Loading...
HomeMy WebLinkAboutC-3789 - 2005-2006 Sidewalk, Curb and Gutter Replacement Program on Port Streets, ADA Ramps, East Coast Highway Curb and Gutter Replacement, Balboa Peninsula Beach Walkway Replacement and Park Asphalt Walkway ReplacementCITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harldess, MMC September 12, 2007 C S Legacy Construction, Inc. 13263 Yorba Avenue Chino, CA 91701 Subject: Sidewalk, Curb and Gutter Replacement FY05 -06 (C -3789) To Whom It May Concern: On September 12, 2006, the City Council of Newport Beach accepted the work of the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 35 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code, and to release the Faithful Performance Bond one year after Council acceptance. The Labor & Materials Bond was released on October 24, 2006. The Surety for the contract is Arch Insurance Company, and the bond number is SU5018892. Enclosed is the Faithful Performance Bond. Sincerely, LaVonne M. Harkless, MMC City Clerk cc: Public Works Department Frank Tran, P.E. enclosure 3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, California 92658 -8915 Telephone: (949) 644 -3005 • Fax: (949) 644 -3039 • www.city.newport- beach.ca.us CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2005 -2006 SIDEWALK CURB & GUTTER REPLACEMENT PROGRAM & PARK ASPHALT WALKWAY REPLACEMENT CONTRACT NO. 3789 :• a � FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 11,808.00 being at the rate of $ 20.00 thousand of the Contract price. WHEREAS, the City Council of the City of Newport Beach h, State of California, by motion adopted, awarded to C S LEGACY CONSTRUCTION, INC., hereinafter designated as the "Principal ", a contract for construction of 05-06 SIDEWALK, CURB & GUTTER REPLACEMENT PROGRAM, Contract No. 3789 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications, and other Contract Documents maintained in the Public Works Department of the City of Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 3789 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, the Principal, and Aoch Irisirzanoe ompai v duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of Five Hundred Ninety Thousand, Four Hundred Forty -Three and 001100 Dollars ($590,400.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. O As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by the City, only in the event the City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by the City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 16th day of D 12005. , C S LEGACY CONSTRUCTION, INC. (Principal) ARCH BuaW E 01vpAW Name of Surety 7941 Da±y Drixe Santa Ana, CA 92705 Kevin P. Reed, Atbamge -in4``dct Address of Surety Print Name and Title (714) 315 -6797 Telephone rRUMPF NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED F:WSERSW13WGharedkCor1IraCts%Fy 05-06 O5-pa SIDEWALK REPLACEMENT C3789%CONTRACT G3789.doc M PRESIDENT CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California SS. County of San Bernardi no Nancy J, Mellon, Notary Public On 12 / 1 ti1�5 _ —, before me, g.,'Jene Boe. Notary Pub ) Name and 99e al Officer te. li:le personally appeared . P Y Grego Strurrfl Nam P e(s)ASiynerts) CX1 personally known to me 0 proved to me on the basis of satisfactory evidence to be the perso.n(s) whose name(s) islare subscribed to the within instrument and FANCY J. ME.LLON a acknowledged to me that he /she /they executed Mt,li the' same in his /her /their .authorized NO�YPUWc -own 0 � capacity(ies),. and that by his/her/their Fen.a,2� signature(s) on the instrument the person(s), or 0C'Mm.�r� the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal_ j A Place Notary Seal Abw. OPTIONAL Though the information below is not required by law, it may prove valuable to persons miying 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: Number of Pages: Signer(s) Other Than Named Above! Capacity(ies) Claimed by Signer Signer's Name: Gregg Strum f P 0 Individual Top of huinh hero CX Corporate Officer — Title (s): President 0 Partner -0 Limited 0 General C Attorney in Fact 0 Trustee 0 Guardian or Conservator 0 Other: Signer Is Representing: C.S. Legacy Construction, In - '�:... PrM. NO. 59a9 Rewd, Call TW-Frte 14100'a16 p 1999 NaMNI Pblary Aamdailan • M De 5.1. Ma, P.O. Boa 24x2 • Ch.%A.dh. CA 91311 -24W mib Wagq. g CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California County of San Bernardino I ss. On 12/16/05 before me, Nancy J. Mellon, Notary Public Date Name and TAIe of OFcer (e.g.. "Jane Doe, Notary Publii ) personally appeared Kevin P. Reed Name(a) of Signers) NANCY J. MELLON a d COL4 #1467963 NOTARY PUBLIC - CAUFORNIA_ SAN eERNAROtNO COUNTY MY Comm. Er Im 2008 Jpersonally known to me ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose names) 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 instrument. WITN SS my hand and official seal. " Place Notary Seal Above SigllialurV Notary Publs OPTIONAL Though the information below is not required by law, 4 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: FAITHFUL PERFORMANCE BOND Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: Kevin P- Reed ❑ Individual ❑ Corporate Officer — Title(s): _ ❑ Partner — ❑ Limited ❑ General M Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Arch Inc - Company Number of Pages: RIGHT THUMBPRINT OF SIGNER NJ O 1999 Nefiaal NOlery Aeaoctialion • 93500e Solo Ave., P.O. N¢[ 2002 • Gbalsxrorla. CA 91 313 2 0 02 • vww•allonelnolvy.ory Pmt. N. 5907 PaeNler. Call TolWme 1 .0 /1788821 POWER OF ATTORNEY Know Ail Men By These Presents: (lot the arch Insurance company, a corporation organized and e�asiins under the taws of me Sate of Mksaun having tts prinapat oiCice in Kansas City. Missouri (hereinafter referred to as the `Companyj does herebyappoiM Kevin P. Reed of Santa Ara. CA Its true and lawful Attomey(s )min- Fact, to malce, execute, seal, and deliver *= the date of of this power for and nn its behalf as surety, and as its act and dead: Any and all bonds and undertatdngs EKcEpnoN_ No Aun4oRrry is granted to make. mrecute, seat and deliver bonds or wMertakirhga that g 'he payrnard or cottacWn of any promissory rote, c he&C draft cr letter of credit This authority does not permit the same chiiga Lion to be split into two or more bonds in order to bring each such bond within the dollar fanit of authority as setforth herein. The company may revoke this appo'vrtrnent atany time. The execxrtim of such bonds and undwiakings