies only to the above referenced determination for work being performed on public works projects with bid advertisement dates on or after March 4, 2007, until this determination is superseded by a new determination or a predetermined increase modification notice becomes effective. When referencing our prevailing wage determinations, please note that if the prevailing wage rate determination which was in effect on the bid advertisement date of a project has a single asterisk (*) after the expiration date, the rate will be good for the life of the project. However, if a prevailing wage rate determination has double asterisks (**) after the expiration date, the rate must be updated on the following date to reflect the predetermined rate changers). ASBESTOS AND LEAD ABATEMENT WORKER (LABORER) Determination SC-102-882-1-2007-1 is currently in effect and expires on December 31, 2007**. Effective January 1, 2008, there will be an increase of $1.52 to be allocated to wages and or fringe benefits. Effective January 1, 2009, there will be an increase of $2.00 to be allocated to wages and or fringe benefits. There will be no further increases applicable to this determination. Issued 2/22/2007, Effective 3/4/2007 until superseded. This page will be updated when wage rate breakdown becomes available Last Updated: March 4, 2007. ~TATF OF rAllFORNIA DEPARTMENT OF INDUSTRIAL RELATIONS DIVISION OF LABOR STATISTICS & RESEARCH 455 Golden Gate A venue, 9~ Floor San Francisco, CA 94102 ARNOl n srHW AR7F.NFCrtiFR rrnVFRNnR San Francisco ADDRESS REPLY TO: P. a. Box 420603 CA 94142-0603 it PREDETERMINED INCREASE FOR CEMENT MASON (SC-23- 203- 2-2006-1) IN ALL LOCALITIES WITHIN IMPERIAL, INYO, KERN, LOS ANGELES, MONO, ORANGE, RIVERSIDE, SAN BERNARDINO, SAN LUIS OBISPO, SANTA BARBARA, AND VENTURA COUNTIES This predetermined increase for the above named craft applies only to the current determination for work being performed on public works projects with bid advertisement dates on or after September 1,2006, until this determination is superseded by a new determination or a predetermined increase modification notice becomes effective. When referencing our prevailing wage determinations, please note that if the prevailing wage rate determination which was in effect on the bid advertisement date of a project has a single asterisk (') after the expiration date, the rate will be good for the life of the project. However, if a prevailing wage rate determination has double asterisks (") after the expiration .date, the rate must be updated on the following date to reflect the predetermined rate change( s). Cement Mason Determination SC-23-203-2-2006-1 is currently in effect and expires on June 30, 2007". Effective on July 1,2007, there will be an increase of $2.12 to be allocated to wages and/or employer payments. Effective on July 1, 2008, there will be an increase of $2.25 to be allocated to wages and/or employer payments. There will be no further increases applicable to this determination. Issued 8/22/2006, Effective 9/1/2006. This page will be updated when wage rate breakdown information becomes available. Last Updated: September 1,2006 STATROF f'AJ IFORNJA DEPARTMENT OF INDUSTRIAL RELATIONS DIVISION OF LABOR STATISTICS & RESEARCH 455 Golden Gate Avenue, 9'" Floor San Francisco, CA 94102 ARNOLD SCHW ARZENEGGER. GOVFRNOR ADDRESS REPLY TO: ~ P a Box 420603 ~ San Francisco CA 94142-0603 PREDETERMINED INCREASES FOR LABORER AND RELATED CLASSIFICA nONS (SC-23-102-2-2006-2) ALL LOCALITIES WITHIN IMPERIAL, INYO, KERN, LOS ANGELES, MONO, ORANGE, RIVERSIDE, SAN BERNARDINO, SAN LUIS OBISPO, SANTA BARBARA, AND VENTURA COUNTIES These predetermined increases for the above named craft applies only to the current determination for work being performed on public works projects with bid advertisement dates on or after September I, 2006, until this determination is superseded by a new determination or a predetermined increase modification notice becomes effective. When referencing our prevailing wage determinations, please note that if the prevailing wage rate determination which was in effect on the bid advertisement date of a project has a single asterisk (*) after the expiration date, the rate will be good for the life of the project. However, if a prevailing wage rate determination has double asterisks (**) after the expiration date, the rate must be updated on the following date to reflect the predetermined rate change(s). LABORER Determination SC-23-102-2-2006-2 is currently in effect and expires on June 30, 2007**. Effective July 1,2007, there will be a $2.00 increase to wages and/or employer payments Effective July 1,2008, there will be a $2.25 increase to wages and/or employer payments There will be no further increases applicable to this determination. Issued 8/22/2006, Effective 9/1/2006. This page will be updated when wage rate breakdown information becomes available. Last Updated: September 1,2006 STATE OF CALIFORNIA DEPARTMENT OF INDUSlRIAL RELATIONS Division of Labor Statistics and Research 455 Golden Gate Avenue, 9th Floor San Francisco, CA 94102 Arnold Schwarzenegger, Gavernor MAIUNG ADDRESS: P. O. Box 420603 Sat! Francisco, CA 94142-0603 @..::.- .. ~~ !,,; . Co,..o..'. PREDETERMINED INCREASE FOR PARKING AND HIGHWAY IMPROVEMENT {STRIPING. SLURRY AND SEAL COAT OPERA TIONS-LABORERl ISC-23-1 02-6-2006-1 \ IN ALL LOCALITIES WITHIN IMPERIAL, INYO, KERN, LOS ANGELES, MONO, ORANGE, RIVERSIDE, SAN BERNARDINO, SAN DIEGO, SAN LUIS OBISPO, SANTA BARBARA, AND VENTURA COUNTIES This predetermined increase for the above named craft applies only to the current determination for work being performed on public works projects with bid advertisement dates on or after September I, 2006, until this determination is superseded by a new determination or a predetermined increase modification notice becomes effective. When referencing our prevailing wage determinations, please note that if the prevailing wage rate determination that was in effect on the bid advertisement date of a project has a single asterisk (*) after the expiration date, the rate will be good for the life of the project. However, if a prevailing wage rate determination has double asterisks (**) after the expiration date, the rate must be updated on the following date to reflect the predetermined rate change(s). PARKING AND HIGHWAY IMPROVEMENT (STRIPING. SLURRY AND SEAL COAT OPERA nONS-LABORER) Determination SC-23-1 02-6-2006-1 expires on June 30, 2007**. Effective July 1,2007, there will be a $2.00 increase to wages and/or employer payments. Effective July 1, 2008, there will be a $2.00 increase to wages and/or employer payments. Effective July 1,2009, there will be a $2.25 increase to wages and/or employer payments. There are no further increases applicable to this determination. Issued 8/22/2006, Effective 9/1/2006 until superseded. This page will be updated when wage rate breakdown information becomes available. Last Updated: September I, 2006 !'\TATF OF r.AT TFORNTA DEPARTMENT OF INDUSTRIAL RELATIONS DIVISION OF LABOR STATISTICS & RESEARCH 455 Golden Gate Avenue, 9'" Floor San Francisco, CA 94102 ARN01DsrHWAR7FNF:GGFR GOVF:RNOR ADDRESS REPLY TO: P.o. Box 420603 San Francisco CA 94142-0603 . PREDETERMINED INCREASE FOR TUNNEL WORKER (LABORER) (SC-23-102-12-2007-1) IN IMPERIAL, INYO, KERN, LOS ANGELES, MONO, ORANGE, RIVERSIDE, SAN BERNARDINO, SAN LUIS OBISPO, SANTA BARBARA, AND VENTURA COUNTIES This predetermined increase for the above named craft applies only to the current determination for work being performed on public works projects with bid advertisement dates on or after March 4, 2007 until this determination is superseded by a new determination or a predetermined increase modification notice becomes effective. When referencing our prevailing wage determinations, please note that if the prevailing wage rate determination which was in effect on the bid advertisement date of a project has a single asterisk (*) after the expiration date, the rate will be good for the life of the project. However, if a prevailing wage rate determination has double asterisks (**) after the expiration date, the rate must be updated on the following date to reflect the predetermined rate diange(s). TUNNEL WORKER (LABORER): Determination SC-23-102-12-2007-1 is currently in effect and expires on June 30, 2007**. Effective July 1, 2007, there will be an increase of $2.25 to be allocated to wages and/or fringe benefits. Effective July 1, 2008, there will be an increase of $2.25 to be allocated to wages and/or fringe benefits. There will be no further increases applicable to this determination. Issued 2/22/2007, Effective 3/4/2007 until superseded. This page will be updated when wage rate breakdown information becomes available. Last Updated: March 4, 2007 ST ATE OF CALIFORNIA DEPARTMENT OF INDUSTRIAL RELATIONS Division of labor Statistics and Research 455 Golden Gate Avenue, 81h Floor San Francisco, CA 94102 Arnold Schwarzenegger, GOI't'nlor A1AILJ.\'G ADDRESS: P. O. Box -120603 .c;1l11 r-nmci,co, CA 94142.0r:;03 "ijy"~.,,, .' . ~~, ~ PREDETERMINED INCREASE FOR LANDSCAPE/IRRIGA TION LABORER/TENDER (SC-1 02-X-14-2005-1, SC-1 02-X-14-2005-1 A) LANDSCAPE IIRRIGATION LABORER LANDSCAPE HYDRO SEEDER LANDSCAPEIIRRIGA TION TENDER IN ALL LOCALITIES WITHIN IMPERIAL, INYO, KERN, LOS ANGELES, MONO, ORANGE, RIVERSIDE, SAN BERNARDINO, SAN LUIS OBISPO, SANTA BARBARA, AND VENTURA COUNTIES This predetennined increase for the above named craft applies only to the current detennination for work being perfonned on public works projects with bid advertisement dates on or after September I, 2005, until this determination is superseded by a new determination or a predetennined increase modification notice becomes effective. \Vhcn referencing OUf prevailing wage determinations, please note that if the prevailing wage rate detennination which was in effect on the bid advertisement date of a project has a single asterisk (*) atier the expiration date, the rate will be good for the life of the project. However, if a prevailing wage rate detennination has double asterisks (**) after the expiration date, the rate must be updated on the following date to reflect the predetennined rate change(s). LANDSCAPEIIRRIGA nON LABORER Detennination SC-I 02-X-14-2005-1 is currently in effect and expires on July 31, 2006**. Effective August 1,2006, there will be an increase of 5 1.30 to be allocated to wages and/or fringe benefits. Effective August 1, 2007, there will be an increase of 5 1.30 to be allocated to wages and/or fringe benefits. There will be no further increases applicable to this detennination. LANDSCAPE HYDRO SEEDER Determinations SC-I 02-X-14-2005-1 is currently in effect and expires on July 31, 2006**. Effective August 1,2006, there will be an increase 01'51.30 to be allocatcd to wages and/or fringe benefits. Effective August 1,2007, there will be an increase 01'51.30 to be allocated to wages and/or fringe benefits. There will be no further increases applicable to this detennination. continued on next page. LANDSCAPE/IRRIGA nON TENDER Determination SC-I 02-X-14-2005-1 A is currently in effect and expires on July 31, 2006**: Effective August 1,2006, there will be an increase of S0.40 to be allocated to wages and/or fringe benefits. Effective August 1,2007, there will be an increase of S0.46 to be allocated to wages and/or fringe benefits. There will be no !urther increases applicable to this determination. Issued 8/22/2005, Effective 9/1 /2005 until superseded. This page will be updated when wage rate breakdown information becomes available. Lasf Updated: September 1,2005 SOILS REPORT -~ REPORT OF LIMITED GEOTECHNICAL STUDY, 1-215 FREEWAY SEGMENT 3-SEWER LINE RELOCATION, BETWEEN INLAND CENTER DRIVE AND WEST CONGRESS STREET, CITY OF SAN BERNARDINO, SAN BERNARDINO COUNTY, CALIFORNIA April 12, 2007 SUBMITTED TO: CITY OF SAN BERNARDINO PUBLIC WORKS I ENGINEERING 300 NORTH D STREET SAN BERNARDINO, CALIFORNIA 92408 \ .\ PREPARED BY: HILLTOP GEOTECHNICAL, INC. 786 SOUTH GIFFORD A VENUE SAN BERNARDINO, CALIFORNIA 92408 786 S GIFFORD AVENUE' SAN BERNARDINO' CALIFORNIA 92408 hdltopg@hgeotech.com . FAX 909-890-9055 .909-890-9079 HILLTOP GEOTECHNICAL INCORPORATED April 27, 2007 City of San Bernardino Public Works I Engineering 300 North D Street San Bernardino, CA 92408 Project No.: 622-F07 Report No.: 1 c Attention: Mr. Robert Sepulveda Associate Engineer Subject: Report of Limited Geotechnical Study, 1-215 Freeway Segment 3 -Sewer Line Relocation, Between Inland Center Drive and West Congress Street, City of San Bernardino. San Bernardino County, California. " References: City of San Bernardino, Development Services -Public Works I Engineering, Undated, 1-215 Freeway Segment 3 -Sewer Line Relocation, Drawing No. 11916, Sheet 1 of 12 sheets to Sheet 12 of 12 Sheets. I Mr. Sepulveda: According to your request, we have completed a limited geotechnical study for the proposed sewer line relocation in the city of San Bernardino, San Bernardino County, California. We are presenting, herein, our findings and recommendations. FIELD EXPLORATION The field study performed for this report included a visual reconnaissance of existing surface conditions of the subject site. Site observations were conducted on April 2 and April 3, 2007 by a representative of Hilltop Geotechnical, Inc. 622- F07.1 April 27, 2007 Page 2 A study of the property's subsurface condition was performed to evaluate underlying earth strata and the presence of groundwater. Six (6) exploratory borings were performed along the project area on April 2 and April 3, 2007. Locations of the exploratury excavations were determined in the field by pacing and sighting from the adjacent existing streets and adjacent structures as shown on the referenced plan. Approximate locations of the exploratory excavations are denoted on the 'Exploratory Excavation Location Plan,' Plate Nos. la through lc, presented in this report. Approximate elevations of the exploratory excavations were determined by interpolation from the profile as shown on the referenced plans. Locations and elevations of the exploratory excavations should be considered accurate only to the degree implied by the method used in determining them. The exploratory borings were performed by using a truck-mounted drill rig equipped with 8-inch outside-diameter, hollow-stem augers. The exploratory excavations were explored to depths ranging from approximately 7.5 to 26.5 feet below existing ground surface at the excavation locations. Bulk and disturbed samples of encountered earth materials were obtained at various depths in the exploratory excavations and returned to our laboratory for testing and verification offield classifications. Bulk samples were obtained from cuttings developed during the excavation process and represent a mixture of soils within the depth indicated on the logs. Disturbed samples of encountered earth materials were obtained at various depth by driving a split-spoon sampler. The sampler was driven with successive drops of a 140-pound weight having a free fall of approximately 30 inches. Blow counts for each successive 6.0 inches of penetration, or fraction thereof, are shown on the 'Subsurface Exploration Log,' Plate Nos. 3 through 8b, presented in this report. Groundwater observations were made during, and at the completion of the excavation process and are noted on the attached 'Subsurface Exploration Log,' if encountered. The exploratory excavations were logged by a representative of Hilltop Geotechnical, Inc. for earth materials and subsurface conditions encountered. Soil materials encountered in the exploratory excavations were visually described in the field in general accordance with the current Unified Soils Classification System (USCS), ASTM D2488, visual-manual procedures, as illustrated on the attached, simplified 'Subsurface Exploration Legend,' Plate No.2, attached in this report. The visual textural description, color of the soil at natural moisture content, apparent moisture condition of the soils, and apparent relative density or consistency of the soils, etc., were recorded on the field logs. The 'Relative Density' HILLTOP GEOTECHNICAL, INC. ~ 622-F07.1 April 27, 2007 Page 3 ,. of granular soils is given as very loose, loose, medium dense, dense, or very dense and is based on the number of blows to drive the sampler. The 'Consistency' of silts or clays is given as very soft, soft, medium stiff, stiff, very stiff, or hard and is also based on the number of blows to drive the sampler. The field log for each excavation contains factual information and interpretation of soil conditions between samples. The 'Subsurface Exploration Logs' presented in this report represent our interpretation of the field log contents and results of laboratory observations and tests performed on samples obtained in the field from the exploratory excavations. r The exploratory boring excavations were backfilled with excavated earth materials and with reasonable effort to restore the areas to their initial condition before leaving the site, but were not compacted to a relative compaction of90 percent or greater. Where borings were located in existing paved areas, the borings were capped with asphaltic concrete, cold patch material. In an area as small and deep as a boring excavation, consolidation and subsidence of backfill soil may result in time, causing a depression of the excavation areas. The client is advised to observe exploratory excavation areas periodically and, when needed, backfill noted depressions. EXISTING PAVEMENT SECTION The asphalt concrete and aggregate base thickness at the boring locations are presented on the following table. r j Asphalt Aggregate Boring No. Street name & Station Thickness Base (in.) Thickness (in.) B-1 "r" Street. Sta. 24+75 7.0 0.0 B-2 "I" Street. Sta. 28+45 9.0 0.0 B-3 "I" Street. Sta. 22+20 6.0 0.0 B-4 "r" Street, Sta. 14+35 6.0 0.0 B-5 "r" Street, Sta. 04+65 6.0 0.0 B-6 rnland Center Drive, Sta. 00+90 6.0 0.0 EARTH MATERIAL DESCRIPTION Presented as follows are brief descriptions of the earth materials encountered in the exploratory excavations. More detailed descriptions of the earth materials , HILLTOP GEOTECHNICAL, INC. 622-F07.1 April 27, 2007 Page 4 encountered are presented on the attached 'Subsurface Exploration Log,' Plate Nos. 3 through Sb. The earth material strata as shown on the logs represent the conditions at the actual exploratory excavation locations. Other variations mav occur beyond and/or between the excavations. Lines of demarcation between the earth materials on the logs represented the approximate boundary between the material types; however, the transition may be gradual. The site materials encountered during the field exploration were identified as man- made fill (at) overlying alluvium (Qal). The pavement section encountered at the locations of boring ranged between 6.0 to 9.0 inches asphalt concrete with no aggregate base. '- Underlying the asphalt concrete to the depths of approximately 0,5 to 7.5 feet, the on-site soil was classified as man-made fill. The fill consisted of gravely sand (SP) was encountered to the depth of 0.5 feet below the asphalt concrete in boring B-3, B-5, and B-6. The fill consisted of brown silty fine to coarse sand with a trace gravel (SM) was encountered to the depth of 7.0 feet below the asphalt concrete in boring B-1. These fills are considered to be undocumented since no reports were made available for review. Alluvium was encountered underlying the fill soils in boring B-1, B-3, B-5, and B-6 and underlying the asphalt concrete in boring B-2 and B-4. The alluvium consisted of silty fine to coarse sand (8M), slightly clayey fine to coarse sand (8P/SC), slightly silty fine to coarse sand (SP/SM), clayey fine to coarse sand (SC),and sandy clay (CL). These strata were generally brown, gray, brown or black-brown in color, moist, and very loose to dense in relative density or medium stiff in consistency. LABORATORY TESTING Laboratory tests were performed on selected bulk samples obtained from exploratory excavations during the field study. Tests were performed in general accordance with generally accepted American Society for Testing and Materials (ASTM), State of California - Department of Transportation (CALTRANS), Uniform Building Code (DBC), or other suitable test methods or procedures. The remaining samples obtained during the field study will be discarded 30 days after the date of this report. This office should be notified immediately if retention of samples will be needed beyond 30 days. A brief description of the tests performed is presented below: HILLTOP GEOTECHNICAL, INC. , ! j -1 " j 622-F07.1 April 27, 2007 Page 5 r Classification The field classification of soil materials encountered in the exploratory excavations was verified in the laboratory in general accordance with the current Unified Soils Classification System, ASTM D2488, 'Standard Practice for Determination and Identification of Soils (Visual-Manual Procedures).' The final classification is shown on the attached 'Subsurface Exploration Log,' Plate Nos. 3 through 8b. Sieve Analysis The percent by weight finer than a No. 200 sieve (silt and clay content) was determined for selected samples of earth material in general accordance with current ASTM D1l40 procedures. The test is performed by taking a known weight of an oven dry sample of soil material, washing it over a No. 200 sieve, and oven drying the soil retained on the No. 200 sieve. The dry weight of soil material retained on the No. 200 sieve is measured and the resulting percentage retained is calculated based on the original total dry soil sample weight. The percent passing the No. 200 sieve is determined by subtracting the percent retained from 100. The test results are summarized in the following table. ,-- ~ I PERCENT PASSING #200 SIEVE TEST (ASTM D1l40 Test Method) PERCENT SAMPLE SOIL DESCRIPTION PASSING #200 SIEVE B-2, 1.0'-4.0' Brown silty fine sand (SM) 34 B-4, 1.0'-4.0' Brown clayey fine to coarse sand 49 (SC) B-5, 1.0'.4.0' Gray-brown sandy clay (CL) 59 Sand Equivalent Test Sand equivalent tests were performed on samples of near-surface earth materials in general accordance with current California Test 217 procedures. The Sand Equivalent is an indicator ofthe relative proportion of fine materials in samples of soil or aggregate which pass a No.4 sieve. The Sand Equivalent value is a unitless number and is the ratio of the height of sand to the height of flocculated fine material in a sedimentation cylinder. The ratio is multiplied by 100 to obtain the Sand Equivalent Value. The test results are summarized in the the following table. HILLTOP GEOTECHNICAL, INC. 622-F07.1 April 27, 2007 Page 6 SAND EQUIVALENT (California Test 217]) I SAMPLE I SAND I EQUIVALENT B-1,1.0'-4.0' 13 B-2, 1.0'-4.0' 15 B-3.1.0'-4.0' 11 B-4,1.0'-4.0' 8 B-5,1.0'-4.0' 5 B-6,1.0'-4.0' 6 TRENCH EXCAVATION RECOMMENDATIONS Utility trenches within the zone ofinfluence of pavement areas should be backfilled with documented, compacted soil. It is recommended that utility trench excavations be designed and constructed in accordance with current OSHA regulations. These regulations provide trench sloping and shoring design parameters for trenches up to 20 feet in vertical depth based on a description and field verification of the soil types encountered. Trenches over 20 feet in vertical depth should be designed by the Contractor's Engineer based on site specific geotechnical analyses. For planning purposes, we recommend that the following OSHA soil type designations and temporary slope inclinations be used: OSHA TEMPORARY EARTH SOIL SLOPE MATERIAL TYPE* INCLINATION (H:V)** Undocumented Fill C 1.5:1 Compacted Fill C 1.5:1 Alluvium C 1.5:1 HILLTOP GEOTECHNICAL, INC. 622-F07.1 April 27, 2007 . Page 7 ~ OSHA TEMPORARY EARTH SOIL SLOPE MATERIAL TYPE* INCLINATION (H:V)** Type 'C'; Cohesive soils with an unconfined compressive strength of 0.5 tsf or less: or Granular soils including sands, gravels. loamy, clayey or silty sands. etc. .. Steepest allowable slopes for excavations less than 20 feet in vertical height. Slopes for excavations greater than 20 feet in vertical height should be designed by a Registered Professional Engineer with experience In Geotechnical Consulting and Soil Mechanics. 