in pursuance.of these Prey sltaa_be as:b-uuikrg upon the said Company as holly and amply to all irtents and purposes. as lf the same had•'bderi dkity exaGdr�ad � ackimmAedged by is regrr[ady elected officers at its pinropal otTre in Kansas City, MISSOurL - This Power of Attorney is wmxted by authority of resolutions adopted by ramntntars consent of the Board Of Directors of the Company on March 3.2003, true and accurate copies of Which are heretruftw set forth and ate hereby carbTied to by the undersigned Secretary as being in full farce and affect 9loTED. That the Chairman of the Board, the President. a• any vice President, or tbafr dasiW a im wit ha and filed vwah the Secretary, or the Secretary shell have the power and armhorthr to appoint agents and aacrneya4n-taa'.. and to authoriy them to execute on behalf of the Company, and attach the seal of the Carhpahy therefp6 bonds and undartaktnx recognizarices, contacts of Indemnity and other writings, d*90torY in the nature thereof, and any such otticars of the Company may appoint agents for acceptance of process 71us Power of Attomay ta aWAxL seated and ceirIffled by fame wider and by andlortty of the io@ov1111gi rasakrtiart adopted by the unanimous consent of the Board of Directors of the Canparycon Mach 3.2008: VOTED. That the signature of the Chairman of fie Board. the PrescdsK or any Vice President, Or titair appointees designated in writing and fled with the Serr+etwy, and the signature of the secretary. rte seat of the C"Many. and motions by fie Seastiry. may be aTmd by facsimile on any power of.ationmy or bond a eiaded pursuant to the resolution adopted by the Board of Dims on March 3. 2003. and any such Power so executed. seated and cerlrF" red with respect to any bond or tundedakahg to which it is attached. shy continue to be valid and binding upon the Company. OOUL0013 00 03 03 Page 1 of 2 pritifted in V-S'A !aie5a=«0rYybwvofBea m ate =W3dd9mm.s m —M-ft .aaarot AMMMdaadCW'MW masto a eaateoa:mas'waf•�•i4'°^ •F4�roiA4m+aita+0�� tha dab aKaasaiBOe Cfl6s camww tithe ligmt)IJIMK i muo s Arch *Dan ixr p eta vmoa cowmany- aithe/Ws a pg03as FNP2092 1 vddedious• i • CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless, MMC October 24, 2006 C S Legacy Construction, Inc. 13263 Yorba Avenue Chino, CA 91701 Subject: Sidewalk, Curb and Gutter Replacement FY05-06 (C -3789) To Whom It May Concern: On September 12, 2006, the City Council of Newport Beach accepted the work of the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 35 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code, and to release the Faithful Performance Bond one year after Council acceptance. The Notice of Completion was recorded by the Orange County Recorder on September 19, 2006, Reference No. 2006000623717. The Surety for the contract is Arch Insurance Company, and the bond number is SU5018892. Enclosed is the Labor & Materials Payment Bond. Sincerely, LaVonne M. Harkless, MMC City Clerk cc: Public Works Department Frank Tran, P.E. encl. 3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, California 92658 -8915 Telephone: (949) 644 -3005 • Fax: (949) 644 -3039 • www.city.newport- beach.ca.us 0 • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT REPLACEMENT BALBOA PENINSULA BEACH WALKWAY REPLACEMENT & PARK ASPHALT WALKWAY REPLACEMENT CONTRACT NO. 3789 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, has awarded to C S LEGACY CONSTRUCTION, INC., hereinafter designated as the "Principal," a contract for construction of 05 -06 SIDEWALK, CURB & GUTTER REPLACEMENT PROGRAM, Contract No. 3789 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications and other Contract Documents in the office of the Public Works Department of the City of Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 3789 and the terns thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We the undersigned Principal, and, Arch 7rommae omi eiw duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held firmly bound unto the City of Newport Beach, in the sum of Five Hundred Ninety Thousand, Four Hundred Forty - Three and 001100 Dollars ($690,400.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. 27 • • The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 3247 et. seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 16th day of Daomber —,2005., C S LEGACY CONSTRUCTION, INC. (Principal) A" DULPArE QrPpW Name of Surety 1941 D?rbi trice Santa Ana, CA 92705 Address of Surety Telephone Authorized Gila a GREGG STRUMPF PRESIDENT Authorized Agent Signature Nevin P. teed, Attorrtey -in-+ t Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 0 0 CALIFORNIA ALL- PURPOSE ACKNOWLEDGMENT State of California County of San Bernardino I ss. On 12/16/05 before me, Nancy J. Mellon, Notary Public Dare Name aW Title at Officer (e.g., "Jane Doe. Notary PuNic') personally appeared Kevin P. Reed Name(9) of signers) r%gsoasf�a2o� C.r (personally known to me ❑ 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 instrument. WITNESS my hand and official seal. Place Notary Seal ADOVe - -� Wre Lary Pudic OPTIONAL 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: f ARnR R MATRRIA . BOND Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: ICPVin Number of Pages: ❑ Individual ma!lmumonere ❑ Corporate Officer — Title(s): Top of ❑ Partner — ❑Limited ❑General IM Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Arch Ins. Company 01999 M14W NoNry ACsoceiun•0350 De SmMo., P.D. Om 2,02. chal8waati c 9f312.2a02 " Pte. No. 59D7 PeoNar. Cal iWFraa 140 0 816 6 827 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT . ....___.. .': r?! �: Ff' FMF.^}. l^F MnY•F. �^.. v. N.= n.:. nan. �- nsnr= n:.nnn:.nzy..:J..lmm��X!Ni.!! State of California ss. County of San Bernardino On 12/16105 before me, Nancy J. Mellon, Notary Public Dale N1eme arW TNk 9! OHker le.g., 'Jam Doe. Nolary Pub9c'] personally appeared Gregg Strumpf Namels) at egnerte) NANCY J. MELLON COMM. tt1467l3t33 t4 µpTAflY PUBIJC CAUw sr�t eeAr+naol hh' Comm. Expires Eab. 9, 2 on Place Notary Seal Above personally known to me ❑. 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 instrument. WITNESS my hand and 'official seal. S re of Nokry PUbin , OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and-couldd prevent fraudulent removel and reattachment of this form, to another document. Description of Attached Document Title or Type of Document: LABOR & MATERIAL BOND Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Number of Pages: Signer's Name: GreQR Strumpf musuplo- am ❑ Individual Top at thumb here ❑, Corporate Officer — T- Ne(s): President ❑ Partner - ❑.Limited ❑General ❑ Attorney in fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: . Signer Is Representing: C.S. Legacy Construction, Inc. d 1999 NalianN NnRry AmochOOn • 9]50 De Sao Ave.. P.D. B. VM • DlRewwN. GA 91311M • M:wreIMeMAryap P,o9. No 599] asw9r. GX iKP,ee i aJSaleaR] This Docum * was electronically recorded by 0 �ER Cert Mail A RECORDING REQUESTED BY ANID WHEN RECORDEfi" 'W:q, 09 City Clerk OFFICE OF City of Newport Beach Tub CITY CLERK 3300 Newport Boul�' F NE1WORT BEACH Newport Beach, CA 2663 Recorded in Official Records, Orange County Tom Daly, Clerk- Recorder NO FEE 700 51 N72 7 2006000623717 02:44pm 09/19106 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and C.S. Legacy of Chino, California, as Contractor, entered into a Contract on December 13, 2005. Said Contract set forth certain improvements, as follows: Sidewalk, Curb and Gutter Replacement FY05 -06 (C -3789) Work on said Contract was completed on August 22. 2006, and was found to be acceptable on September 12. 2006, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Arch Insurance Company. Public Wofk"s Director City of N4port Beach certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on ` n �vt3.s>^ tACi✓ r3 . �Ob at Newport Beach, California. WY / r t /� •�\ City Clerk `�I • i CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless, MMC September 13, 2006 Orange County Recorder P. O. Box 238 Santa Ana, CA 92702 RE: Notices of Completion (C -3789 & C -3796) Please record the enclosed documents and return them to the City Clerk's Office. Thank you. Sincerely, IMMUNE" LaVonne M. Harkless, MMC City Clerk Ends. 3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, California 92658 -8915 Telephone: (949) 644 -3005 • Fax: (949) 644 -3039 • www.city.newport- beach.ca.us i • RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and C.S. Legacy of Chino, California, as Contractor, entered into a Contract on December 13, 2005. Said Contract set forth certain improvements, as follows: Sidewalk. Curb and Gutter Replacement FY05 -06 (C -3789) Work on said Contract was completed on August 22. 2006, and was found to be acceptable on September 12, 2006, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Arch Insurance Company. Public Wo s Director City of N rt Beach I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on _� 1 n 1,, Ki✓ /3 . e� t� to at Newport Beach, California. r y. SEA' 1 2 �nS CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT Cis Agenda Item No. 5 September 12, 2006 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department Frank Tran 949- 644 -3340 or ftran @city.newport- beach.ca.us SUBJECT: SIDEWALK, CURB AND GUTTER REPLACEMENT FY05 -06 — COMPLETION AND ACCEPTANCE OF CONTRACT NO. 3789 RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the Labor and Materials bond 35 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. 4. Release the Faithful Performance Bond 1 year after Council acceptance. DISCUSSION: On December 13, 2005, the City Council authorized the award of the Sidewalk, Curb and Gutter Replacement FY05 -06 project to C.S. Legacy. The contract provided for the removing and reconstructing of concrete sidewalk, curb and gutter in the Port streets (Buffalo Hills), ADA curb access ramps in East Bluff; East Coast Highway curb and gutter replacement from Marguerite Avenue to Hazel Drive; Balboa Peninsula Beach Walkway Replacement; and Bayside Drive Park asphalt walkway replacement. The contract has now been completed to the satisfaction of the Public Works Department. A summary of the contract cost is as follows: Original bid amount: $590,443.00 Actual amount of bid items constructed: 579,381.00 Total amount of change orders: 15,960.00 Final contract cost: $595,341.00 The increase in the amount of actual bid items constructed over the original bid amount resulted from the additional 190 LF of sidewalk on the Balboa Peninsula beach SidewA&urb and Gutter Replacement FY05-M - Comple8o0d Acceptance of contract No. 3789 September 12, 2006 Page 2 walkway in the amount of $15,960.00. The final overall construction cost including one Change Omer was 0.83 percent over the original bid amount. Environmental Review: This project is categorically exempt from the provisions of CEQA per Section 15301(c), since the project consists of repairs to existing sidewalk that do not expand use of the facilities. A Notice of Exemption has been filed with the County Clerk. Public Notice: The Notice Inviting Bids was advertised in the City's official publication and in construction industry publications. Affected residents and businesses were noticed by the Contractor /City ten days and 2 days prior to starting work in their area. Funding Availability: Funds for the project were expended from the following account(s): Account Description Oil Spill Remediation General Fund General Fund CDBG General Fund PCH Relinquishment Account Number 7295- C5100570 7015- C3170818 7013- C5100020 7161- C5100549 7013- C3140850 7254- C3140850 Amount $133,597.00 $44,857.00 $262,689.00 $50,000.00 $10,230.00 $93,968.00 Total: $595,341.00 All work was completed on August 22, 2006, the scheduled completion date. Prepared by: Frank Tran, P.E. Associate Civil Engineer Submitted by: H � CITY OF NEWPORT BEACH CITY CLERK NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92663 until 10:30 A.M. on the 29th day of November, 2005, at which time such bids shall be opened and read for 2005 -2006 SIDEWALK CURB & GUTTER REPLACEMENT PROGRAM IN PORT STREETS ADA RAMPS EAST COAST HIGHWAY CURB & GUTTER REPLACEMENT, BALBOA PENINSULA BEACH WALKWAY REPLACEMENT & PARK ASPHALT WALKWAY REPLACEMENT Contract No. 3789 $574,000.00 Engineer's Estimate )6n G. Badum Works Director BIDDER'S LIST AVAILABLE ON CITY WEBSITE: hftp://www.city.newi)ort beach.ca. us /obwbid I ist/default.asn Click: Online Services — Public Works Bid List Prospective bidders may obtain one set of bid documents for $20.00 at the office of the Public Works Department, 3300 Newport Boulevard, Newport Beach, CA 92663 Contractor License Classification(s) required for this project: "A" or "C -8" For further information, call Frank Tran, Project Manager at (949) 644 -3340 v CITY OF NEWPORT BEACH CITY CLERK NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92663 until 10:30 A.M. on the 29th