1 Excavations of less than 5.0 feet in depth may also be subject to collapse due to water, vibrations, previously disturbed soils, or other factors and may require protection for workers such as temporary slopes, shoring, or a shielding protective system. The excavations should be observed by a qualified, competent person (as defined in the current OSHA regulations) looking for signs of potential cave-ins on a daily basis before start of work, as needed throughout the work shifts, and after every rainstorm or other hazard-increasing occurrence. . Surcharge loads (i.e., spoil piles, earthmoving equipment, trucks, etc,) should not be allowed within a horizontal distance measured from the top of the excavation slope equivalent to 1.5 times the vertical depth of the excavation. Excavations should be initially observed by the project Geotechnical/Geologic Consultant and/or his representative to verify the recommendations presented or to make additional recommendations to maintain stability and safety. Moisture variations, differences in the cohesive or cementation characteristics, or changes in the coarseness of the deposits may require slope flattening or, conversely, permit steepening upon review and appropriate testing by the project Geotechnical / Geologic Consultant and/or his representative. The excavations should be observed by a qualified, competent person (as defined in the current OSHA regulations) looking for signs of potential problems on a daily basis before start of work, as needed throughout the work shifts, and after every rainstorm or other hazard- increasing occurrence. Deep utility trenches may experience caving which will require special considerations to stabilize the walls and expedite trenching operations. Surface drainage should be controlled along the top of the construction slopes to preclude erosion of the slope face. If excavations are to be left open for 1 HILLTOP GEOTECHNICAL, INC. l l , 622-F07.1 April 27, 2007 Page 8 i long periods, the slopes should be sprayed with a protective compound and/or covered to minimize drying out, raveling. and/or erosion of the slopes. TRENCH BACKFILL RECOMMENDATIONS Sand equivalent tests on samples of near-surface on-site soil material indicate that the near-surface on-site soil material had sand equivalents of 5 to 15. In general, the on-site earth materials present are considered satisfactory for reuse as trench backfill. However, the suitability of on-site material for pipe bedding materials should be determined by the Civil Engineer who is designing the pipe for the proposed sewer line. Trench backfill materials should be free of significant amounts of organic materials and/or debris and should not contain rocks or clumps. greater than 6.0 inches in maximum 'dimension. No significant amount of oversized rock materials are anticipated to be generated from the cuts performed in the local materials. Trench backfill material should be placed in a lift thickness appropriate for the type of backfill material and compaction equipment used. Backfill material should be brought to optimum moisture content to 3.0 percent above optimum moisture content and compacted to 90 percent or greater relative compaction by mechanical means. Jetting or flooding of the backfill material should not be considered a satisfactory method for compaction unless the contractor can demonstrate that proper compaction will be achieved. Maximum dry density and optimum moisture content for backfill material should be determined according to current ASTM D1557 procedures. J CLOSURE This report has been prepared for use by the parties or project named or described above. It mayor may not contain sufficient information for other parties or purposes. The findings expressed in this report are based on generally accepted geotechnical engineering practices and principles. No further warranties are implied or expressed beyond the direct representations of this report. This opportunity to be of service is appreciated. If you have any questions regarding this matter, please contact this office at your convenience. HILLTOP GEOTECHNICAL, INC. -1 I i l 622-F07.1 ... April 27, 2007 Respectfully submitted, ~ HILLTOP GEOTECHNICAL, INC. " ~ Senior Engineer Date Signed SSIDLC/em ... Attachments: Distribution: " . " Page 9 'Exploratory Excavation Location Plan' . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Plate Nos. Ia through Ic 'Subsurface Exploration Legend' ............. Plate No.2 'Subsurface Exploration Log' ..... Plate Nos. 3 through 8b (4) Addressee HILLTOP GEOTECHNICAL, INC. ~ ~ lj;i .~ ...... ~~'- -".." ~11~1~"..,_~~ti I} ___ ___ ~~~ l::H i r;8~~ i ~~~W: ,: If~,.'" I,; I; ll~. 'I ;;:" "- , I' I, ,: Ii'I rf~I' ~ " 1'1',. SI". 1 I -, e3~ I rr-:- - ~) I:'lif f I +~ I I r ,: I I I' 'II : 1,1 .' I'I I ~ T'" I I,"~ ill I I: I : II' , 'I ' I'" ' : I'k~~ , I ,~, , I: r----;r "'- I' I I iJ I: :1': I: II I I II 1_ ' ~l/t.:, i , I, (': ~ ~ ! I; I' rr------- I" c :J' ~ ;" ):. '/J U:Ia 7QYLN< \-. lla007.iONIGarvNi/5 ,1\ " :;; ~ ~ ~ ~l ir-C;- I' " . d;-~l I -it' ,'"I ---_J1--- ---.,., " ., l-F~ ~ ~ '-r.~~ , I" lI"- ji: ! ':: : i I ' , i~,I., : , j,; I I I . 1...__ ~ I "-' ,,~r' ~ p !,:;:\ i ~ '~i , I '- -~-:-.; .i ~ 1 f: ,. ~ '- " ~; ~ '- " " ~ ~ ~ I ~ d 5 .~ 'r:: ~ ~ ~ j ~ "ril 'il C 8 S ';< ~ 8.Q 0.0. 0. K ~ril ~ ~ z :l .. ~ z 0 ;:: < ;.. " 0 0 .. ..0 0 Z Ul 0 ~ < " 1;1 .. =: 0 .... < =: 0 ..0 .. 1;1 ~ .!i ~ 0 s z . 1/ :0 . E: Ul ~\ Ul '" >. 0 '" z ~ 0 . '0' . .. ~I ~ . . " 0 0'" .- Ul . t~ .: ;::: ,,- o , " 0 _Z " '" ... 0 - '. o . :t; ~ 0:0 :.= i ~ .r: .. '0 , ~ "- t . .. ~ ~ ~ . '. Ul"" .~ . o . . 3 C ~ . o.'S o '" . 'i - ~ . . '" Gf E CI.l ~ ~~ o"-l "S .S 0>' '" ." - _ 3 ~ Il:I ~ Q;I . . C r:- ..s:: ~ .... CJ:l c:l~.s c ~ 2S :......t ~...'" 01/ " ;.,-iI'" .~ c.: U:::Jo ii o " - 01: " X I "" II ' ~.' i II , 'i " I' t' ~ :,' I .'1 I " I I.... .I . . ~ ~ l" , f) j~ ~ ~ "I~_':<i_D . _,,y,t~~~ ;""J~ ~~ I 11er:l I Ice j''\j t.~_, il:,'i,,1 :or I .-/ '" I C I _ II I ~ II I ::: 'II "'- . ., I ~: ! I L' M., I flJ!' .1 ~~ :', "r,l, ~ '( A ilf i :,11 ~ I :::~ "" I '" ~ "tp JA'"1 ...~"S....._ :Z..-+, '--.J "'TM>~::r;; f ,,~ I ~ 'I . ~~ ., '1'1: Ii I i 'I . I ! ',"'~ 1;"l'~'.':'1 ~, . ' ': -C:- ~ I I " :. ::2 Iii 0 - 5 ',I Y"-l ;;-- __J-:: :/1] fill r ~ II I " , ''\..11, 'I I ,i I I ~t' "l' 'ii' '_, i' '~i ..1 ,~ ;..: ' ~ :..:..: ~ ~ ~; ,g" ~~ t :::i ~ ~::i ~- :":::: ::::"'l .::;..... ::t;~ ::::'" ~~!- . ;:;_~L.."I I ~ l:l"", I I. ~ '['j. l! ! c:l 1-: ~ ! I :1,,1 I I OO+Zl ViS hi : - --of- ~ :r I.:q " . , . ~: .. ,: . ,If n~:Lm 1/'.'17 H:J.H W , . , ......<;: I .~ S~ ~ ~ :j.l , I, q: //,~O~<~ / / /j/ . / // ! ~'- - -.......,... "", ! ! - :' ~'S:'" of \"",,'(1 ~f.,,' , ! ~ ! ! ~ ~ ~ ~ ; ~ , o C t:: .S: 0_ ,- ~ - > ~ ~ u u .3 ~ Oil u -:;: C .. 0 S _ ,- ~ " ~ o 0 ~- "'''' '" ~ <t:0il <D , ~ ? z :s .. ::: z ~ 8_0~o ;:: z <: .ii 2< ..... u ~ = ~ 0 ~ .. -' u Z '" 0 ~ " ~ ;.. '" o .. ;a o -' .. ~ ,.: 0 "' ,:, ~ " ~ >. d '" Z ~ u . l ~Ii . i "", c'" .i: _ . ~ . - c '" .~::: c , '" 0 _Z . .. ... 0 . '. o ~ ~ ~ .Q :: :! .., 0 := ',,:: .. 0 ~S . . .'" 'E ~ . '. ",,, C t . 3 E ~ . o.'S 0'" . - - . . ..., > . '" ~ ~~ 0" tJS '5 c ,,~ ... 0_ .. " . - ~ 11:I ~ Q) I: ~ Q) . '" .., . '" ::c~S c ~ $ . ~ . OO-.,;Cl> 'o~~ ~.g ~ .- E.... ,,~O ~ . , .! &! I' I' I ~ I .' ~ : '" I: ~ '< " '< ~ " '" ~ ~ " ~ f I '"'5 c.: ..@ j ~ ~ ~ ~ ~ - ~1 .3 C ~ ;:l ~ ~ .~ ~ "- "'''' '" ~ -<:r>J Z "\ ~ 0. 0> Zo S o " ~ e:: <: u o .., Z ~-t' I <: " ~ . u ..,1 >< .-, "'[ \ &:! >- (:'1' I s: i :/> i2 I E:: ~ 0 ~ S ~ o ~ ~ ! o -= ;j " J ~I ~ ~ '" 0: ~ ~ ~I: ~ . . bO. 0"' '''':1: " . . '" . - o '" .~::: o , '" 0 _Z " " ... " ~ "i ~ ~ 0'" ;.: ~- ..0 0 =' "'::: 0. 0 , ~ "- . . 00: 'h Il.l .~ "'~ -= ~ Il.l <:;; ~:.; S . o ~ t "iic:..c ~ ~ m . ,; " Q "'- O~ '0 " "''' ... 0_ 1: ~ t . . 0 E ~ ~ ~~.s Cl ~ I:tJ Ill.... t '" '. ...]~ o . >'-0 ~ :::: ~ '0 U_ ~ " e .s o:! ~ llNIFIED SOIL CLASSIFICATION SYSTE!\1 CONSISTENCY / RELATIVE Visual-Manual Procedure (ASTM D2488) DENSITY . M-VOR DIVISIONS GROLTP TYPIC At NAMES CRlTERIA SYMBOLS GW Well Grad<;:d Gravels and Gravel- Reference 'Foundation Engineenng . Peck. Hansen, Clean Sand Mixtwes. Link or no Flnes Thombum, 2nd EditIOn Gravels Gr:l\els Poorl\ Graded Gra\l:ls and 50 "/0 or more GP (jral<~l-Sand Ml.'(tures. Little or no Standard Penetration T eSI of Coarse Fines Granular Soils Fraction Retamedon GM SLIt) Gravels, Gravel-Sand-Sllt Penetration Resistance. Relatiw Coarse- No 4 SIeve Gravels Mixtures'" N. (Blows' Foot) Densl~ Grained wlth SOlis. Fines GC Clayey Gravel, Gravel-Sand.Cla} MI:IO!ures.' 0-4 Very Loose More than SI'. Well Grad...d Sands and Gra\el} 4 - 10 Loose 50% Sand~, Lillie or no Fines Retamed Clean 10- )0 MedIum on No 200 Sands Sands Poorly Graded Sands and Gra\elly SIeve SP Sands, Link or no Fmes 30 - 50 Dense More than 50%of Sands SM Silt~ Sands, Sand-Silt Mixtures" > 50 Very Dense Coarse ....ith Fraction Fines Passes No 4 SC Clayey Sands, Sand-Cla~ Sieve Mixtures.. ML Inorganic Slits, Sand} Slits, Rock Standard Penetrallon Test Flour Cohesive Soils Silts and Clays CL Inorganic Clays of Low to Penetration Consistency Unconfined Medium Plasticit)" G1'a'..'elly Resistance, N, CompressIve Liquid LimIts 50 % or less Cla}s, Sandy Clays, Silt)' Clays, (Blows Foot) Strength, Fine Lean Clays (Tons Sq Grained Ft) Soils. OL Organic Silts and Organic silty Cla}s of Low Plasticity <2 Very Soft < 025 50%01' MH Inorganic SIlts, Micaceous or 2-4 Soft 025.05 man: Diatomaceous silts, Plastic Silts Passes No 4-' MedIum Stiff 05- I 0 200Sie\'e Silts and Clays CH Inorganic Clays of High PlastiCIty, . Fat Clays 8.15 Stiff 10 - 2 0 Liquid LimIts Greater than 500'0 OH Organic Clays of Medium to High 15-30 Very Stiff 20 --to Plasticity :-30 Hard "40 HIghly Organic Soils PT Peat, Muck, or Other Highly Organic Soils SUBSURFACE EXPLORATION LEGEND Based on matenal passing the 3-mch sieve. More than 12% passing the No. 200 sieve: 5% to 12% passing No. 200 sieve requires use of duel symbols (i.e.. SP-SM.. GP-GM. SP-SC, GP-GC. etc.); Border line classifications are designated as CH/CI, GM/SM. SPiSW. etc. U_S_StandardSieveSize 12" 3" 3/4" #4 #10 #40 #200 . .. l:nified Soil ClassinutioD Boulders Cobbles Gravel Sand Silt and Designation I I Medium I Cia) Coarse Fine Coarse Fine Dry Moisture Condition Absence of moisture, dusty, dry to the touch_ Damp but no visible moisture_ Visible free water, usually below the water table_ Material Ouantitv Trace < 5 % Slightly 5 - 12% Linle 12 - 25% Some 25 - 50 % Other Svmbols C - Core Sample S - SPT Sample B - Bulk Sample CK - Chunk Sample R - Ring Sample N - Nuclear Gauge Test v - Water Table Moist Wet .. PLA TE NO_ 2 HIU.'RlP Gm1'ECHNICAL BORING NO. ~ ~ "" ~ Q. w ~ - w Q. ... f- w Q. S co rJJ c o w 'Z ~ .. co ;; ~ w 00 c -;; w w 1'.0:: 1 .=: 3 2 3 ~ ' ~;'"-~ 6 .3 :/ 4 L 5 'j. 2 6_~'~ 3 ~.>- 2 7 8 9 _n lO 11 12 13 14 15 16 17 18 19 20 4. HILL.TOP GEoTECHNICAL . c o '':; " ~ !;; 'OC _ 00 .- .. 0- mu ... .:: ~ c w 0'" .::: ,. :c ~ - - - 8M Elevation Date: B-1 o. - ~ ~ = c ~ w 'J; ... o c ~8 ~ w ~ .. ... ~ '" B "C C 0 ;: "" ~ ~ - r; af PrOject ~o.: 622-F07.1 Description Asphalt to 1_0 Inches. FILL: Silt~. fine to coarse sand. a little gravel: Brown; Moise Loosf'. Bottom of boring at j.5 feet (refusal on concrete). No groundwater encountered. Boring backfilled with excavated material and capped \\'ith cold patch asphalt concrete. SUBSURFACE EXPLORATION LOG " 10:36 4/1 ;)/2007 Ih: Plate ~o. "vIe :3 BORING NO. B-2 " c Q. C 0 " ~ ~ ... 0 " .;:; ~ 0 .::: E- .;:; " '" "00 " ~ '" c " c ~ ~ - " ~ '" '-= ,,~ ~ c ..c e. ~ ~ .;; c::", ~ " ~ E " 00 00 .: 00 ~ Q. C "' .- '" C:c c " '" " " c- c c:: rJl 1>..:>:: ooU O!::. :; U 1 2 ~ ~ r83 3 ZZ~-'- .__m.n mmm. ___..n.__ m__m_. _mm___....._ ..._____.m__m___mm__m_.....n.___..___......__mm_mm______m gp/se Shghtlv clave, fine to coarse sand BrO\\ll MOIst Loo~p 4 5 ~.;.'.' ~.~' .;,..~~ 6 7 8 9~~' f#-~ 10 11 12 '13 ~l r'" ."",,~. 14 , 4 , . 15 16 17 18 19 20 Project :\0.: 622.F07.1 " ., o -0 ..c :3 ~ " ~ '" ~ "C C ~ C ~ -. - Description Asphalt to 9.0 inches. 8M QaI ALLFvlC\\ SlIt\ fine sand Brown MOist, Loose 2 2 3 8P!8~\ Slightly silty fine saild; Brown; Moist; ~'1ediurn dense. 4 5 6 8M Silty fine sand; Brown; Moist; Loose. 2 2 3 Bottom of boring at 1:3.5 feet. No groundwater encountered. Boring backfilled with excavated matprial and capped with cold patch asphalt concrete. ~ SUBSURFACE EXPLORATION LOG ElevatlOn Date: Bv: Plate ~o. ~IC 4 :t: 1027.5 HILLTOP GEOTI!:CHNICAL 4IJ :3/2007 BORING NO. " c 0 Q. C .;: >. .:: " ~ E-< ~ '" ~ " ~ " '" '" l;: ~ .c Ii ~ ~ O(i; ~ " '" Q. E " ";;; '" .- '" " '" " " 0- 0 rfl c.. ~ rflv I :~ / -:t r:i. SP SM 2 3 3 8M 2 3 4 6 7 8 _9~ m- 2 4 6 10 11 4 12 13!r' ._,..~ .1" .;;..:.;, 14 I 3 4 15 16 Ii 18 19 20 4. HIL1.TOP GEoT1!:cHNICAL . :>. ~ ";;' " " - OM it: >.- ~ .0 O:::C SC Elevation Date: B-3 c ,,~ ~ ~ o c ~ " '" ~ '0 := ;;-:5 >. '" o "0 .c - , - af Qal PrOject :\0.: 622,F07.1 ~ " ~ '" ~ "0 C o o ~ c.:J Description Asphalt to 9.0 inches. Gravely sand. ALLl'\ll'M: Silty fine to medium sand. clay lenses: Brown: Moist: Loo~e. Silty fine to medium sand: Brown: Moist: Loose. Clayey fine sand: Brown; 1Joist: Loose. Bottom of boring at 13.5 feet. No groundwater encountf'red. Boring backfilled with excavated matenal and capped w"ith cold patch asphalt concrete. SUBSURFACE EXPLORATION LOG Me x 1023 4/13/2007 B\": Plate ""D. 5 c r J BORING NO. B-4 Project :\0.: 622-FO,.1 " c ~ 0 '" " Q. C '? ~ ~ '" 0 " .;; ~ ~ .::: E- .. ~ ~ ocr. ~ <.- '" ~ ~ c ~ c ~ - ~ Description " ~ ~ !:: " - ~ C '"C .c C. - - -", 0 ~ ~ " :; c ~ " '" .::: '" - ~ Q. E c 'in '" c .c 0 ~ ~.- ~ " ~ " " '0 ~..c 0 ~ ~ 0 [/J Po. ~ [/J U 0 - :;; U - " Asphalt to 6.0 inches. 1 SP af Gravely sand. ~ 2 SC QaI ALLl:\11';\1: 2 ., 2 Claye~' fine to coarse sand: Brown; MOIst; Very loose to loose. " . 2 3 7 4 .~ 5 l .;S. 4 6 :f"" 5 "ie'" 6 1,. , 8 9 - 10 11~ 5 5 JL. 8 12 13 .----...------------------...----------------------------------.------------------------------------------------------------------------------ S~l Silty fine sand, trace clay: Brown: :!\1oist: Medium dense. 14 15 r 5 to' 16 :: 9 ul' 8 , 17 Bottom of boring at 16.5 feet. No groundwater encountf'I'pd. 18 Boring backfilled with excavated material and capped wIth cold patch asphalt concrete. 19 20 ~ SUBSURFACE EXPLORATION LOG ElevatlOn :t 102~ B\': Me HILLTOP GEOTECHNICAL Date: .1/ 13/200, Plate ,,"0, B ; BORING NO. B-5 Project No.: 622-F07.1 '" c ~ 0 '" Q. c ;.. - ~ - ;.. 0 '" 'Z ~ 0 ~ .::: .... 'Z ~ ~ .(;; '" -- ;.. ~ ~ c ~ c ~ ~ ~ "tl Description - '" ~ ~ !;: '" c ~ ..c -a ~ ~ 'OO " '" ~ '" "0 c ~ '" ~ - ~ ~ ~ :: Q. E c 'OO ~ ;..!:: '0 c ..c 0 '" ~ '" '" '0 ~ ~..c 0 ~ ~ Q en 0. :>: en u Q ~ :::: u ::i '-' Asphalt to 6.0 feet. I SP af Gravely sand. ~ 2 CL Qal ALLUvlUM 2 ; 3 Sandy clay: Brown-gray: Moi:st: rvledium stiff. 5 3 /:: 4 L 5 -"Ji 2 6 I' 3 --,y' 4 ~-,' . i...... ~ 7 8 9 SP/SC Slightly clayey fine sand; Brown: :v1oist; 1-Jedium dense. 10 ~II' 3 5 f-~u '. i~D 7 12 13 I- '0 14 SM Silty fine to coarse sand, trace graveL tracE' clay: Brown: Moist: Dense. 15 "16 (f 6 10 uE~E: 20 17 18 SP/SM Shghtly silty fine to C<HH'se :;and. t 1'3('(' !!1'3vel: 131'0\\"11; 19 Moist: Very denst'o 20 ~ SUBSURFACE EXPLORATION LOG Elevation '" 1028 By: Me HILLTOP GEOTECHNICAL Date: 4/1 :J/2007 Plate :\0. 7a BORING NO. B-5 (Cout.) ProJcct ;-';0.: 622-F07.1 " c ~ .9 " Co C '" - ~ - '" 0 " ~ .<:: 0 0 ~ .::: f-< "" ~ ~ 00 ,,- '" ~ ~ c ~ c ~ ~ '" Description - " ~ ~ <:: ,,- ~ c 0 ." ..c Q. ~ ~ '00 Q~ ~ " -0 c ~ E Q.l .~ '" . .... '" ~ ..c ~ Co C '" :-: eo "'- '0 c 0 " " " " 0- ~..c 0 ~ ~ Q rJJ 1l.Cl:: rJJU Q: :;u - 0 tB: 7 SP/SM Qal ALLl:\ll7M (Cont.): 21i: 9 (Cant) Slightly silty finp to coarse sand, trace gravel: Brown: MOlst: ,.-.' , 50 V pry dense, ~i.__ 22 Bottom ofbol'ing at 21.5 feet. ~o groundwater encountered. 23 Boring backfilled with excavated material and capped with cold patch asphalt concretE'. 24 0.."- 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 4. SUBSURFACE EXPLORATION LOG Eleva tlOn '" 1028 Bv: ;vIe HILLTOP GEDTECHNtCAL . .. Date: -1/13/2007 Platc :\0. 7b BORING NO. ~ ~ .c - Cl. " Q I :~ / 4L 5 r;,ij 6tr 7 8 9 10 1~1~ 12 13 14 i 15 16 ~..~... 1-'-.. ~} ~t I A 17 18 19 20 " Cl. '" ... " c. s " [fJ c o " 'Z g " " t t; " .- C oc " " Q..c.: c o 'Z " " c: '00 _ oc " cnu 2 3 2 SP S~l 7 17 17 SC 2 2 2 SP/SM 4 5 10 ~ HILLTOP ~CHNICAL :>. - 00 C " 0'" iJ:: ~. ::c 0_ Eleva tion Date: B-6 ~ o ,,<.- ~ - o c - " :r. .... .0 S ~u :>. .. ~ .c - :3 af PrOject :\0.: 622-F07.1 ~ " - " ~ "C C 5 ~ '-' Description Asphalt to 6.0 inches. Grayely sand. ALLC\lCM: Silty fine to coarse sand. trace clay. trace gravel: Brown-black: !VlO1St: Loose. Clayey sand: Brown: 2\Joist: Loose Slightly silty fme to coarse sand. trace graveL trace cobbles: Brown: Moist: !\-1edium dense to dense. SUBSURFACE EXPLORATION LOG '" 1030.5 4/13/2007 Bv: Plate :\0. 8a 'vlC ., BORING NO. B-6 (Cant.) <II C .. 0 <II Q. c ;.. ~ ~ - '" 0 <II 'Z ~ 0 " .i F- ';; ~ " ';; <II - '" ~ " c ~ c .. - '" - <II .. " C <II ;;;- " c 0 ." ..c Q. .. .. OV, 0 - <II "0 c .. <II 00 oJ: 00 - " Q. S c ';; 00 t. ::c '0 c .c 0 <II '" <II <II '0 ~ 0 ~ .. 0 <fJ Il. g,:: <fJ U 0 ::; :E u - C,) f 9 SP/SM Qal 21 16 (Cont.) ~ i;. 20 .,~.L~; 22 23 24 SP/SM 25 .i~. 26 ~:; .t€" """. 27 9 ]8 19 I 28 29 3_0 3] 32 33. 34 I 35 J 36 37 38 39 40 ~ Project ","0.: 622.F07.! Descri.ption ALLUVIliM (Cont.): Slightly silty fine to coarse sand. trace gravel. tracE' cobbles: Brown: Moist: 1\Jedium dense to dense. Slightly silty fine to coarse sand; Brown; Moist: Dense. Bottom of boring at 26.5 feet. No groundwater encoi.mtered. Boring backfilled with excavated material and capped with cold patch asphalt concrete. SUBSURFACE EXPLORATION LOG Elevation HIU-TOP GEOTECHNICAL Date: '" 1080.5 411 312007 Bv: Plate :\0. Me 8b STANDARD DRAWINGS elTV OF E"t 5Tt ~a ~ SoA N BElZIoJAlZ.'PINO STA"-ICAlZ.o -rC(J'OGtZA".....,., E:,YM&oLS e8'1JTC2. L'IIJ I! u_ CITY Lo''''TS lZ'QI-IT OF WAY L.INE -E:.~. ./"It' -s 5- -~cr 'fo/- -1~.eOIolE;----O - -'Z,"M Q,- - -'T-- -ltNI.o .CO~IIllZ.,...-- -,?V E- - -S.L..-- ---514,.----- --F.-- == ==lo;-tD PC:C= = -c- -"1J' ...".... ---v- -r-"""'tT'"" -X-X-X-lC- - - " O~ . . -"'--JI!: -..--...- ~ nrr-"'!llT'"--nrt""-.,:r'lr'-1TJ!'" _..IIt..._A_.JlIL._...iIJL_ - - - - - - -,- ~ ~ 0 ~loIrzU& tID ~. r'''LM 'if ~ fee 4L.A~ uWCOYEftO eX'_TING f>EWElZ. I!'XI~TlI'fG W"'TElZ. LI....e: EXISTIN", STOCZM l)1ZAl N 2"'iTIl'lQ GNI I..I00E UIoID'GD. TE!I...c::c:.t..ICUIT Elll~T. .IIZ~IG"'TIO"" LI"'~ vJ-jI)'C1!t>. EI..I!c:TlZIC CONP. .. STIZEET L.IG...TING, TIZAFF"IC SI.....,...L <Il o'-G. @ ~!.w!.1t M.....HOL.E ~ew!~ CL.U1ol0UT 4TOr&M l)Ur., ""WIoIOL.E (1)0r.[! J TEL.EPIo4QIolE IoJ.AHHOt.1 DlZ VAULT @ ~~J~" MAlJIoIOL; oct VAULT @ C~J W-'TE'lt MAIolIolOL.E O~ V.UL.T @ :(] EL.I"CTIZIC MA..IoIOI..; act YAUI..T o pp'" EL.ICTJZ.IC Olt 'TEI..IPIo+(lIolI P<:x.i 18I fLECTlZ.lC 'TOWEll. En-- DOw,", GU'l' b FtlZE. I-4VC~i'lT =...... WATEr:.. METE.R:. ~ WATE~ VAI..V~ ~ :0- 0-<' .. .--:,. C8:l - =-- ~ ~ + ~ n: ore ,. L; o co '5--L4 &~, sf, fCfTY OF SAN f!>E~NAI2t)I).JO -PL'6L1C W02J.I::S DePT. ~ II FIIZE "'I..AlZM CUI..VEIZ.T II \!)O"'~D P'E'IoJCIL I!AIl~ED WIIZE FE.IoJCe. -: ~ C~""Il\J I.IN~ ,.,SfoJc:e: WOVE"" Wid FIiIolC!. P.C.C. IlI..OCl~ .....AI..I.. ~ll.ct.o.lOO TltACIoSS ~EOG,e: OIlZE.CTION FI.OW OIlZT CI~.CTIO"" "'I.OW PAV. TOP "I' SLoO,"!. TOI! OF 5L.OPE GU....lZD lZ.AII.IAlG P.C.c. ~IDEW"'~ (DJo<;HED) ~ C.C. OtZIV;;'W.IOV P. C. C . eulZ.& ~ 6vTr~rr. TIt~E. (OI'CIOUOUS) I.VI!IZC-AtUN (p,"1t I Ere ~ D !Ul~tl'l.l<:! ~ VAI..V& I:l..rCTlLOI..IEl:t 1.1..;:~/Zl:lI..I&.lZ (UPIZIc:.HTj (ON IdMT ACI.1) "tz:~,..,..u; ..rG~"1. . TILA'FIC SIa.OI"''- (ow MMT ,LD.4) l"Ul.1.. e"" "-ItA.I""FIC ..GIIlAI. COI'lTlZ<<.I.&C T&APl'le $IGH~ l).reeTOct W~L~ . WAIT S'g,N~"" PA~'1o)Q MeTESt. 'TU"...,c. C;lGN <;TItI!IE 1" 101"'''''1. 91C!lN ~T"P <;1C!<N Lit.. ClZD4S'IoJ4 <;1(0.... 1t.1t. CItO'j<;I..", ~IGoIol"L. ~l"IZIIoJli,L.Elt WEAD DeL."'" """"'I.E POIIo4T , F'O'Io./T """' T~loJGel'lT .u. S.I--I"'IL.. 60X ... i . , . . ~ SUTIO" COIlNElt '/40 COltJ,lEIt. ""PPrl.J::>'-Vff!l) N~"..I."" 1""'- ,"- 9 ~ /..1: . f--v (;IT'( e:Na;I~E~ ~ ~ { t ~ " .0 ~ .~ -,. , . } , . ~\( I- "; Q' .:"2: STANDARtJ Ill". .517 ..,.. &1 "OTI~: 2 CUR... COMPOUIIll SK&LL n ~ '-"WQIl,,~y OIl A~~ _0 S"PACCS PR.OR YO EVAPORA .011 OP SU.PACE .....TU. /8" zi" ~H . ~ - III UPANSIoN JOINTS AT END RETURNS' STRUCTUIES W ~""E JOINTS EVERY .0 PT. OR AS INSTRUCTED. ~. ~- ~-T >. >. ~ TYPE "B" P.C.C. CURB a GUTTER i! r- i" /8' z6" Uo" R=~' 4- '" " SLOPE 1:18 ~ R:J-' '. \] !to. . t. ~ '1 >. ,. TYPE "c" P.C.C. CURB a GUTTER CL.OCAL. STREETS WHEN APPROVED BY THE ENGINEER) /01-" 4~' q,H R}' /z' 24 ... R=/Z'" ~ .... ..... - ~. . . " . 0.0117 Ct./. yo. Pc R LIA/. ;:r. TYPICAL SECTION ROLLED CURB IONL. Y FOR SPECIAL. APPUCATlONS AS APPROVED BY THE. CITY ENGINEER) NOTE COlliCIlET~ MUST II AT lIAI-T l!.' SACIC MIX ('ZO-C. 2'00) AND HOLD 2500 '.1.1. IN ZI DAYS. R'~- 4 ~ o.o~?' CV YO. ~~R ~"A./. ~ 'Ioj 't R:.,l- . . ',," ~ 0.051 C!.i. YO. P4'Ji' I,IN'. ~r: ~.,' ~.Z 0.03/ CV YO. , ~lm'w= SO' TYPE "A" P. e.c. CURB CITY OF SAN BERARDINO-PUBLIC WORKS DEPT. TYPICAL SECTION- P.C.C. CURB B GUTTER APPROVED, ~"'.Y 27 198Z STANDARD No. EER 200 PERM/S5A8LE AlTERNATIVE ~t:.A? Qi~~T ~V~~O I r l ~I /.~. CUR8N1CEMAY VARY ACC'OROIAl6 70 PLAN' I." e.t:R. --7~ ~O/ l\j ~ 'll I I S-COI(CRETE n"w~/A/e~ /.:J" rA /.~. EYPANSIOAiJO/NT STRAIGHT LA6RADE EYPAAiSIO# JOINT -F~aw O/L~eriD;I./ PLAN. OF CROSS GUTTER 3" ""8 nLL WITII ;JSPIlAL7IC JOINT SEALER 5TEET TROWEL F/AlISH . '\.0 " ~o~.!' At- ," ::. . - ~ . " Fr' EXPANSION JOINT NOTE: 5T.e4/tS#T GRADE 8ETWEEN Bel? '5 MAY 3: .At TEREO ON E)'CE55IVE GRAOE.5. /"--1f- --if-I" S"CON'CeETE SECTION "A-A" 3(," /~" It! ., .f?- 3" -., ~ . '1'1 " ,('.1" , Cl:l ').D7ZCt/J'O P4'1i' U.v." , , , 36" PC.C. CROSS GUTTER (LOCAL STREETS WHE N APPROVED BY THE ENGINEER) CITY OF SAN BERNARDINO- PUBLIC WORKS DEPT. 36" a 7 2" CROSS GUTTER APPROVED, Mav 27 -' 1982 STANDARD No. 201 CITY ENGINEER ~.. / ~I.~ nJtfUIZIII&J .vlllr VARIES ~~ (p' 1'1 $,ttJ,PE ~ /~r ?~';"I,I./ 4 WEAKENEO fl-M./E JtJlNT I ~Tr'p/G::4" ';:!JUlTION' (/TItITr TRENCf>I CASE 'A'" 'pRcrER~EO .5IO&"#A';:1:' LOCATION VARIES 5""flf i" . ;er. '''ME GRAVEL ~ A.C. 1'l'!JH141TElJ/N THIS AREA ~ '(/NOBSTRr!aEP HIOTII " ",'fIN. r~" 34 MIN1t.t'. $OcWA/.K CASE "a- /"1AY tJe U$EO: ;.) WHEN rROAlTAeE /5.1.Es.s T/okIIN I~' ANO .5AI'1E .BECTION EXlsr..s CW 50TH SIOe-$ Or .lor. .t.) FOR MEANDERING S/OEWAI.K,S, ~sr. 4-'PINAI.Jt:: --,f;- GENERAL NOTES: P,f'OPD4EP "ID4"A/~ I)('ONC~E (,.I.A44 -"m.~..r~ r.) WE.lI.'ENEO ~NF Jt>/NTJ TO 1'U7"(1I C'v-a .l()INT AS "/RECTS>lr Ti'I.E, .ENGINSER, !T.) eVRIMS ron-"l:lGWo $H~ /Ie S?R;fYEO UV/~.l.Y"""~ EK,PtJ,SEO 4t:/R~C4.s ~~ TO 1"IfE EV"'~N CF SQtrlifC.E ~TER. '.I!11~",,<:e TYPICAL SIOEWALk ,',' TRANSITION CITY OF SAN BERNARDINO PUBLIC WORKS DEPT. APPRQVED STD. NO. 11-- P ,1983 LOCATION ~ 202 I'SIDEWALK TYPE "A" MANHOLE TYPE II 8" MANHOLE txlTL.e T TYPE "e" MANHOLE CITY OF SAN BERNARDINO PUBLIC WORKS DE~RTMENT STANDARD MANHOLE FLOW CHANNELS TYPE 110" MANHOLE TYPE IIE" MANHOLE APPROVED DWG. NO. P.I. ' )1983 300 ~,,,. ~~t:. tI ~ ::. 4' .rO '.' .. 6>" , ~ '= ~ ~ ~ ~ I ",1 e dEer/ON /3-8 ""'. ';. . ~~ ",- ~~ . t ~ .' z' ~" . "'''' .; I"fIN'. ,...~ ':': ~~ ~ :> ~ ~.. ot 46' z.o. ... .~."I'f,W/S;!E #"1'1:'~ ~_ .....: e.' ". " . . '. . " " . ..' /""T/AI. 0.17.;0 ().P.~ -i H4UNtJLE L!/Ni!ir,$ +~,. . . . NOTES: IJ/h1()!1$r n!/~rc~ (.'()/X'~ manl>al= sh,,/I ~rm 'h> ,.11. ~'p'plicII61. rl!fU1r6m_ty ",t<' A.S.T.I? -""': ,4) 411./ ~ "'e5fr1-'....r ,A.A. S.H-O. 11-20 10""!