day of November, 2005, at which time such bids shall be opened and read for 2005 -2006 SIDEWALK. CURB & GUTTER REPLACEMENT PROGRAM IN PORT STREETS ADA RAMPS EAST COAST HIGHWAY CURB & GUTTER Contract No. 3789 $574,000.00 Engineer's Estimate )4n G. Badum Works Director BIDDER'S LIST AVAILABLE ON CITY WEBSITE: htta://www.citv.newoort- beach .ca.us /obwbidlist/default.aso Click: Online Services — Public Works Bid List Prospective bidders may obtain one set of bid documents for $20.00 at the office of the Public Works Department, 3300 Newport Boulevard, Newport Beach, CA 92663 Contractor License Ciassi5cation(s) required for this project: "A" or "C -8" For further information, call Frank Tran, Proiect Manager at (949) 644 -3340 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2005 -2006 SIDEWALK. CURB & GUTTER REPLACEMENT PROGRAM IN PORT STREETS ADA RAMPS EAST COAST HIGHWAY CURB & GUTTER REPLACEMENT BALBOA PENINSULA BEACH WALKWAY REPLACEMENT & PARK ASPHALT WALKWAY REPLACEMENT CONTRACT NO. 3789 TABLE OF CONTENTS .NOTICE INVITING BIDS .............................................................. ............................... ..........................Cover INSTRUCTIONS TO BIDDERS .................................................................................... ............................... 5 BIDDER'S BOND ........................................................................................................... ............................... 7 DESIGNATION OF SUBCONTRACTOR(S) ................................................................. ............................... 8 TECHNICAL ABILITY AND EXPERIENCE REFERENCES .......................................... ............................... 9 NON - COLLUSION AFFIDAVIT .................................................................................... ............................... 13 DESIGNATION OF SURETIES ................................................................................... ............................... 14 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL .............................. 15 ACKNOWLEDGEMENT OF ADDENDA ...................................................................... ............................... 17 INFORMATON REQUIRED OF BIDDER .................................................................... ............................... 18 NOTICE TO SUCCESSFUL BIDDER ......................................................................... ............................... 21 CONTRACT................................................................................................................ ............................... 22 LABOR AND MATERIALS BOND ............................................................................... ............................... 28 FAITHFUL PERFORMANCE BOND ........................................................................... ............................... 30 FEDERAL PROVISIONS ............................................................................................ ............................... F -1 PROPOSAL............................................................................................................. ............................... PR -1 SPECIAL PROVISIONS ........................................................................................... ............................... SP -1 APPENDICES APPENDIX A— WORK SCHEDULE: 2005 -06 East Coast Highway PCC Contract APPENDIX B — WORK SCHEDULE: 2005 -06 Buffalo Hills PCC Contract & East Bluff Curb Access Ramps DRAWING NO. M- 5372 -L Caltrans Standard Plan No. ES -8 3 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2005 -2006 SIDEWALK, CURB & GUTTER REPLACEMENT PROGRAM IN PORT STREETS, ADA RAMPS, EAST COAST HIGHWAY CURB & GUTTER REPLACEMENT, BALBOA PENINSULA BEACH WALKWAY REPLACEMENT & PARK ASPHALT WALKWAY REPLACEMENT CONTRACT NO. 3789 INSTRUCTIONS TO BIDDERS 1. This project will use federal Community Development Block Grant (CDBG) funds for a portion of the construction costs. Therefore, this project will be subject to the certification, compliance and reporting requirements of the Davis -Bacon Act (29 CFR 5.5(a)), U.S. Department of Housing and Urban Development Section 3 regulations (24 CFR part 135), Copeland Act (29 CFR 3), labor safety standards and other federal requirements. These requirements are contained in the Federal Provisions. 2. The following documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS BIDDER'S BOND DESIGNATION OF SUBCONTRACTORS CONTRACTOR'S INDUSTRIAL SAFETY RECORD INFORMATION REQUIRED OF BIDDER ALL ADDENDA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO BID OPENING DATE (if any) TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON - COLLUSION AFFIDAVIT DESIGNATION OF SURETIES PROPOSAL LABOR COMPLIANCE BID SUBMITTAL REQUIREMENT FORMS 3. Cash, certified check or cashier's check (sum not less than 10 percent of the total bid price) may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. 4. The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 5. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The successful bidder's security shall be held until the Contract is executed. 6. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 7. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. 8. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense 4 of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 9. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703 -4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 inclusive). Please note, The Davis -Bacon Wage determinations are available at Federal Wage website: www.access.opo.gov /davisbacon 10. The Contractor shall be responsible for insuring compliance with provisions of Sections 1777.5- 1777.7 of the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act". 11. All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. 12. Prevailing Wage Statement: This is a federally- assisted construction contract. Federal Labor Standards Provision, including prevailing wage requirements of the Davis -Bacon and Related Acts will be enforced. In the event of a conflict between Federal and State wages, the higher of the two will prevail. 