//11 . 8)concre'M shllll b. oomp.!1CTl.y Wbrlltea', . tYnfr,l"u~lIl(y Sl'Un Dr I11l1clulntC/lIf.y r_~. C)on. 1'_ CtJne-4nd-~r"'lllnofb. "4C6~d. 2.)101" .-btVl/I.5N>f7 #'VCr'/::, f17l1nll"les I"r","ss 'oovers "" b.. can- .drucred' ~ - be",^, <>1".",,/ 47'>-,,"'" :J,we.$ by _;vel" t>>n~. ,q,,""'9 C'tVI1'r"c'fDr ,." ~u.~ ~ralf/U r miter.. .... ,,1"1"/<:111/ .!rllcfe 6t<'*'r r-v"'9' '3.) /,?_holes shall be coafed inSitk,mc/ud//'J mll"ht>I. rltJlv oII"",,,ls (.JrtNle nnJs) I'lIlfIt NVl1fJ I'Ir>~SS 81.;ei: No. a..o.,--,,,,,.""" H1tsr,//,-hDn. -f..)/'?JnI1oM ;v81l1r S7bf'... .shiI/1 be //741"<11/.",,' .M-Hr P.V.C.,A.l!J..!J. ",,.,A.t'.P. p'p_. ~)J.lkA II m8/fkJ/e 's .oW,,qed,, ~ II CM.",,-"ir>dn.,. -fr"",led SMc<rth-t'1..,.h 'S"" be ",Iilce" IIL,,"N dli~n"..1 ~I/. 'Ned nate,. ~,'''Ii:_h.DfIu'/',/I. "-'1't:. tll'fAItCII ~ .,tJ I".,,. *01 '1/11 CITY OF SAN BERNARDINO PUBUC WORKS DEPT. PRECAST REINFORCED CONC. - . . STD. 48 1.0. MANHOLE SECTION A-A l:\ ~~ " '''' ;!\,,"\ ~;.:l" ~~~ ";.,~ r+B ~~ "'l' LOCATION OF /'1AN/-IOLE CtJVER ~ A t A ~ j -,l 4B BASE PLAN C"Nt!~6r~ f~ 11f6~5 5~-~-SZSb ANO ftXIRO ON I/,vo/sr- l/R/$EO HArM.'" ~ CLASS EA.13 ~ (/ I - ~"T#ICKNe5.5 CEHE/IIT _: : ., '~/:"~'.E.$' ~TAR AJ/!/T NEAT~Y .r.rs--. ./.r..' .... 7r.r?t/t!,t;(Il?/NTeO;/J,ft ." . ' 0' It\ ':--:'. ..... .'. . "I r'if'C'RJ,f;MeP ~J..P- '. .::t- . :..._. ,4?7L/EO FE;,4PY rr; '. -'.: . t/5,E" 'p~77': JOINT S$A<./NtF, (}J/1~IJO ~ "/NE/<? . ~ " JOINT DETAIL /"'tAl/HOLE NATER 5TOP ., :.A?'..4V~ ~ . . I'VAr~R $T,(JP WATER ,5TOP PLACEMENT APPROVED' ,s-.-/f; A... ~~. DIR. OF Pl8l)C WORKS/CrTY EN61NEER STANDARD NO. ,/993 301 .'. ~:' .'. ,Z" #/N: :.~ " ~".:r.D :. , . SNlfi-F OUlZET STP /'1.4N~ P.ER eIT/".5To. "'~I ,. ;" u': ~' 4"/'?/AI- ~C'.c ENCASEMENT SENE.€' n-"'E .~.:.....: :.:;.-~<.:. '?/':.:-.:".~:,,' :~.::->~~:.- rt/N.O.6 ~o.o Or /'?AII/HOLe ,t!'//V6S ~+.. PROP MANHOLE ~~ #.4NHOLE AJATER STtJP Clt/TLET "," .;.:.... -#MiIlt'J,LE . '.' . '. . AlATeR .5Tt),P WATER STOP PLACEMENT ~.- NArER ~roP.$ .96<(a BE /A/STAUE'L> -- ;.t;''/'rN "'-VC'/ A.8..:J'.L1"f? A.C'? ?/P.#6. 4-'~/AI pce EAlCASEM.EA/T AfOTE .ry,r .s"bdlVl~O/7 ;o.m,-k, m8AJ,(J/~ I?"M~ f ~"Yer.s 1'"".0 /;e ~/1S1'rua.fe,c/ ';''' ,,,..,.,, oM"'al""'~ ,f/'a..-/es bJ' $~~r a:vrrnrc-ror. ?4vJ,?!/ conrr4C~r ro aetJus-l' ff~#?~ if Ct:Jv('!rs t;, t'P.rIC/o I.jrade l1~~r pav/'Zf' OROP MAAlIIOL.E RON Ch'ANN.EL.. CITY OF SAN BERNARDINO PUBLIC WORKS DEP1: STANDARD DROP MANHOLE APPROVED: ,5"-/tE DWG. NO. ,1983 ~4",/'~.- orR. OF PUBLIC WORKS/CITY ENGINEER 302 ~..I A......IT' ,f~......,I ..va. ItfANNO~E CDYE~ t' F~,qME R.",uIItID /)IMEIV$IO#S aIM OY.~Ll HE/GKT A".fQV,y,uz .....,wW SASE WEISIT L 22'1/' 33li . 6" 4liO A .J .IV'!} 7'E.s /. MlZI1hDle coyer shall De e1eSi'lA- /I'd 1#1 A. A, $, H. O. H-,?O IDaa'inq. /l. C a~~ I;-M 5),1211 haye .inl/lfl/'" tosile stltH;"1i (d' 50,000 16s pel Sfuare IA&.? TOP !/JEl/J/ 'I /' ,':11'121 Q,pt>I1J~ ~""""""~""""~""" ""~ J SEC7.JlVV ~J':"A' . """',.,h_/e.s shall he. e_":5rr(~C"/ed t::'" be/o", F,n,.heel 9rode ",.".hen s'lre.cl 15n"l: J="r='-eel M.,,,ho/es sholl be c:onsrrc/C TCI> 9ro<Cl'b ~hcn';, pave.d 5r,-eet =r 4",N")5~rT;;,c::~d e~I7')C,.,1 . I ~, " I . ': .': li . ' .- '. .~ ,~ .'~:..'~~'~ I .. . . . .,~,. "'.'''''1-.. . . . - . . . . .. :. ~I:o'~' .'Ls-Grad/l' Rill~s -...r--I ',' 0 it ~ :.....~.= 0' . ~ . . ' ) LJ/j?T ST.,'?SET .PAYELJ STJ?,E..ET ~",I E' Ei'6'.JI./ X S,EC7'/1).}/ ?:/-//?t./ .r./?A.;I~.E S.J../tJ.v!/././!/r!l TYP/CA-!- /.t!U7.lJ.L..L.A7/t!J.A/ CITY OF SAN BE/lN#RtJINO - PUe,LIC W012.l<,o:. DE?T, APPROYEO : "TANDARO AVVlIsr K9, /9g NO, <....J -Z ~ ~ .101- CITY EAldiNEEIi' STt4110.4RfJ DR.4W//Y(J M,4/11NOLE COJ/ER 4/11.0 F..'?,4"wE 7v.!!J WYi. V~~r:A '#trr/N'f~ ~/fQr#'ll{J r~lf~,I'c';1 n,,~b Pi.. Va,.; able r. 3- Zr-53 V.,.iable ~lli~h;"9 01' pl"OPoreo ""'io .....~ar m.i" C..,,.b Line P,.ope,,.hJ Line "-_ Ve r;_ , " , 'l- I._ ,45" S~cI.~~ 0" Tee, Or' std. cut in e,onnection .. appr'ov.. F'LA~ Place. t" .1.' (M';'} Mlr'''er at end of each I.hr.l - .0: .! . " , ~Ur'F"I_ lOr S~rec.~ IV~. LaH.,. -S~ ",.,~aoI , '" , 6CC or Cu,. " ~ ~/////1 I - ~ ~........-~ :p ~... '5 ~ ~ -6 t.- o i:.J "D. ,,_ I ,...,. .to i "-J , ~ " ~ .0: -!. '.a 4'" ~ -..~ .... . , Slope up.t 'Z.;' :---... ""9'. ..,...,.ble to clur _in """,.". 4'- ,PC"C~.(""".o. ~O... \~.""I"". M,,;. $1010& Up = z% (see \Jate. I ) E LEVATIO~ ~ OTE ~ : I s-._e,.. later..le. 50......(1 ,",Ave'" rn."" ",urn s.topc. of %~ .,.c.p" ... o+hc~_jsa 5f-ec~c..lI~ noted on tte pl.ns. Z P1u9o" ...,.11 be ce",,",ented in with c:en"'lent rno"+6r-, 0"- 5....11 be. "''''P',-.ne. stop,..,er or- .~".-__&d &9''-'''''. ~ 1" no c.-;.e .h...ll . l.te~1 CCIlnneet ~o the se........er- l'T\aln dtr-ectl'1 on top or the pipe .. Whe,..c, . ct.nd.,.d "'cut i" W..,e" 0" T... is used. It c......, be .ur-'-oLJnde.d ""ith ". of' Por-+I.r.d Cement c....c:~. 5 L.te.....I.s e......1I end .t the p....ped'l line unless o'herw,'se .....ted on the pi......... "-Where c\e.,..l"\c:e is le.. H-ww, .1-'.0. St."dard Conc:c-et"e: E~~efT'Cnt sh,.,U be 'n~t.\le:d Tor-. .ist.nc:c: 0+ S'..g-a... ..+Nt,. side tG ion:: yv..ter l"n6in. REV Z ,fh,~..I v"-_' No, A . "'~ 7- "T'( 0'- "AN .rlZt.)AIZ~IWO ,PUI!>L.IC wo~ DE.I"T'. SEWEtZ LATE~AL. ~OrzMAL. CUT . Added ....,o...! ~ .PP~OVED 1';'-1 ,I9U Q ,1 Jot ~'h ColT.,.. &NyIWIt~1Z STA"DARD "',. 30S ///1 W ~\ .\ W D ;Ii ~ "". "\1 / e - - UtilI ~ ~~l' "" !:: //71- = = ~\,\ 1///1 = "TIE.I!I'ICH //111 -" ~e.41Ulte:....e"'TJ AI!. ".,., ,.... &~ ....4~E ....,. To" lD,-'.I~IQI== 0" I'll'lr ) F"lZOM Sc>1 l- I / . f w 0' w - JIll ~ =- - eM'''' , . &EI.OW HANO SHAI-'e:n FC:ZC::>"'1 G lZ..A.......~'I-A~ Be.oo't.Jc:, I'o-1A-reeIAL. !JeTE. :f I . ow' s- ........)',....\.,..., ~. ..."............. I'"QIZ:. 1"1"10: =',.........II:'T-=~4 ~. ~ u..zoc!t... ""0,.. E I-.z . "'HE;.U'TIt.EHC:M -'ZM'''''c; ""~E: (;;lZ:.E'AT'!!'lZ:. 1\1.- ~1-60_. ~Ii: CIT'7' e:,.J6I,.,t:It~ Oo4AV UOU.ctE '''nAou.ATIO-.l OV CO~ET~ c.c..-~ .!r'PP''''''. Rt:V. I Rc."ur:/ &'_*'0,.,,1 N. ~ C/T'I' OF iAfI BE/rIU!Zl)'''O . PUe\.IC worz.,,>s t)t<,,'r. ""Vf:'tC~ L., BE'.OOI~'" f -rrz.E.WC.... W.DT~~ ~ A ~ I T A IZY ~EWE"1Z5 ~ STOe'M ~eAl ~5 A PPllOVE 0 ...)U>olE" STANDARD NO. 30~ CITY E..GIWCr:ct - --- \ ......- -, L__________ ...... 0.... ~" Saddle. Closs ~r:' pc-cO '2'/z.' 3Y,,- .....'x) REVISION Re..,;s~J Sfo."'~4o-d toJ() - - --l --I I I I MAIN W,re I I I -----j - - ---! ~ z,1r::z.EcrIO~ OF FLOVV ,-- J ~- ...-- / ./ ~:., I IS" Fl.-AN VI EW ~ -.14 or b" Saddle 3' "- -' .. . cl~ss 8. C-,.."eret-e (I: z'h :llh"",)() ~\ . j;) I Se:.CT 10"-' I . Insre.ci-ion must be obf-ClIlned tor S~dle. prior"' ",0, plcu=;n'9 ~C.C. Cl,....d ogclln bef'ore. bod., Fi II '''9 over l<>tero I . 'l' Wh........ house 'ot-erels ore to be j.,.ine.d t-c. ..,.i.."I";""9 sewer-a ~ ~nr")e..::.+I.O" -.hell be made. b':t cuH-~'"""3 into #le pi ~. This. saddJe. +0 bf!!.. !'T'IQ"de. f""or *-e porticul",,.. s'o.e of pipe on which it is placed. The sacldle must be . n~~eJ "'no",'':! Clg",i..,.,.t It-,e "",te"',or .....011 or the pipe on which it- i", placed, .bc>und in ph,,,,,e vvith "10.1'2 (B.W.4) '3alvc",i3~ iron .....ire. SE.WE.fZ, SA.t.'PL.e" STANDARD "'t. C1TV 0' i"'" tl1t...IIDINO' pueL.IC WORfo% OE-PT. 3D7 / , I.. (- A I:rar'l60''' House c."'"4.~O" = - \ ^', C Cu10 an..! Ra.c..""..i: ---. .....Q,..don +&0.... -- _ _ + Con"ee+ioP'j - -T-_ , . -t. s..,of'""j ,.. S...r t ~Q"';';C1r"1 \>&- r , I , 2e.c.onl'\e.d I l Scu~ij.a ry S.war--. I, r I C:.'f. lJ.. , ~C._I '----' pp'ot c.c" poe'r- cappl,'c.!.l. ,.,o+....~ ae+ails~'" So+,., D"'~, NQ 'l'S"2J-y C.4"~ No. ~ , . '" t; "'~ ,~l . '/ c;..:c....~e "",~o..t _oil -- - -, .' -I 'Octo; I 1~"01'Pe.r , Co__r:h'on .4..bclrlldon +fouM p' ConneeJilWl 'Go-,.,.," I --- 'l SClnit-ary Sewer-i 1 i it)" ~..::l' a~E ?olo. , i , ....1.,..- ~ ':.,!...! ,~ .- -. 4!>" ''''aM C:.4;! _.-L -9.f.cpper ~~ DeI-.il A- L "-, "'''.f __ CD"c.r.+-. 'W.II .u~..o~ ." -- I- 16' Min_ I' t ..";+.~ ~ S.ew*"'~1 . " AL ,I ...... , :f"T, ..l........;--J~ T-: .,', :~4" ',I f ~ I l 1 J. I J ,/ -.- '-/ /" '/ cut .ncJ. R:ecoN'\"c.+ . "X e-: ".. , ,/ / /' /' ~ AOo...cllon ~D\1se. Co"."ec;;o" A.."__ jl ....".... COfWIoec+,.-n 7 t. Sa"'+--I I \ SC....r., ~ /~c c.---, . ~ ,I r/ 1-/ f'(;......". 5o......~r,.. C \Jn4i.turl.ecl Lort., ~....a: ~".~ .---- \s,..,.,...r cut .....:1 . _ _... ,-,.COft''l..ct I . 1/ Pro~ eC+ pe.r CI ~~J .cab\. note. a...t:I .e\_tle. pc'" <:>rd 'I)rw,:!, ...., ~~"ll-V ,. --:; e.."Eo ,.. 4 >>~ ~ ~ ~"!L..... >-tt~one. .~. :>u,.,...d ",..II r-----, ..,ECT10N C.C; !l)()TE5 1. 'l 3 ;4, 5. G, All "'0""" co...nec-h4?'fts UtO" ..... vi+rlr,'cd clQl::f pip., A. ;ne""..s f~ diClMeter' J .)I'e.,'" CIS ..+hc,..wv'.. requlr.a_ The m;l'limurn s.lope. (0,.4 i"c,", hous.e conn.C'+ions. ..l-1.ClII ..... 1/+ i"ch p~" toor_ A'" inch 'IoClchUe Shetl! ee.",..ed whe.re ".o.$.Qr-~ and shClll p~ eonneet.d.,..o the pipe eonstlt ut,ng the .)(,.hn~ Y, or i ,~r toth<< "e"t \owe-r- pipe \engH,. "'('s MAli b~ 'eaid ~F14+"...~n approval o'V-*,!! E:nl3t...e.or. Concr.*. .for chll,"n.y.s. _"all b. ,..~~ & "",,]It c.oncret. or&..l!'ti.~. Whet") Sa.ni+Clr~ s.."",er hOu64!' connections are .u.ppOl""'te'~ Ort conc,...te .upp'o..t&) than 6uck nous,C' 'onn.ct~on~ ....011 be."' C!nCQSe.cI per d.e.+ai I tor c.oncre-t:e .",ca..""'_nl:: SMoW'" 0I"'l StanciaT"d Dra.W'i"~ ~o. 'Z",,2 I -v and ihe eonCt"e+a. 5UPport~':-..,.. th. kous. conneetiOM. .,.n De I ~~"~e"'ed and v."icWt,,,,ci to tlJlIL:t &UPpo~. such .ncQ.S........",t Clooll....n.~& skowP\ ...e PIC'fOT"lc:1tonl't,CLnd. of).,e Clc:.iual c.ni","a'i cCtI"'tSt-ruc+...I caf an,,! ,.....C'if"le \oc.t '.0" ~41l meei i.,.c Clflf'rDva\ or +he jurisd;d- ior-.\ .':Ie.",c~ ;"".\vad. 7. R"v'J.tf J~,o"'~ No ,,;.- 1f~",stON A ~,--.- .", CITY Of fAN 'ECU4ln)IHO,'PU~\c. """,--,'5 :DEPT.' fltM"OEL'~G OF ~!~fJ; ~6~~S~Wf,,\' ~~OYi t) '/-J.l- ~9U Q~NL' j,., C1T'l' EH4IUEr~ '" De,., STANDARD "'0. 308. NEW A.C. PAVEMENT I" THICKER THAN EXIST. A.C. PAVEMENT I MINIMUM I. 2'-0. MIHIMl.JJof * FEATHER 2'-0" MINIMUM * FEA HER A CJ no () on ()C) () C,l () (] C) C) J() c~ ~~,,,, ..~.....~ TRENCH BACKFILL TRENCH EXCAVATION LINE NOTES '* OR I'S DIRECTED BY THE ENGINEER. EXlSTING ....C. SHALl. BE CUT AND REMOVED IN SUCH A MANNER SO I'S NOT TO TEAR. BULGE OR DISPLACE ADJACENT PAVEMENT. EDGES SHAll. BE CLEAN AND VERTICAL All CUTS SHAll BE PARAlLEL OR PERPENOICUlNl TO STREET CENTER LINE. WHEN PRACTICAL. 2. Bl'SE MATERIAL TO BE REPLACED TO DEPTH OF EXlSTING BASE. ....C. MAY BE SUBSTITUTED FOR Bl'SE MATERIAL . 3 A TACK COAT OF ASPHALTIC EMULSION OR PAVING ASPHALT SHAlL BE APPLIED TO EXlSTlNG....C AT A.LL CONTACT SURFACES. PRIOR TO RESURFACING. . I'SPHAl TIC CONCRETE RESURFACING: AI MINIMUM TOTAL THICKNESS SHAlL BE ONE INCH GREATER THAN EXlSTING ....C. Bl ....C. SHALL BE HOT I>lANT MIX. C) FINISH COURSE FOR TYPE B RESURFACING SHA.LL BE LAID DOWN USING A SPREADER BOX. 5 AlL ....C. RESURFACING SHALL BE SEAl COATED WITH AA EMULSIFIED I'SPHAl T AND COVERED WITH SAND. CHIP SEALING SHALl. BE APPLIED I'S REQUIRED BY CITY ENGINEER. 6. TRENCH BACKFILL SHAll BE DENSIFIED TO A MINIMUM OF 90 PERCENT RELATIVE COMPACTION 7. WHEN PAVEMENT IS TO BE PLACED DIRECTLY ON SUBGRAOE MATERIAL THE TOP 6 INCHES OF SUBGRADE MATERIAL SHAll. BE COMPACTED TO A RELATIVE COMPACTION OF 95 PERCENT. S WEOGE-<;RIND ( HEAOER.cUT I 1 INCH BELOW LIP OF GUTTER WITH ....C.OVERLAY IS REQUIRED IF EDGE OF PARALLEL TRENCH IS WITHIN 3 FEET OF LIP OF GUTTER. CITY OF SAH BERHAROINO / PUBLIC WORKS DEPT. TYPICAL DETAIL RESTOR A TION PERMANENT SURF' ACING / TRENCHING APPROVED ,- z4- 'It:. a~6 DIRECTOR PIa. I C W0RK8 CITY ENGII€ER STANDARD NO. 3'0 I OF I PROJECT LOCATION SURVEY DOCUMENTS L ~ I .l.. '---.!..- COL ION A L/t:? I.n/4nJ Ce.rrf.er ~r se." '-, 6!-~. iJ/w s~~ t.ir IS I. ~IIV :?F'~ v ~ "I "2 <J , C " ~ ~~ o t/l { 'J "J~ B~ ~ -3~~ ~ ~.~'~ ~ "tJ' ~j- w ~ )J: '..... c;. .. V' , il J!.- . I< .~ " ~ ~ ~ cJ ~ u ~.~' . ::..,. '1't~ ;" ,_9:', 0." ~ 1'1 ..... ~ 'tl' c:x TOI) , ,Ie r. " ,. I J ~ ' ~ CH ~ (~~ % (s)~s. ScecUi l>.ll<~n .~ ~ f ~ ~. ~ '5'(fi/.JtL 12 ....14 ~f>I. ( -'.; Ic./ fr~s 5c:.t6'<.. Cil-'E(") ^~E ^lEp.,.. II,) eAt), /; S NEeD M;'/:.'C IIJ ~I''-''''! AnoAJ f-/8.8G ( I Jd'J .Jk.& er ~Er LeAr: :f" -r;<:k ~'/J ...... C J) &;A/C -'F S/""_O""-I"i- :-ir_Q-, .I- _ P/iJ€ L.~ \'\ - 5-.,. L.:-~.:;:'<;.~'AC.K /. --:.--:Y _c/'/._ .";Or ,.... -... N_~' ,1e~. ~ !_,"'-~ )::,.5' S-rREc-r cfR ~ 1-~ 1--, I(j , ~ '0 ~ 'i: ~ c " " ,'1 .J ''<J '- "- "< \:::) '", "- ~ ~ Sl <- ~ 'l ~ "\lJ INLfiNO CEAJrE~ DRIVE TiE5 5Er Z-17-'~3 Bv J. Di/4v ,'s s..,. L E'A[) {T,4Ci ~^ Te., /0.4-1"7. NL~ OF TflE B. C. 1:, /' " 'J ~ ., '< ~I '0 .~~ - ~ ~ fi.p ~ ~~S.!fr?-I<'~I9I(.rC$.B, WAS"HE;2. ~ (I AlL.A#lJ C~#re"I4AL"-&reRNIcE ~ ~rD I'-KI-IAI' ~.Z'7, J:J_IP I'ELCJrYNor/ ,~ - . I ~~_ W H ~o,e nJl l. $7, STD,IZ~ DRA/.AJ rM&>.J~C~ .0 01592, OAre;;> S-18-'~o. Ac:c:." reo A CENrelZl.IA/€ /AlTGA!:5ECT'o/' ...): /A./t../Gt./ c~ NfF Pe.eClr ~.::>.;;: TIES LJ4TE"O 3-8':'7/4 ~ P.S. 39/29-32. SEi L 6A1J( -r,c;Ci::. 0'" I.e. 6.5 Fr.#.E:Cy OF T,wG'B.c E ...i- ~ .:; _' r,~ 'f: . / ..; '. ..........,,- ,/ ;. ~t ---!-III.: L eRE S-7" '/0' , '/ ---.... .. '--- ~- '.-'---'-'--"-.'-- ~- ( \ ~ . -I-lliA#-B ~ ~~ I -'-~ I -' - ,. , " ' "'" .... i - C'E-#TER ~. . , / ~ -'" '. " . . , ," , . , ',.- ',; . '. ~ \, ',,-' , "" , r_ " ~_/ , ' C",-'- ~. . \ ""'~ 5/. J;'-_ - +- , ,~ ~, " ---/JR;------ Z(,$ " 5,sTLEALJ{' iAc", o,;Tc ~ " \U '<.I \r) t- u. N , \() U1 ~~% 54"rLEAIJ f' jAck ~A/T.C.! 10 ;r,S.~;:PP A./a' N'n-rBE.f. <..U/rH S7JzeE1' LIC/-IT Ar7ACf4EO. , 0"1; ')0 "r" 5-rI2Eer 0ES" St:-r "1-2-'92 BY .J. VA"'I" Fp SC/(Ew ON r,c@ CN1"A. Q!: CwlA .Rsru-R'" peR.. (..C'TY /'ES P1l7CJ:) 3-S-'84- .I 1 JeP'F"e.esON STReeT ~ r='D, SPIKiE -t"",JJS,NEe, P'c:.=~ 'C;R. C/TyT;cS CJAT€P 3-S.'84, ~T PK. NHfL C C.S. B lI'ASHe '1-30 - ':)2. J. DR VIS , ,~I 'j.I , v: E)-: ~. -r - ia "c'c_<:c~E."""';_'"vV.c ~ C.NT,e ~~CuR!3 .re-T&,.cNP€~ . -, - '84 L17'f TIcS rA7:D':--~ - , U4 U:17.a. 5.B.C. r:. B. l"fIJ N I h.. SET L~T /IN TC !;:j ~ THE B.c.R. ~ II"! :lii"..> ,;to \,C),:-~ Ii ~o ; "",,} rfi PD. LiT Of)) Tei! THE E.CR. fClUrrr TIES Of/TED "-1-9Z J.B.C.r. B/II/~25T , H -'QJ It:::: 4 Ul.l TJrEET TIES SET 'I-ZB-b1./ BY J:P. Sit> R.D. LfJ5J.1 FD LtT OW Ie PER CITY TIES DRTED <7J ~4 - c}2 .i.B.C.f.B. JIf/-Z':J7 flD. Lf. T /J IV [c. (;.5 5!JVTH{)FA f!? N~. NumBER WJTH 57. L/&flT ATTIKH. fER 07Y TIE5 DA TED OJ-4 -'}2 ~.B.(.r.8.P/J-Z5T NOTES i5 DEflJlJ7E5 TR&1fl)5i7L/NE HOL/J5 ~VEI? TIE DI5TJ.//1JCE .iac...fBJ DeN!JUS S//1lJ I3D?/Vt:lHDJlVtJ 07 Y FIELD J3o~)( P.g. 2 of 2 St T L€,4TJ (lAc",,,,,, 7. C I {3,r. N. OF T"~ ~.c..e.$' 2. FrS- C>F T"''''S. GN.J> PF A D/w ''C HAZEL A//6,vC/c FO. / "7. p,(C:Sg 7-:4~ Ci;? 'OEC'P~ PC'''' C,ry T;es :D4rED ,:::-S-84 seT P. K. NI1/L Z. L.5. 8 Wft5HER.. 'I I 11-30-72 iT. DIlVIS 01;, J~;-/~A:!":;;O:;.:~~; SO To 4- .3~vv ~.o€ r: <.:: ...v"-'(.4:. \ 3fiJw;'~,~ C C """A L 1.(. 5~T i. 51ft; t T,ACII{ O/l/7: c: f. " Il:J ~ 5€1L FAO?7Ac" o#T.c.~ "'N II/. f)/W')r '. 10752. "- " '" '-&~ ,~ k. 4J 4J . ~ l) k ~ V, 4J ~ 'il () , " " i' 7..>. \.j '~-::c, ~.> ~ k., ~/ \/,; /).D~ .J , ~~ tlJ ~ u->, 0'--'- \,,- ~ '1j.ji "r "S-rREEt /iES SET 1- / -"72 8 Y ..T. DA 1/ Is 5 E1 LEAP (liIc..- ~'" 7:: ) 3 F~. S 6p _<", EI-/O,;:)&: / AD/"". " '< ---.s ~7" LEAD c" T,4c.Y 6/'1 T. C. I=[]. S::Ec."v -'"'^' -:::. @L-A./T"'~ _~r C:-I..E. ~ P'-7 /L: 1'/ r_t,.. /.. r _ /, ;r T "--;-;5S DArE'O ..3-S- ?-+.- i I x:.... t/.fJ ~,E.~Vf/J!.V,L ~ Sr/.-<:',E" ';-;A/A5)-~;':,F~J.;..--"", . :;,,(' :::/7').-' 0c_~ !:A -;:-:J 3-5'-84 _'ET fK. "'RILL- L 5. /3.'i}1l5I1e. ". 30-"2. .Y, DAII15 7"--. Po. .see E" ~ 0'-"/ ,-; C @ CIV r~ ~c- CURB .E ~Tlj.e,...1 ;,:,e C;, ry ;/cS- C47clJ 3-5~84 I SerLEAC ~-r-..c:'C- 0,", i.C. 2.5 S. 0"/ S ~NO O~ A OM '--- SnLEAD~-AC' ? Co I'>...} T. c. . ~ :;, 'J ~c-o r- iIJ oJ ill t- V- i :(; "/, ~r\i> "-' ,..: 5ETFI( NItIL~ Il. L S. B. WIISHll' N 1/-30 -'r2 III .T. DI4I1I$ ~4 ~) - I \, - ~ \ ~, ~. "r" STl!-Ee 'I lIES SET ~-\;3'2. I!.'" -T. D A V I :; r: D 5'::= e. E: v.I (3 N T. C ~ / ':o..IT't 0.1= Cu12B Re"Tu';'J-J , F'!"Sl(,.......,..TtES O"'TE'D / 3-5'64 ~ A DELL.. STI<EET _. 'S"?'W:E S '#.JAS~'::R~ ::J,t :::,"=-e.? c::~ :: ,,.yT'E,S tl.A"'TE~ 2--:> 34- t:"c \/z'2.P'...JIN....,._JJ.=~E~~ ,,--~_:~ ('T.f.... c: S(.-'O~: .:. ~4- " j ~~~- ~-p.:; ~#Tp..<,,- _..-r_~~:~ "I" S.,."EE. T 1iH .ur- ,J-] 1-'''1 111'1':7. DAV;5 SE,L".,." ~TA'< "'....T,e. Q, 5 . N . '" F ~ H ~ B. C . R .' f... ~ lJJ ~ ~ .ss '" ~, ~S,:T L.:AO ';'\Acw::. -~~ T.(.. I J F"f S. OF '::-...E.!'LIN S Ao.J c;t...€ FC'to..,)T .- 'iE. JcrPc,ESON !fve,1/t/c rOo I 7. p.f'C S. 8. TAt:., C/.I Ot:,c-'; P",.e C"ry 7/5$ P"'''''c<o3'-S-84 SET P,"'.I\JI\/Li.. C 5.B 1JJ1t51!.E~ 1/.30-'12 J. DA~IS " ~ ~~ 0;;; ~~~ . " r.o rC"~.!........ ~..v~..-. 4.;~- ., .s~ &>~ c. c. E P~'CR _~.,...y T;<TS CA""6' ._3'f-34 IJ' --" CJ ~\-'> I \! I~ r-" Lt::.-A D ,- J. -'~j i ~l ~ II II I STREET I' EC S S ET ~- \~~Z. "",- :::T. DAY'S " t..J 4' " "< " \r) /5...,. Le...o ~TAc..1<: 0\-..1\ c:., ~ , C5' () ~ t~'-' .;> "'/' ~.> ~ "-s1f?H NItIY >.: t L 5.13./ li.l\Jrt5ffn t"- // / ,. ~"~/~ ''rJ ~/ ... u.. '" ~F'd. SC~EW Of>,..) r,c.) 14FT. .-/ iJ. of THE E.C.;1. P"eCiry Tre:s DA"TED 3-5:84: St"T L~AD ~TIIC:I<:: ~J>J T.c,@S,(!-"-IO oFD/W~ -- FO.! "r P. t c s e. 74G O. / OSEP P5.-€ C/7'"yt;csf DATEC 3-S-'84 '--~~> "-'. ../ :>< ,.,,' 0~ ,,'-',~ ~'"' MAReLE ALLEY -_::;:;;;TLEAO~~AC\( ""'> :::-~'tl~...o ET,l.cl( ..:'o...J~ T,c :5 .0'"'1'"":::- "I" ~ .= /'''' .-c. ';:-,.." ::: . ,_ _= ~ .6,. (<: ~ ~ ,oj t, _'~ - ~ \"-,,,... _~AP -: -:-A-. - 1'-\ --= /l--J Al:;> .rACE"'>"" -,.-c. ':",,0.<:'':: 'F ,/,/,e.l.\(: ~jJ >. J .- , , 5 <i. ~ :5 J. "- < , '" 0 c - :: \ SF" T . - , r ~ S~rIElI{) t7iJo: 0,0/ T. C. FO. fCEEW "",</ roc, ::r 5'~N',~;C B,CF. PEe CITY 77EJ PATEL) ~ 3 -5'-'84- ' h ~ (Jl "i- t E5PERA/lZI! .57"ffEi Fo. fl,4;</ #0'<'-: c' x- r/~ 4.4/'-5.----: 'pEe ClrY 7/E5- C,4rEo.?j.8.f. 5 ET P.IZ. NIIIL :<: C 5 e. IJJfl5lff.e '1 -LUS/'LII'( LIeU CFm.H, 3",f' 11- 25- '1 Z J: IJfilllS .)E7/ EAO {'7;'a cOW' ---' '" T C. IN T;lE {',,"'II ,f'~7UM 2,JN.C~r#cc,C:R ' f-- ItJ '" ~ f-. <;: 'J ~ \n ~ 'l- '" >>- >?"',;, ~<S:> 5< --->-, ~~ '" \J..i "r" STR.EET -r'€SSlif 8-31-'9ZBy..T.IJAVt,5 (S~7 fF.4P,F7;,CK a,v'Tc. ::; II,OA/,"'Frk"E,CR . 1. ESPE,eA,A/l:,II STREE, rO./"[P.{CS.B.T46 P,-L/sA! PcE CITY TIES C,4TEJ; .1-.>-'84- FD I'TP L C..S,B. 7flt..O.lf'T CE1:P II-~"'~z.. S, D"VI5 SG'7LEA,t? /7.4cKo"./7C.'.v cot: 8 /f.=T~ J,t\,.j 6) S./ ',/ ,5..vv ~F THE WH_~E:..c/-,4'e J=,A,oAP "'-,- '"SeT LE"AP ~'.-r;:::~ C,a/ - c I.50.::. _-. ~~ -_,- ." c. [' s...... L e... D ltT""c "'- .eN -,-. C <. "5e, LEAO iTAc"'"o....T.(~ .I'3"".~ 0" A S'...E.ET... !:Jl-\"'f ~ ~ "- I' " \1 '--" l> '3\\'~ I \, r- W W ~ r ,1 ~ 'S'\:j ~'-l\ 'l' 0~ ,'{) 'r, / H , ~ .. I 5n:EET TIES se., 8-31-'~Z. By ::r-.DAVIS ............Se"'TLEAD~TACI::. ooJTC. /' t 12 F".N,o~E C 1<., <9 A ST~~e"'" ~'C;H"". " -: '-/6'1,.- =,1..:"; .-t:., HCAF..E STE.t;'E:'T 1/z...I.f",w/t-J....,'- ,...... c::oJ-.JC.) ~. F'T" DEE"P PE.l::.. c. ''TyT,~~ ~TeD 3-\".)-',94- ..cT.o K. '{!JILL c:. 5.8. iV!lSH~R ,-25-")2 J. DflVIS ~, I :;T" LEA.C' ~~A~'- -::>'''-IT,c :9 ~ '.: ~ ~,~ ~ 6 :> ~ '. 'Z};H..t'ii~~Jl;.y.:. ; ,..., Q I/!d.J '/72.... I II : ' I : I . " : : , , r' I' w. '" - '~ " 'r;_<.l;.~'~-::~_..,.z_,~ -4-~~~i -, .. If, '.. ,.,. , . .... r-"~ ,..,.... l_l__~--1-_!-4-_L--L~=-LLJ_L~=t__~_! ; : r/el:_r#~,iN~CNG:D f 7HP-!' I I : : ~ I ! : ! ~ : ! ! 1 I ; t--: j ; i! ..r. ;O~ vii..... t t I 1_1-1' ! I !.---r-+-T-;---r-r-r-I-'~-;- I . .1 ;- -r--t;-:-:. I, ,.- I' -T . - ~r--...--r . ~ ' ~ '---;--- i - ~.;.. .~n.~ --+--+-- ~u_ ~ . -~- --~ - --f--~-- .~--+- -+-- ~---~--. :._.: ---~-- __~__~___L__J_._~___ ;___~ __ '~_H:'__+__Jh_l_ -- ;___.:_u~_..; .--~ u.~_ _-j.-__-:..n~--- ~---~ - --; --- ~-u;---r- - .:--._~ "in-; _n ,-.- ~- - :-_.:-- .~---:- - -; -- - ~_. _,0. '-~'-':--i- __ ~___:__ --f ---f'U~-- +n~__~___ [_u':__ -: -..: no; ---; -- -~_.-;-_ ~___ ~n_:._ -: ---~ ---; - -~-- ~---~__. . ___.~__ _~_ __~ ___:-__~----. __-:__~ ___:___;U~.___ .: " ;, , : , " '." '~fJ~~i1~~iii~J6;-:~~...FE.[:I.::::l.::;.<::}.:___:.T' ,~ '-t ' , B' , .:,~,'.,'~.,,:.'.'~,:,')'~,:,:,:, ",:,:,:,:.:. :.:,:,'.... ,,:,:.. ~:,._,',..,'..,'-,:,.-.'.,:_:;:,:.:,1,:. :,:,'..:,. :_: IHe~ :.c.E..e~lt.~>-e~(.f.B.nn__,~___L:.L,;_ '~.n'.__C__:' , __ , , . 14h.~lTl}C,R, IQO-:-050. .. ... ,Se-rL;A;iTj,~;~~ic. , 1Qn:o'i"G~ l\~-' ." ~~? [--... ......l.i..t l.!J' ~ ::J"~I':.:::n_'..: n.....~...nMILL "_"__.'~'_'n'.nn. . . ' , n.... 'l~" "'q~n_ 5 ... ......" ....'-.sTl<i=:;;:~:._n._.'..n'nn,,:.::,,:: ,nF.o,rt A-,,<H.C> 4~,f/'nXn:n-'U"Aa~,ER<I"1, . .T.leS.Pe~,S. 8,c.E.B.I4Ic4 Zr..(..r:.,g.n ..l'lQ c:P50., n"n,n+n. ':'n.n__:n_+n_n' '. . . . .. . ..._';.....;.00. :...._. ._n"hn:.n.~_h_. h.. ,n_._n..., n. __ "._'___"_'.00. .n;-nt- .__, _ no,. _..__.._ __._. ....'00 h...... ..;_ :;_g!~:~:~~i:Cc;:~~i~g!~~~~~:so:o ~;1~~~:N'5!i~T~;3~'~,fi' . . ....._..h.. ..... '. .n.. .00._ _ ...._.._ .h..____hn. ........".._.... . ' , . ..... 00.:' ."+.'h:n_'7.m~.._.;m ...... ..n...;....n~.._ P.g. Z 0/2 ENGR-4.01 It-HI CONTRACT AGREEMENT AGREEMENT CITY OF SAN BERNARDINO THIS AGREEMENT is made and concluded this ~day of , 2007, between the City of San Bernardino (hereinafter "City"), and L.A. BUILDERS. I C. (hereinafter "Contractor"). 1. For and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the City, and under the conditions expressed in the bond as deposited with the City, receipt of which is hereby acknowledged, Contractor agrees with the City, at Contractor's own proper cost and expense in the Special Provisions to be furnished by the City, necessary to complete in good workmanlike and substantial manner the 1-215 FREEWAY SEGMENT 3 SEWER LINE RELOCATION in strict conformity with Plans and Special Provisions No. 11916, and also in accordance with Standard Specifications for Public Works/Construction, 2006 Edition, on file in the Office of the City Engineer, Public Works Division, Department of Development Services City of San Bernardino, which said Special Provisions and Standard Specifications are hereby especially referred to and by such reference made a part hereof. 2. Contractor agrees to receive and accept the prices as set forth in the bid schedule as full compensation for furnishing all materials and doing all the work contemplated and embraced in this agreement; also for all loss or damage arising out of the nature of the work aforesaid or from any unforeseen difficulties or obstructions which may arise or be encountered in the prosecution of the work and for all risks of every description connected with the work; also for all expenses incurred by or in consequence of the suspension or discontinuance of work, and for well and faithfully completing the work and the whole thereof, in the manner and according to the Plans and Special Provisions, and requirements of the Engineer under them. 3. The Contractor herein covenants by and for himself or herself, his or her heirs, executors, administrators, and assigns, and all persons claiming under or through them, that there shall be no discrimination against or segregation of, any person or group of persons on account of race, color, creed, religion, sex, marital status, national origin, or ancestry in the performance of this contract, nor shall the Contractor or any person claiming under or through him or her, establish or permit any such practice or practices of discrimination or segregation with reference to the selection of subcontractors, vendees, or employees in the performance of this contract. AGREEMENT: 1-215 FREEWAY, SEGMENT 3, SEWER LINE RELOCATION 4. City hereby promises and agrees with the said Contractor to employ, and does hereby employ the said Contractor to provide the materials and to do the work according to the terms and conditions herein contained and referred to, for the prices aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon the conditions above set forth; and the same parties for themselves, their heirs, executors, administrators, and assigns, do hereby agree to the full performance of the covenants herein contained. 5. 