13. Section 3: This is a HUD Section 3 contract and all bidders must commit to achieving the Section 3 employment and contracting goals to be considered a Section 3 Responsive Bidder. A bidder who is not responsive to Section 3 requirements shall b considered a non - responsive bidder to this invitation for bid. 14. Conflict of Interest: In the procurement of supplies, equipment, construction, and services by sub - recipients, the conflict of interest provisions in 24 CFR 85.36, OMB Circular A -110, and 24 CFR 570.611, respectively, shall apply. No employee, officer or agent of the sub - recipient shall participate in selection, or in the award or administration of a contract supported by Federal funds if a conflict of interest, real or apparent, would be involved. The signature below represents that the above has been reviewed. 826870 A,B,C27 Contractor's License No. & Classification CS r.rrnry MN-, , Bidder Authorized Siegn t re/ itle GREGG STRUMPF - PRESIDENT 11/23/05 Date FROM (THU)NOV 17 2005 9:47/ST. 9 :47/No,6827633465 P 2 CI'T'Y OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT NO. 3789 BIDDER'S BONA We, the undersigned Principal and Surety, our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held and firmly bound to the City of Newport Beach, a charter city, in the principal sum of Ttn Pement of Pircunt Bid*** Dollars ($ 10% of Punt Bid), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of 05.06 SIDEWALK, CURB & GUTTER REPLACEMENT PROGRAM, Contract No. 3789 in the City of Newport Beach, is accepted by the City Council of the City of Newport Beach and the proposed contract is awarded to the Principal, and the Principal fails to execute the Contract Documents in the form(s) prescribed, including the required bonds, and original insurance certificates and endorsements for the construction of the project within thirty (30) calendar days after the date of the mailing of "Notification of Award ", otherwise this obligation shall become null and void. If the undersigned Principal executing this Bond is executing this Bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. Witness our hands this 23rd day of NmadDer 2005. C.S. Legacy Cant iCticn, Inc. Name of Contractor (Principal) Autho e' ign turemtle GREGG STRUMPF - PRESIDENT Ards IrsKanoe Ompany Name of Surety 135 13oieth Los tbbles Avgnie, Suite 825 Pasadena, CA 97202 Address of Surety Telephone Authorized Agent Signature Kevin P. tom, A in Fact Print Name anc Tit (Notary acknowledgment of Principal & Surety must be attached) AALOFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California ss, County of San Bernardino J On 1I-x3 -b5 before me, Nancy J. Mellon, Notary Public., Data Name and Pill of Officer e.g., -JBne Doe. Notary Public) Personally appeared Gregg Strumi)f . Nama(e) of Signer(s) �A -ON C J. M tt467 COM t�i ��00ulm ?jjWG to YM (y p ersonally known to me 0 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 helshe /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 instrument. WITNESS my hand and official seal. <a.-1 P Place Notary Seal Above _ Signaler. . Notary Public OPTIONAL 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 11 Title or Type of Document Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: _ Gregg S trumpf Q Individual EX Corporate Officer— Title(s): President Partner —0 Limited ❑General Attorney in Fact ❑ Trustee Guardian or Conservator 0 Other: Number of Pages: Signer Is Representing: C.S. Legacy Construction, Inc. Cr 1999 Naeolal NOlary Aeor Talon • 9350 0o Solo AV . P.O. Box 2402 • Cbaswonb. CA 90112402 • wwv!narlon9aq,aN wp Prod No, 5901 MISHTTHUMBPWNT OF SfeNER Reorder: Call Toll Free 1-800 876 Wn CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of San Bernardino I ss. On 11 -33 -0't5�, before,me, Nancy J. Mellon, Notary Public Oale Name and Title of Officer (e.g., "Jane Doe, Nclery Pubnc -f Personally appeared Kevin P. Reed Name(s) of Signers) NANCY J. MELLON d' COMM. #1467963 d' j NOTARY PUBLIC - CALIFORNIA GG SAN BERNARDINO COUNTY CO My Comm. E*res Feb. 3,2W8 Place Notary Seal we E personally known to me 0 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 sigrIature(s) on the instrument the person($), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and, official seal. 5 ature Notary PuWie OPTIONAL 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 y� Title or Type of Document: :&A Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: Kavi n ❑ Individual Top of thumb here ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General M Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Arch Ins Company 01999 NaMAW Notary A95ocialbr • 9350 De :nro Ave., P.O. Box 24M • CaalaMa9h, CA 913138402- w na0onelrolary.org Pmei No. 5901 Peo,tlac Call Toll-F,ee 1-800876i 7 POWER OF ATTORNEY Know AH Merin By These Presents: That the Ards lnsarance Company, a corporation organised and exm&V under the taws of the Slate of missom heAV its principal office in Kansas City, MW" (hereMalter referred to as the "Campany') does hereby appoN Kevin P. Reed of Santa Ana, CA rte true and Lawful Attomey(s)anFacC to maa, execute, seal, and deliver f m the lobe of issuance of this power for and on its behalf as surety, and as its ad and deed: Any and aU bonds and undertakmgs EXCEPTION: NO AUTHORITY is granted to make. ozeWffi, seal and deliver bonds or gist guarantee the payment or cottection of ary promissory note. check. dralt or totter of r=ed L This authority does not permit the same abligadon to be split Into two or more bonds in order to bring each such bond MU'dn the dollar font of au#NxiLy as set forth herein. The Company may revoke this appointment at ary time. The exewWn of such bonds and undertaldrigs, in prusuwwa of them present; sl 0 be as:bkWmg upon the said Company as fully and amply to an intents and peupose% as if the same ' 'ihad eri duly_mtecuied and wed by is regurady de:cted officers at fps principal ofta in Kansas Clty, Mftsourf. This Power of Attorney is executed by autha ft of resob itions adopted by unaroncus consent of the Board of Directors of Me Company on March 3, 2003. true and accurate erplas of whkh are herelrlatter set forth and are hereby GSfdftd to by the undersigned Secretary as being In fuA face and effect VOTED. That the Chairman of the Board, the President. or any Vice President. err thee appointees desilgated in wffaw and filed With the Secretary, or the Secretary stall have the power and authority to appoint agents and a�omeys -in fact.. and to autharze them to exeady on behatf of the Company. and afEade the seal of the Company Umebx bards and underhriongs. reams, contras of mdemnity and other writhMs, dap atory in the mature thereof and any such officers of