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 of said Contractor, then this instrument shall control and nothing herein shall be considered as an acceptance of said terms of said bid conflicting herewith. IN WITNESS WHEREOF, the parties of these present have hereunto set their hands the year and date first above written. CONTRACTOR CITY OF SAN BERNARDINO L.A. BUILDERS, INC. BY: Name of Firm: By:A-/-€/'.. ~ TITLE: PRESIDENT ATTEST: 15635 SATIOOY ST. SUITE H, ~OJ}ys{{ Gl [);)~ RACHEL G. CLARK ~ ~(lIY)a:))tJw~ mpk~ MAILING ADDRESS: VAN NUYS, CA 91406 PHONE NO.:La1al 781-1818 APPROVED AS TO FORM: .~ 'i3 S A FEe O' FIRST NATIONAL SURETY MILLENNI'JM CORPORATi: PARK E,_DG_C 111400 NE UKION HiLL RQAJ flEDMONO, WA 98052 L.A Bond Number 6487632 Initial premium charged for this bond Is S llQ.,~01 . 00 subject to adjustment upon completion of contract at applicable l"ate on final contract price. -- -- - as Principal, , a (OIporation organized and existing o transact surety bumness in the State of California, as -- - -- -- HUNDRED EIGHT'l-EIGHT AND NO 11 00 -- Dollars (I 867 .888.00 - - - - ), d themselves, their heirs, administrators, successors and ,it WHEREAS, thl: above-bounden Pnnclpal has ~- l~ provisions of said Contract, then this obligation shall (ore the expiration of two (2) years from the date of , ....1007 - BUILDERS, INC. Principal NAL INSURANCE COMPANY OF AMERICA ---.-------- ----- ~u ~ ~~- HAWN BLUME Attorney-in-Fact ~~ Registered trademar~ 01 SAFECO Corporation CONTRACT BOND. CALIFORNIA FAITHFUL PERFORMANCE- PUBLIC WORK EXECUTED IN FOUR COUNTERPART KNOW ALL BY THESE PRESE!\lS, That L.A. BUILDERS, INC. of 15635 SATICOY ST.. STE. H. VAN N1NS r.A Ql406 and the FIRST NATIONAL INSURANCE COMPANY OF AMI;RICA under Ihe laws of the State of Washlnolon and authorized Surely, are held and firmly bound unlu __ CITY OF SAN BERNARDINO in the sum of EIGHT HUNDRED SIXTY-SEVEN THOUSAND EIGHT for the payment whereof, well and truly to be made, said Principal and Surety bin assigns, jointly and severally. fIrmly by these presents. TIlE CONDITION OF THE FOREGOING entered into a ContJact, dated CITY OF SAN BERNARDINO to do and perfonn the following work, to. wit: OBLIGATION IS SUCH, Th , with the 1-215 FREEWAY SEGMENT 3 SEWER LINE RELOCATION NOW, 'IHEREFORE, Iflhe above-bounden Principal shall faithfully perform all d be void; othelWise to remain in full force and effect. PROVIDED FURTHER TIIAT, Any suit under lms bund must he instituled be substantial completion of the work to be performed under the Contract Signed and sealed this 27th day of JULY FlRST NATIO ~ S.06151FNEF 101Q9 CALIFORNIA ALL.PURPOSE ACKNOWLEDGMENT State of CALIFORNIA County of RIVERSIDE On 7/), 7/67 DATE before me. R. CISNEROS "NOTARY PUBLIC" NAME, TITLE OF OFFICER. EG. "JANE DOE. NOTARY PUBLIC' personally appeared SHAWN BLUME NAME(S) OF SIGNEAIS) iQl personally known to me - OR - 0 proved to me on the basis of satisfactory evidence to be the person~ whose name~ is/~ subscribed to the within instrument and ac- knowledged to me that he/sJ;ie/U;It!'y executed the same in his/h-e'r/t~ir authorized capacity(i.r.r!;}, and that by his/I)e'r/t~r signature~ on the instrument the personW. or the entity upon behalf of which the person(S'j' acted. executed the instrument. . ~ R. CISNEROS ;;; COMM. #1488731 NOTARY PUBLIC - CALIFORNIA RIVERSIDE COUNTY . Mv Comm. Excires June 7, 2008 WITNESS my hand and official seal. f? ~M.L/k9A SIGNATURE OF NOTARY OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER o INDIVIDUAL o CORPORATE OFFiCER DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT TITLE(S) o PARTNER(S) o LIMiTED o GENERAL o ATTORNEY-iN-FACT o TRUSTEE(S) o GUARDIAN/CONSERVATOR o OTHER: NUMBER OF PAGES DATE OF DOCUMENT SIGNER IS REPRESENTING: NAME OF PERSON(Sj OR ENTlTY(IESI SiGNER(S) OTHER THAN NAMED ABOVE 8D-11333/94 01993 NATIONAL NOTARY ASSOCIATION. 8236 Remmel Ave.. P.O. Box 7184. Canoga Park, CA 91309-7164 ,-- -- -- -- ---- ---1 1_€Il~~l NATIS~A!-- S~ EXECUTED IN FOUR COUNTERPARTS .;;.~::~ J~r\l:)kl:\lj l\-V'CllUe \ F '-:s::1l!t \\'-,.:'., 'J~ !;j:' r-~-------~'--- , ..-: LABOR AND MATERIAL P.A.YMENT BOND Bond No. 6487632 PREMI U~l Il\CLUDEIJ 1 N PERFORMANCE BOND Cnniorm<; wilh Tht: Americi'lln InsWutf 01 Arcllite(:t~ ,tU.A. Do(;urnf>or No. A-311 ;hiS BOND 15 IS~UED SIMLlLTANECUSlY Wil H f'ERFORM~NCE BOND IN FAVOR or T~IE OWNER CONDI1"IONtD ON THE F"Ull J\!\)O ..AITHfUL FEl\rORrvtANCE OF THE CONTRl\CT ;" HOW ALL B\' THESE PI1ESENiS \h;:\ L.A. BUILDERS, INC. 15635 SATICOY ST. VAN NUYS, CA 91406 iht'lf 'fl~,,'rt 1l!III1~me 81)tl ;)ddrf'!'~, 01 Iqr",1 Jilin il! (on1rJr;o(, 120 VANTIS SUITE 130 ALISO VIEJO, CA 92656 ,,; P!lllq"". hcrcll~uter called Principl. "lid. FIRST NATIONAL INSURANCE COMPANY OF AMERICA (~t>fE: lnH'ritull T'i;;'~E' 81'd ;:;ddress c'lf'rF~! 11111" ,,1 ::',LlrH'J) :J~ Smcl}. hCTcinal1cr calkd SurelY. art' held ,mJ jirmj~; bOH,nd lln10 CITY OF SAN BERNARDINO 300 N. "D" STREET 3RD FLOOR SAN BERNARDINO CA 92418 (H",r~ insf'n fun 'lanV' ,md ;jddr~<.c '" leQ;,; ;'11" n~ ~)\",';~d' :IS OhltfCC. hcrcinaflcI called Owner, for the use and hene/it or cJallnants as hereinbelow dcJ'jncd, in tlle amouu1 of EIGHT HUNDRED . SIXTY-SEVEN THOUSAND EIGHT HUNDRED EIGHTY-EIGHT Dollars ($ 867,888.00 - lor L\I(' pa.\ llH.':nt whereof Principal and SurelT bmd themselyt'.<;. lheir hell's, CXCCllwrs. 3cJmiltistralort:. succC'ssors ::md 3SSj!,1l,",, ;nin11.,' and sfve.r,lIl)" fimlly by these presents iVHEREAS PrinCipal h;lS hy \vrinen a~Tcclllenl d:~(cd cIlicred into a contract nith Owner for 1-215 FREEWAY SEGMENT 3 SEWER LINE RELOCATION ~He''''' Im.c!: lull "<llrie. .JddH':>:> ,m<.1 d",<;t;lii,,;'J" ", pW.I",d', Iii dC':Cl"o:IIJLe with Dr:.minp ;wd ~IK'('lfICaholl~ prepared b,' U.kr",r..,.dl 'ul: n<1q,,~ clUJ itJ,jr~',,~ m 1'.:0;1) ~llle l,j j\r(hit,,,~t, u'11Jl:/\ ':!.lnHa~l j~; h-, r('!~f':lli.,C J1J.;)Jf ~) rart !lcftf.'r. ;111d t'; hcn:mtJtCJ r~>j.::n,:d Ie- (1'- lhl.' C,,;n1raC;1 -"'-'Fla,';; - [de;' . J.:..,>,,!., ~.~: "cJ,I;o.'n"r~ (,r '::AFI';;':C ';"C[, ''',;'1(;'' LABOR AND MATERIAL PAYMENT BOND NOW, TIIEREfORE, TIlE CONDmON OF THIS OBLlGA110N 1S snch that, 11 PnnClpal shall promptly make payment to all claimants as hereinafter uenned, for all labor and malerial ufi,cd or rea....onably required for use in the pe_rformancc of the Contmct, then this obhgation shall be v01d; otherv.-1SC 1t shall remain in full force and effect subject, however, 10 the following conditions 1. A claimant is defined as one having a diJect cOIltrat-1 with the Principal or \.....-lth a Suhconul:lctor of the Principal for labor, material, or both. used or reasonably required tor use in the performance of the Contract, labor and material being construed to mcIude that part ofwaler, gas, pow~r, light, heal, oil, ga<;olinc, telephone service or rental of equipment directly applicable to the Contract. 2. The above named Principal and Surety hereby jointly and severaJly agree with. the O\l,ncr that every claimant 3S herein defined, who has not been paid in full before the expiration of a period of ninety (90) days after the date on which the last of such chrimant's ""'ark or lahor was done or performed, or materials were furnIshed by such claimant, may sue on this bond for the use of such claimant, prosecute th~ suit to fmal judgment for such sum OT sums as may he justly due claunant, and ha\'e execution thereon. The O\\ner shall not be Iiahle fm the payment oj <tvy C{}~ts or expenses ()f any ~\Jch ~\lit "3 No Sllit or action shaJl be commeoced ht:reundcr hy [lny cla:m~".lIt :1) Un\e:;s dJimant, l,ther th:m one nClVlf!g a dlfcct contract. wrth the Prin.elpal, shall hat"t' given written untict' to any [',>'0 oC lh~ foJlmvi.ng: tile Pnnclpctl, (he nwn~, or tht' Surety <'tbnvt' named.\.\'ltllll1 lWleh (<!O) d:JVs ;1fLer slJch ci;nm:ml thd 01 JH~110mleil Jl\{'. lfl.st (If the work 01" bON, OJ hmushed UK 10.<,1 of tile matt;ri<J~ fll[ which sind claim I:: nlndc, <;iiltll1g wittl suh:.::tan1H'lt accuran: the a.mount clauned ::md till.: n;Jmc cf th.:- {l.'u1y Ie whom the ma\cn:li-; were fumi!'lhcd, or tor whom the work or labor was done or performed Such notice shall he served by maiting the same by registered mail or certified mail, postage prcpnid, in an envelope addressed to the Principal, OWll~ or SlJIety, at any place where an office is regularly maintained for the transaction of business, or st:rved in any manner in which legal proces_o;: llUly be servt:d in the state 10 which the aforesaid project is located, sElve t.hat such service ne~d not he made hy H public ofiicer h) After the expiration of one (1) year following the date on which Pnncipal ceased Work on ::laid Contract, it being understood, however, that If any limitation embodied in this bond is prohibited by any law controlling the construction hereof sUl:h limitation shall be deemed to be amended so as 10 he equal to the minimum period of limitation permitted by such Ii!", c) Other thaIl in a ~tdte COUTt of oompetent jun:-;didlOn ill and f(11' tht: county or other political suhdiviswn of lilt: si.ate in \.\ihidl lhe ProiecL or ;.Iny pan thereof. is situated, or ill the (loiled St..LJt~~ Distm:t Court for the district in \vhich the Project, or any part thereof, ts Situated and m1T elsewhere ,1 IJ,e ammm1 of ll-us biJnd shull he reduced h'i :md to the extent ot ,lilY pa)lIlcnt or pa~mcn(" made Ul p!L'od (mh hereunder, illdu~.i\c of lh(~ payment bv Surd:)' of medli'uilt.:s' hens wl)Jl~h nI<J\' b:: rlld ofrv:~'Td al,!,<lino;! c~aid imljfO,elllent whdhcr or nol d:.J!fil tor ule t:m(1Un~ or <::l1Ch ]wn ht; pre~ented under and ugawst 11us bond Sigflt'd <!mI sealed thiS 27th cbvot JULY ----.----.-- - ---_._.__._--~._.- 2007 (W'lIle,,;) (\\;' ItHC~,Si ,. .i,.;; ')1 ~- :j:':: l- : ~," ':'::!::;" n' L.A. BUILDERS, INC. JSea!l. ( Principal; { njtJc\ FIRST r~ATIONi'.L !NSURANCE COMPANV OF M;1ERIC.~ "~.:i_~'~~ ; { ~ -:2--------- ~-..=~_..~"-'"~ :-.. ~ .....-.---.-- .-------.-- SHAWN BLUME, ATTORNEY-IN-FACT i)tlrel', (l:tk';, CALIFORNIA ALL.PURPOSE ACKNOWLEDGMENT State of CALIFORNIA County of RIVERSIDE On 7/.:nlo7 DATE before me, R. CISNEROS "NOTARY PUBLIC" NAME, TITlE OF OFFICER - E,G. "JANE DOE. NOTARY PUBLIC' personally appeared SHAWN BLUME NAME(S) OF SIGNER(5) i5l personally known to me - OR - 0 proved to me on the basis of satisfactory evidence to be the personf,B'f whose name(.8') is/~ subscribed to the within instrument and ac- knowledged to me that he/s~/~y executed the same in his/Mr/t~ir authorized capacity(iri), and that by his/l)e'r/t~r signature~ on the instrument the person(;i1, or the entity upon behalf of which the person\4 acted, executed the instrument. . R. CISNEROS ~ COMM. #1488731 . NOTARY PUBLIC. CALIFORNIA . RIVERSIDE COUNTY My Comm. Exoires June 7, 2008 WITNESS my hand and official seal. '?~ SIGNATURE OF NOTARY OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER o INDIVIDUAL D CORPORATE OFFICER DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT TITlE(S) D PARTNER(S) D LIMITED D GENERAL NUMBER OF PAGES D ATTORNEY.IN.FACT D TRUSTEE(S) D GUARDIAN/CONSERVATOR D OTHER: DATE OF DOCUMENT SIGNER IS REPRESENTING: NAME OF PERSQN(S) OR ENTITY(IESI SIGNER(S) OTHER THAN NAMED ABOVE 80.11333/94 Cl1993 NATIONAL NOTARY ASSOCIATION. B236 Remmel Ave.. P.O. Box 7184. CanogB Park, CA 91309.7184 ~. POWER OF ATTORNEY first National Insurance Company of America Safeco Plaza Seattle, WA 98185 No. 6966 KNOW AlL BY THESE PRESENTS: That ARST NATIONAL INSURANCE COMPANY OF AMERICA, a Washington corporallon, does hereby appoint ............SHAWN BLUME; ROSEMARY CISNEROS; JEREMY PENDERGAST: MICHAEL D. STONG; Riverside, California........