the Company may appoint agents tar acceptance of pracoss' This Power of Attomey is signed, sealed and certified by tacsanite under and by authority of the fallowing resolution adopted by the unanimous consent of the Hoard of Dkoolors of the Company. on Math 3.20M. VOTED. That the signature of the Chairman of the Board, the Presiaarrt, or any Vice President or their appointees designaked in wrWing and tiled with %a Satxetay, and the sig� of Be Swetary, the seat of the Company. aid erns by the Secretary. may be affowd by facsmwe on any power of aitomey or bond tawctded pursuant to the resolution adopted by the Board of Dkectam on Mardi 3, 2003. and any such power so executed. sealed and oarWied wBh respect to any hand or WWwUff ttg to whkh it is atlacfied. shaft centime to be vaNd and bb cMV upon the Company. OOML0013 00 03 03 Pagel of 2 Prirdad in USJL ofmovea m i fovehowsaw HROMOIM raw= Cft NO _ rgAS2etz ai�d�uC a Company Profile Page 1 of 2 Company Profile ARCH INSURANCE COMPANY ONE LIBERTY PLAZA, 53RD FLOOR NEW YORK, NY 10006 800 - 821 -5546 Former Names for Company Old Name: FIRST AMERICAN INSURANCE COMPANY DBA Effective Date: 11 -06 -2002 AMERICAN FIRST INSURANCE COMPANY Old Name: FIRST AMERICAN INSURANCE COMPANY Effective Date: 01 -05 -1987 Agent for Service of Process JERE KEPRIOS, C/O CT CORPORATION SYSTEM 818 WEST SEVENTH STREET, 2ND FLOOR LOS ANGELES, CA 90017 Unable to Locate the Aaent for Service of Process ?. Reference Information NAIC #: 11150 NAIC Group #: 1279 California Company ID #: 3005 -6 Date authorized in California: July 19, 1985 License Status: UNLIMITED- NORMAL Company Type: Property & Casualty State of Domicile: MISSOURI Lines of Insurance Authorized to Transact The company is authorized to transact business within these lines of insurance. For an explanation of any of these terms, please refer to the log ssary. AUTOMOBILE BOILER AND MACHINERY BURGLARY COMMON CARRIER LIABILITY http: / /cdinswww. insurance. ca .gov /pls /wu_co_ prof /idb_co_ prof Uti.get_co_ prof... 11/30/2005 Company Profile DISABILITY FIRE LIABILITY MARINE SURETY TEAM AND VEHICLE WORKERS' COMPENSATION Company Complaint Information Comps Enforcement Action Documents Company Performance & Comparison Data Composite Complaint Studies Want More? Help Me Find a Company Representative in My Area Financial Rating Organizations Last Revised - November 08, 2005 01 :05 PM Copyright © California Department of Insurance Disclaimer Page 2 of 2 http: / /cdinswww. insurance. ca. gov /plslwu_co_ prof lidb_co_prof_uti.get_co_prof... 11/30/2005 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2005 -2006 SIDEWALK. CURB & GUTTER REPLACEMENT PROGRAM IN PORT STREETS, ADA RAMPS, EAST COAST HIGHWAY CURB & GUTTER REPLACEMENT, BALBOA PENINSULA BEACH WALKWAY REPLACEMENT & PARK ASPHALT WALKWAY REPLACEMENT CONTRACT NO. 3789 DESIGNATION OF SUBCONTRACTOR(S) State law requires the listing of all subcontractors who will perform work in an amount in excess of one -half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that he /she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and/or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. (Use additional sheets if needed) Subcontractor's Information Bid Item Description of Work %of Number Total Bid Name: NOr)4?, Address: Phone: State License Number: Name: Address: Phone: State License Number: Name: Address: Phone: State License Number: CS LEGACY CONSTRUCTION, INC. Bidder Authori W S n ture/Title GREGG STRUMPF - PRESIDENT CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2005 -2006 SIDEWALK, CURB & GUTTER REPLACEMENT PROGRAM IN PORT STREETS, ADA RAMPS, EAST COAST HIGHWAY CURB & GUTTER REPLACEMENT BALBOA PENINSULA BEACH WALKWAY REPLACEMENT & PARK ASPHALT WALKWAY REPLACEMENT CONTRACT NO. 3789 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this formill Please print or type. Bidders Name CS LEGACY CONSTRUCTION,' -.INC. FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON - RESPONSIVE. For all public agency projects you have worked on (or are currently working on) in the past 2 years in excess of $15,000, provide the following information: No. 1 Project Name /Number ***PLEASE SEE ATTACHMENT*** Project Description Approximate Construction Dates: From Agency Name Contact Person Telephone ( Original Contract Amount $ Final Contract Amount If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. If U No. 2 Project Name /Number ***PLEASE SEE ATTACHMENT*** Project Description Approximate Construction Dates: From Agency Name Contact Person To: Telephone ( Original Contract Amount $ Final Contract Amount If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. No. 3 Project Name /Number **#PT,FASR SEE ATTACHMENT * ** Project Description Approximate Construction Dates: From Agency Name Contact Person To: Telephone ( ) Original Contract Amount $ Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. r7 No. 4 Project Name /Number * **PLEASE SEE ATTACHMENT #a* Project Description Approximate Construction Dates: From Agency Name Contact Person To: Telephone ( Original Contract Amount $ Final Contract Amount If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. No. 5 Project Name /Number ***PLEASE SEE ATTACHMENT*** Project Description Approximate Construction Dates: From Agency Name Contact Person Telephone ( Original Contract Amount $ Final Contract Amount If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. 10 No. 6 Project Name /Number ** *PLEASE SEE ATTACHMENT * ** Project Description Approximate Construction Dates: From Agency Name Contact Person To: Telephone ( Original Contract Amount $ Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. Attach additional sheets if necessary. Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on -site Construction Manager for the Contractor. Upon request, the Contractor shall sufficiently comprehensive to permit conditions. CS LEGACY CONSTRUCTION, INC. Bidder attach a financial statement and other information an appraisal of the Contractor's current financial 11 PRESIDENT Gregg Strumnf Experience 11/2003 —Present 5/2000 — 1112003 8198 — 5/2000 8197-8/98 C.S. Legacy Construction, Inc. President/Operations Manager New Company TERRA -CAL Construction, Inc. President/Operation Manager Volume $30 Million TERRA -CAL Construction Inc. Vice President/Operations Manager - Baldwin Park, CA Volume $20 Million Valley Crest Inc. Branch Manager — Atlanta, Georgia Annual Volume $20 Million 7/86-9/97 TERRA -CAL Construction Inc. Vice President / Project Manager General Superintendent Superimendent 5/85-7/86 Cavecche Engineering & Construction Co. Superintendent — Los Alamitos, CA 3/81-4/85 Noel Construction Foreman — Holmdel, N.J. Education: December 1997 Pepperdine University Executive Masters of Business Administration February 1985 Bernard M. Baruch College, The City University of New York Bachelor Degree of Business Administration Major: Business Management Minor: Public Administration Malibu ,CA New York, N.Y. 1. Eagle Glen Corner Drainage Improvements Eagle Glen Apartments LLC c/o Mr. Michael S. Aimola J & M Realty Company 1651 E. Fourth St. Suite 250 Santa Ana, Ca. 92701 (714) 285 -1170 (714) 285 -1178 FAX Completed March, 2004, $56,000.00 2. Santa Ana Zoo DG Howard S. Wright Construction Mr. Greg Ahman 18500 Von Karman Ave. Suite 420 Irvine, Ca. 92012 (949) 567 -1909 (949) 567 -1917 FAX Completed April, 2004 $52,000.00 3. Canada Vista Park Parking Lot Expansion City of Rancho Santa Margarita Jacque Niemi 30211 Avenida de las Banderas Suite 101 Rancho Santa Margarita, Ca. 92688 (949) 635 -1800 (949) 635 -1840 FAX Completed May, 2004 $336,243.00 4. Crown Valley Park Synthetic Soccer Field City of Laguna Niguel Nicholas Renn 27911 La Paz Road Laguna Niguel, Ca. 92677 (949) 3624341 (949) 362 -4385 FAX Completed June 2004 $539,217.49 5. Freeman, Bell, & Thornburg Park Playground Renovation City of Gardena Dave Negrete P.O. Box 47003 Gardena, Ca. 90247 (310) 217 -9500 (310) 217 -9876 Completed June 2004 $319,402.74 6. Delta Plant Fencing & Landscaping City of Monterey Park Mr. Elias Saykali 320 W. Newmark Ave. Monterey Park, Ca. 91754 (626) 307 -1320 (626) 307 -2500 FAX Completed July 2004 $120,580.00 Eagle Glen Street Improvements Eagle Glen Apartments, LLC c/o Mr. Michael S. Aimola J & M Realty Co. 1651 E. Fourth St. Suite 250 Santa Ana, Ca. 92701 (714) 285 -1170 (714) 285 -1178 Completed July 2004 $153,250.00 ,/7. Ayala Park Temporary Parking Lot City of Chino Carolyn Baltzer, Asst. Project Coordinator P.O. Box 667 Chino, Ca. 91708 (909) 627 -7577 (909) 464 -0799 FAX Completed 9/04 $95,730.00 8. Site Prep for 2 Relocatables @ New Ventures Huntington Beach Union High School District Nelson M. Cayabyab Director of Facilities 10251 Yorktown Ave. Huntington Beach, Ca. 92646 (714) 964 -3339 (714) 963 -7684 FAX Completed 9/04 $227,455.00 ,Z9. SR 79S Sidewalk Improvement Project City of Temecula Avlin R. Odviar Asst. Engineer P.O. Box 9033 Temecula, Ca. 92589 (951) 694 -6411 (951) 693 -3929 FAX Completed 9/04 $147,328.00 10. Lincoln Ave. Median Landscape Improvements City of Buena Park Wood Nousome Asst. Engineer P.O. Box 5009 Buena Park, Ca. 90622 (714) 562 -3676 (714) 562 -3677 FAX Completed 6/05 $816,00090 11. Dana Point Harbor Entry Landscape County of Orange Mike Browning, Program Manager 300 N. Flower Street Santa Ana, CA 92703 (714) 834 -4042 (714) 796 -0456 Completed 4/05 $336,840.00 12. Floe Packer Landscape Improvement City of Lake Forest Steve Velasco, Engineer (949) 461 -3480 (949) 461 -3511 FAX 25550 Commercentre Drive Lake Forest, Ca. 92630 Completed 5105 $83,185.00 13. Replacement of Lang Park Play Equipment City of Laguna Beach Derek Wieske, Asst. City Engineer 505 Forest Ave. Laguna Beach, Ca. 92651 (949) 497 -3311 (949) 497 -0771 FAX Completed 1105 $180,228.95 14. Edison High School SAC Addition Huntington Beach Union High School District 10251 Yorktown Huntington Beach, Ca. 92646 Nelson Cayabyab Director of Facilities (714) 964 -3339 (714) 963 -7684 FAX Completed 5105 $391,576.42 15. Talega Recreation Center Phase 3 Talega Partners 951 Calle Negocio Suite D San Clemente, Ca. 92673 Charlie Mallon Project Manager (949) 498 -1366 (949) 369 -7659 Complete 6/05 $462,804.55 16. Rancho San Jacinto Play Areas Imp. City of San Jacinto 201 East Main St. San Jacinto, Ca. 92583 Ray Sanchez / Pam Stull (951) 487 -7342 (951) 654 -3728 FAX Completed 3/05 $294,836. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2005 -2006 SIDEWALK. CURB & GUTTER REPLACEMENT PROGRAM IN PORT STREETS, ADA RAMPS, EAST COAST HIGHWAY CURB & GUTTER REPLACEMENT, BALBOA PENINSULA BEACH WALKWAY REPLACEMENT & PARK ASPHALT WALKWAY REPLACEMENT CONTRACT NO. 3789 NON - COLLUSION AFFIDAVIT State of California ) ) ss. County of ) SAN BERNARDINO GREGG STRUMPF being first duly swom, deposes and says that he or she is PPFCTnPMT of CS LEGACY CONSTRUCTION, INC 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 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; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury of the laws of the State of alifornia that the foregoing is true and correct. I . CS LEGACY CONSTRUCTION. INC. Bidder Authorized Subscribed and sworn to before me this day of Notary Public My Commission Expires: 12 GREGG STRUMPF - PRESIDENT [SEAL] 2005. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California ss. County of San Bernard; no I On / 1 -ol,1 , before me, Alancy J. Mellon, Notary Public., Data Name and ille of Officer (e.g., "Jane Doe, Notary Publii) Personally appeared Gregg Strumpf . , Name(s) of Signer(s) NANCY J. M . ON Comm, 01409 It NOTARY R ; bAUFOWA [� personally known to me ❑ 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 helshe /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 instrument. WIT ESAS ^my hand `and official seal.�^D/�'�' Place Notary seal Above w r ` � nadurdiaar Notary Public OPTIONAL Though the information below is not required bylaw, 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: 1V O N �O �� 1151 h !� PGA4l t Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: Gregg Strumpf ❑ Individual IX Corporate Officer — Title(s): Presiden ❑ Partner — ❑Limited ❑General Attorney in Fact ❑ Trustee • Guardian or Conservator • Other: Number of Pages: Signer Is Representing: C.S. Legacy Construction, Inc. RIGHTTHUTASPRINT OFSIGNER U 3999 Nananal NOlary A acclauen 100 Oe SOW Are P.D Sax 240 - ChNZwenh. CA 9"10 -24021 M%1v"JcAlW2vyarg Prod. >b 59x1 Pe ,o.: Coat W.Frce I-M 117& CITY OF NEWPORT BEACH PUBLIC WORKS. DEPARTMENT 2005 -2006 SIDEWALK. CURB & GUTTER REPLACEMENT PROGRAM IN PORT STREETS, ADA RAMPS, EAST COAST HIGHWAY CURB & GUTTER REPLACEMENT, BALBOA PENINSULA BEACH WALKWAY REPLACEMENT & PARK ASPHALT WALKWAY REPLACEMENT CONTRACT NO. 3789 DESIGNATION OF SURETIES Bidder's name CS LEGACY CONSTRUCTION, INC. Provide the names, addresses, and phone numbers for all brokers and sureties from whom Bidder intends to procure insurance and bonds (list by insurance /bond type): ARCH INSURANCE COMPANY 135 N. LOS ROBLES #825, PASADENA, CA 91101 (626) 535 -0153 13 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2005 -2006 SIDEWALK. CURB & GUTTER REPLACEMENT PROGRAM IN PORT STREETS, ADA RAMPS, EAST COAST HIGHWAY CURB & GUTTER REPLACEMENT, BALBOA PENINSULA BEACH WALKWAY REPLACEMENT & PARK ASPHALT WALKWAY REPLACEMENT CONTRACT NO. 3789 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidders Name CS LEGACY CONSTRUCTION, INC. Record Last Five (5) Full Years Current Year of Record The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary-- Occupational Injuries and Illnesses, OSHA No. 102. 