- ils true and lawful attomey{s)-irH'act, with full authority to execute on behall of the company fidelity and surety bonds or undertakings and other documents of a similar character issued by the company In the course of Its business, and to bind FIRST NATIONAL INSURANCE COMPANY OF AMERICA thereby as fully as if such Instruments had been duly executed by its regularly elected officers at Its home office. IN WITNESS WHEREOF. FIRST NATIONAL INSURANCE COMPANY OF AMERICA has executed and attested these presents day of March 2007 Ihls 8th ~~~ -TA1Yl~~~L . STEPHANIE DALEY-WATSON, SECRETARY TIM MIKOLAJEWSKI, SENIOR VlCE.PRESIDENT, SURETY CERTIFICATE Extracl from the By-Laws of FIRST NATIONAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13. . FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by (he officer In charge of surety operations, shall each have authority to appDlnt Individuals as at1omeys-Jn-fact Dr under olher approprlate titles with authDrity to execute on behalf of the company fidelity and surety bonds and other documents of similar charader issued by the company In the course of Its business... On any Instrunent making or evidencing such appointment. the slgna1ures mey be aft"Dled by facsImile. On any Instrument conferring such authority or on any bond Dr undertaking of the company, the seal, or a facsimile thereof, may be Impressed or affixed or In any other manner reproduced: provided, however, that the seal shall not be necessary to the val1dlty of any such Instrument or undertaking." Extract from a Resolutlon of the Board of Directors of FIRST NATIONAL INSURANCE COMPANY OF AMERICA adopted July 28,1970. .On any certificate executed by the Secretary or en assistant secrelzlry of the Company setting out, (i) The provisions of Article V, Section 13 of the By-Laws, and (il) A copy of the power--of.aUomey appointment, executed pursuant therelo, and (ii) Certifying that saId power.of-atlomey appointment Is In full force and effect, the signature of the certifying offlcer may be by facslmlle, and the seal of the Company may be B facsimile thereof: I. Stephenle Daley-Watson . Secretary of FIRST NATIONAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By-Laws and of a ResoluUon of the Board of Directors of thIs corporation. and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By.Laws, the Resolution and the Power of Attorney are stilI In full force and effect IN WiTNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation this 2IJM day of J(..~ .;}tJC17 . ~~~ S-1049IOF 4105 STEPHANIE DAlEY.WATSON, SECRETARY Safeco<<l and the Sareeo logo are l1Ig1slered trademarks of Safoco CorporeUon. WEB PDF , ~ . ACORDm CERTIFICATE OF LIABILITY INSURANCE I DATe [MMIOOfVYYYJ ten day notice f'ROOUCER Phone# 805-230-9130 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION DMK Insurance Services ONLY AND CONFERS NO RIGHTS UPON THE: CERTIFICATE HOLDER. THIS CERT1FICATE DOES NOT AMEND. EXTEND OR 933 E. Thousand Oaks Blvd. ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW, Thousand Oaks, CA 91360 I : INSURERS AFFORDING COVERAGE NA/C# ---..-- .----.---- - INSURED ,_~_511RER 4:.. L.A. Builders, Inc. . I~SURERB: Progressive Insurance -- 15635 Saticoy St. #H i !NSUR~.~ c: _..._. Van Nuys, CA 91406 IINSUR;;:::t D. - ---. " IINSUR=R ~: COVERAGES 'tHE pOl..,rC1ES OF INSURANCE LISTED BELOW HAVE BEEN Issueo TO THe INSUReo NAMeD ASOVr: FOR THe POI..ICY peRIOD INDICATED. NOlWrTHSTANDING ANY ReQUIREMENT, TERM OR CONDITION OF ANY CONiFtACt OR OTHER DOCUMENT WITH RESP5CT TO WHICH TI":15 CERTIFICATE WY BE Issueo O~ MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES Oe.SCRIBEO HE~EIN 1$ SUB.leCi TO ALL THI; TeRMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGRI!!GATF. LIMITS SHOWN MAY l-fAVE BEEN REDUCED BY PAID CLAIMS. -.-.-..... ~M_n_.. I --.-. POLlCYEFFECilve ~jlCY EXPIRATION Tia. JJD'lJ POI.ICYNUMBER I.IM1T, tlSIlP TYPEOFlNSURAI.ICE l'JAT~I"l.MLtlP.l('O..... "-ti.tMJW-''''''' [je-~eRAl.l.r^Bn.ITY I EAC,"i OCCURRENCE Is i COMMERCIALGI::"lERALlIABllITY ~~IMIS~~.SlE,"'Ln!~.u.':JI!I.c.t;lL- .~.. ,.--- I CLAIMS MADE: 0 occ::u~ ~~.l?_~~_::'I~ny or_~ p~r:<rll'l.l.._ .._ r!- 1- ---... ~=~<;O~l.A~D~.r~..:!~ :) !- --.. _@E~J:RAl..AGGREGATE , -, .--- ~E.'r-AGG~n I.lMli APPLIES PER: PRODUCTS. COMPIOP AGG S POLICY I ~.;,?.,: I~ Loe u_._._ ~OMosrLE L1All/lIT'!' I COMEIi\l~O SIN~E: 1.IMI; , 1,000,000 .; i NjV AUTO {E~ 8ccjde~l) ,,'- I ..no_. - ALL O\.'VNE:a AUTOS eC')II.YINJ-.!FlY B , iPcrpor.:;crj , SCh.';DULEC: A.UTOS 08005444-2 OS/05/07 05/05/08 -.--- .---- , HIR..:D AUTOS 800lt Y I~JURY I (PlltAl;ci(1.,m) , ~OfIJ-OW,"t~O AUTOS , ~..- F>AO~~~T'v tJAM~~';--~ I I ! (P!~~~i~el'iiJ I ~R'GE L1'B"1n I AUTOO~lY.(;AACeIOE:N"!.__.~ "_ I A.W AUTO ".4.'__.- OnlliRTHA'J F.;A~.~C:_, $ -I ,l1J10Q"llY; AGG , ! exc:eSSllJMIIRELLA UAElIL!TY I EACH OCCURR~NeE I' ~ OCCUR n etAl". MAD' I AGG,"EGATE: =]--- "- ~-- ~ OEDLeTlA'.E $ - 1!:~'l1;f\lTION , , WO~KERB COMPF.NSA nON ANti I J WC5TAnj.3...U~TH. EMPLOYERS'L.IA,IjIUTY ~,.I9=lMo::L _E8_ ---- ..-.--. At-y PROPRI!:TOMAl!:iNEP:'EXEC~iTrVE ~:... ~Ct" ACCIQ~~ $ aFFICERIMF.;MF.lF.~ EXCLtJDECl? .~~: .DIS!~e.. EA ~~ , ~.~E~I~n2~~~~1~1bN5 balow .---. ::LOISEASE- POUCYLlMIT , IOTHER I OESCR1FTION OF Qf'eRATlON~ I LOeATIONa, /VEHICLES/ EXCI.IJSION~ ADDED E1V ENDOR8EMENT f SPECIAl. PROVISIONS TEN DAY NOTICE NON PAYMENT OF PREMIUM, CERTIFICATE HOLDER: CITY OF SAN BERNADINO NAMED AS ADDITIONAL INSURED AS THEIR INTEREST MAY APPEAR. PROJECT ADDRESS: 1.215 FREEWAY SEGMENT 3 SEWER LINE RELOCATION CERTIFICATE HOLDER CANCELLATION CITY OF SAN BERNADINO 300 NORTH "D" STREET, #3rd FLOOR SAN BERNARDIO aHOULD ANY OF TtiE ..,8OVE DE"SCRlllm ~OLle!E$ l!E CANce;!..I.~ E1Eif::lRE lltE E"l<l'IRATION DATE TlfEREOF. THE lSSUlNO INSUIU!n WI!..!.. l;NOI;AVOR TO MAIL ..1':..0_ DAYS wnmcN NOtICe TO TH6 CIi~rl=ICATE HOLDER NAMEO TO THE LEFT, 81,11 F"ILl'~12 TO DO :;0 SHALL ION OR. L1AII!lITY O~ ANY' KIND UPON THE! /NSURE~, ITS AGENTS O~ ACORD 25 (2001/08) CORD CORPORATION 1988 .\ IMPORTANT If the certifiC<lte holder is an ADDITIONAL INSURED, the policy(ies) must bo endorsed. A statemont on this cerlificate does not confer rights to the certificate holder in lieu of such endorsement(s). if SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statemont on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negativGly amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (200110a) r----" - . ACORD_ CERTIFICATE OF LIABILITY INSURANCE OP 10 G9 CATe IMM/OOiY'lY'f} LABUI-2 07/26/07 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE O.erian Insurancs Agency HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR PO Box 49518 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Los Angelss CA 90049-0518 I NAIC# l?hone:310-472-6686 Fax;310-472-1657 INSURERS AFFORDING COVERAGE iNSUR.ED INSURER A; Colony Insurance Co. I .- INSURER B; I -- I L.A. Buildsrs., Inc. lNSUR!;;R c: , 15635 Saticog s~ #H INSURER D~ t- Van Nuys CA 140 - -- INSURER E: I COVERAGES 1'HE POLICIES OF INSURANCE USTEO BELOW HAVE BEEN IssUEO TO TIolE INSURED NAMED ABOve FOR THE POLleY PERIOO INOICA~O. NOT'NITHSTANDltIG ANY REQuIREMENT. TERM OR CONDITION OF ANY CONTRAe.,. OR OTHER OOCUMENT WITH RESPECT TO WHrCHTHls CERTii="ICATE MAY BE ISSUED OR MAY PERTAIN, THe INSuAANCE AFFORDED BY lHE POLICIes DESCRIBED H&RE1N IS SUBJEC1 fa ALL.. THE TERMS. EXCt.usrONS ANO CONDITIONS OF SUCH POUCIES. AGGREGATE LIMITS SHOWN MA.Y HAVi BeEN REDUCED BY PAID CLAIMS. NSR"r,UO ~ 1YPE OF INSURANCE T POLICY N.UMBER l""'iq~FE\'Jii',. DATE MIC"J!,~N UMITS l.TR NSR CATE M/DDIYY . I GENEML UAIllUTY I EACH OCCURRENCe . 1 ,000,000 AiX Jt1. COM....RCIALGtNERAL LIABILITY GL164055 12/19/06 12/19/07 UAJ\IL'l,-.;t:: IV !"\I:;I'" I CLJ :e\ 5100,000 PREMises (Eoi Qa:1Jrence i ~. I CLAIMS MADe ~ OCCUR i MED EXP (Any 0(\8 pal'$Ctl) <Excluded I PERSONAL & /4.OV INJURy' $1,000,000 GENERALAGQ~GATE 52,000,000 i . GCN'LAGG~en~I.lMrT APAS PER ! PRODUCTS. caMP/OP AGG <1,000,000 i XI POLICY ~~gi LaC I i AUTOMoeU..E LIASIUTY COMStUED SINGLE lIMtT I. t:J ANY AUTO IEil;1CMen!) I ~ ALL OWNED AUTOS - I. ....... , BODILY INJURV I SG~rouU:D AUTOS i (Per per!OO) I - '-- I - HIRED AUTOS BODILY INJURY +- NON.OWNED AUlOS (pttaCCldlJn() ~ - - PROPERTY DAMAGE S , (Pel'accident) ~AAGE lIABILITY AUTO ON!.. '(. EA Acc!cENT $ ANY AUTO OTHER THAN EA ACe . AUTO ONl. Y: - A,GG 5 i :=J~SSNMBReLLA LIABILITY i EACH OCCURRENCE S I OCCUR 0 ClAJMS MADE I. AGGREGATE I S -- , 5 ~ ~EDUCTIBL' I ; RETENTION S $ 1 woRKERS COMPe.NSATlON AND IT1)~v"LI~':rs I IV~~- I.MPtOYERS' lIABIUTY -- ANY PRQPRJETORlPART~IERiE.XECUTIVE E.L, f,ACH ACCIDENT $ OfFJCERlMEMBER exCI.UCt;O? '.L. DISeASE. ...MPLOYEE $ I ! If ~~. ds.sentJe und6f ..- I S ECtAL PROVISIONS b,low EL. DISEASE. "'olley UMIT 5 . I OTHER I , I I I I I OeSCRlPTION OF OPERAl'lONS J LOCATIONS 1 VEHICLES r EXCl.USIONS ADtlEO BY ENcORSEMENT I SP!CIAL PROVISIONS Contractor Liability Insuranco Policy . Projeot Name: 1-215 Freeway Segmsnt 3 Sower Line Rolooation I I I CERTIFICATE HOLDER CANCELLATION Ci ty of San Be""-'lrdino Oovslopmsnt Services/Public Works 300 North 0 Street 3rd Floor ,San Bernardino CA 92418-0001 SHOULO ~y OF THIS ABOVE DeSCRIBED POLICIES BE CANCELI-EO BEFORE THe EXPlRAT10 DATE THEREOF, THE lSSUlNG INSURER WILL ENDeAVOR TO MAIL ~ pAYS WRrn'e~ NonCE: TO THE CERTIFICATE HOLDER HAMED TO THI; UiFT. BUT FAILURE TO DO so SHAll. IMPOSE NO OBUGAT10N OR LtAalUTY OF ANY ICND UPON THE INSURlA., ITS AGENTS OR REPM9ENTAllVES. AUT11~~:;J 7 "-----r-. r . POLICY NUMBER: GLt64055 COMMERCIAL GENERAL LIABILITY CG20 10 1001 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION ThiS endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: CITY OF SAN BERNARDINO DEVELOPMENT SERVICES/PUBLIC WORKS 300 NORTH D STREET 3RD FLOOR S&~ BERNARDINO CA 92418-0001 (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as' applicable to this endorsement.) A. SectIon II - Who Is An Insured is amended to include as an insured the person or organization shown in the Schedule, but only with respect to l- ability arising OJt of your ongoing operations per- formed for that Insured. B. With respect to the insurance afforded to these additional insureds, the following exclusion is added: 2. Exclusions This insurance does not apply to "bodily Injury" or "property damage" occurring after: (1) All work, including materials, parts or equipment fumished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the addi- tiona! insured(s) at the site of the cov- ered operations has been completed; or (2) That portion of 'your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. CG 20 10 10 01 ~ ISO properties, Inc.. 2000 Page 1 of 1 0 POLICYHOLDER COPY NE STATE COMPINSATION INSU"ANCI FUND P.O. BOX 420807, SAN FRANCISCO,CA 94142-0807 CERTIFICATE OF WORKERS' COMPENSATION INSURANCE ZSSU~ DAT~: 07-27-2007 GROUP: 00022' POLICY NUMB oR: 00a828a-2007 CERTIFICA T5 10: 20 CeRTIFICATE EXPIRES, 02-01-2001 02-01-2007/02-01-2008 TH~ CITY ap IAN IlEWllalNCl 300 N 0 ST aRC FL SAN BEANARIIINCl CA 12411-0001 N~ ~OI:z-all PII~~WAY I~~NT 3 IEW~II LI~ IIELaCATzaN This I. 10 certlly tnot wo h.vo lsouod 0 volld Wo,k.,,' Componsotion Insuronco polioy In 0 lorm Approvod by tno eoliiornio Insuroneo Commltslon" to tne employsr nOmed below lor Ihe policy period Indlcoled. This POIIOY I; not subject to concollstlon by the Fund except upon ao day. edvill'lce written notlco 10 tho omploytlf. We will also give you 30 dIV5 ecNlnee noticB should this policy b. c.anC:f1I1.d prior tc Its norm.1 expiration. Thl. certificate of In,urlne. is not In insurance policy ,nd does nat amend. extend or .lter the coverage afforded by the poliCY II,ted herein. Notwlth.tandln~ any requirement, term or condition of any cantrlct or oth.r document with respect to which this certlficat, of In.urano. l'11Iy b. iSlued or to whioh it mlV pertlin. the In,uflnce olforded by th. policy described hare In Is subject 10 oil the terms. exclusions. snd condllloM. of SUCh policy. ~RePR5SENTATI EMPLaYER'S LIAIILITY LIMIT ~~~. PRESIDENT INCLUDINg DEFENSE CaSTS: $1,000,000 PER OCCURRENCE. ~NDOIISEN~NT Ileac - ALON QAMZ~L PIIES,S~C - ~XCLUOEO, ~NaaIlS~M~NT 11eoo . TAMIR aAYAN VP,TIIES . EXCLUDEa. ~NDORS!M~NT 12081 ~NTrTL~D C!RTI'ICATE HOLD!RS' NOTrCE ~"!CTIV! 03-11-2007 ZS ATTACH~D TO ANa POIINS A PAIIT OP THIS POLZCY, - EMPLOYER LA IUILa~1\S ZNe , Aal IATZeay IT IT~ H VAN IM'I CA 11408 N~