14 Current Record Record Record Record Record Year of for for for for for Record 2004 2003 2002 2001 2000 Total 2005 No. of contracts a� 2 I D 'C 0 0 �3 Total dollar Amount of Contracts (in TOP0 �05,OOP 0 0 0 0 11105,000 Thousands of $ No. of fatalities 0 0 0 6 0 0 fl No. of lost Workday Cases 0 j 0 0 0 0 No. of lost workday cases involving permanent o b ,� D transfer to / b another job or U p /km 0 termination of employment The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary-- Occupational Injuries and Illnesses, OSHA No. 102. 14 Legal Business Name of Bidder CS LEGACY CONSTRUCTION, INC. Business Address: 1 ,j?6,1 YQRBA AVF_ fHING, CA Amin Business Tel. No.: 909 -590 -2626 State Contractor's License No. and Classification: 826870 A,B,C27 Title GREGG STRUMPF - PRESIDENT The above information was compiled from the records that are available to me at this time and I declare under penalty of pedury that the information is true and accurate within the limitations of those records. Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title If bidder is an individual, name and signature of individual must be provided, and, if he is doing business under a fictitious name, the fictitious name must be set forth. If bidder is a partnership or joint venture, legal name of partnership /joint venture must be provided, followed by signatures of all of the partners /joint ventures or of fewer than all of the partners /joint ventures if submitted with evidence of authority to act on behalf of the partnership /joint venture. If bidder is a corporation, legal name of corporation must be provided, followed by notarized signatures of the corporation President or Vice President or President and Secretary or Assistant Secretary, and the corporate seal. Signatures of partners, join venturers, or corporation officers must be acknowledged before a Notary Public, who must certify that such partners /joint venturers, or officers are known to him or her to be such, and, in the case of a corporation, that such corporation executed the instrument pursuant to its bylaws or a resolution of its Board of Directors. 15 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California } ss. County of cam Bernardino J JI) On �1 � -'lore me, Marian Perez, Notary Public Date Name j� and T d Officer (e.g.,'Jane Doe, Nolarl personally appeared ��5�( PQ�— D I,M` MARIAN H. PER COMM. #1561057 d tdli NOTARY PUBLIC - CALIFORNIA ROI �j SAN BERNANO COUNTY Le■sff M E2 y Comm. Egims Mar. 1B, 2009 l e eeee,ea+ee ❑ personally known to me IX proved to me on the basis of satisfactory evidence to be the person( whose name4 10�,6 subscribed to th¢¢CCwithi ' instrument and acknowledged to me a e Weey executed the same in his r tir thorized capacity(i and that by his rltiy I. signatureon the instrument the person ), or the entity upon behalf of which the person acted, executed the instrument. JITNESS my hand and offcial seal. Place Notary Seal Above SignaWre of !o ry utm OPTIONAL 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 Title or Type of Document: _ hq J I I Document Date: C�%Iem yY �C A � —� Number of Pages: Signer(s) Other Than Named Above: Capacity(lies) Claimed by Signer Signer's Name: ❑ Individual ❑ Corporate Officer — Title(s): i Partner —❑ Limited ❑ General Attorney in Fad Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: RIGHT THUMBPRINT OF SIGNER 0 1997 National Notary Association - 9350 De Soto Ave., P.O. Box 2402 • Chalsworlh, CA 913132402 Prod. No. 5907 Reorcle,. Call 7o11 -Free I�M7 &5927 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of 5,ql (8'er nat- it, o t ss. On iyQUerhbe_r 53g o1Q55 before me, J, MOr-k/ , IV07'O,�-Y �,blic Date Name and Title of Officer (e.d, "Jane Doe, Notary Public") personally appeared N(Z oe/ )II e / (O /-7 Name(s) of Signer(s) 1. i EL COMM. #1555517 z s Notary Public • California San Bernardino County Cornrn. Expires Feb. 27, 2b09 Place Notary Seal Above O` ersonally known to me ❑ 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 instrument. WITNESS my hand and official seal. OPTIONAL Signature of Notary Public 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 Docunent Title or Type of Document:y I.6p©sa-1 Document Date: Wovel- -1 %e g , 0 v0�5 Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Individual Corporate Officer — Title(s):-eCr)IF1a0V,, / / ❑ Partner — ❑ Limited ❑ General WNW, 10n ❑ Attorney in Fact . Top of thumb here ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Number of Pages: Signer's Name: ❑ Individual ❑ Corpora Officer — Title(s): ❑ Partner — _ mited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: \ Signer Is Representing: Iq 0 2004 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313-2402 Item No. 5907 Reorder: Call Toll -Free 1-800-876-6827 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2005 -2006 SIDEWALK. CURB & GUTTER REPLACEMENT PROGRAM IN PORT STREETS, ADA RAMPS, EAST COAST HIGHWAY CURB & GUTTER REPLACEMENT, BALBOA PENINSULA BEACH WALKWAY REPLACEMENT & PARK ASPHALT WALKWAY REPLACEMENT CONTRACT NO. 3789 ACKNOWLEDGEMENT OF ADDENDA Bidders name CS LEGACY CONSTRUCTION, INC. The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: Addendum No. I Date Received I I A Si6tWure I 16 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2005 -2006 SIDEWALK. CURB & GUTTER REPLACEMENT PROGRAM IN PORT STREETS ADA RAMPS EAST COAST HIGHWAY CURB & GUTTER CONTRACT NO. 3789 INFORMATION REQUIRED OF BIDDER Bidder certifies under penalty of perjury under the laws of the State of California that the following information is true and correct: Name of individual Contractor, Company or Corporation: cs T.Fr;Acy CoNsTRUcTToN. IN Business Address: 13263 YORBA AVE. CHINO, CA 91710 Telephone and Fax Number: (909) 590 -2626 FAX (909) 590 =4117 California State Contractor's License No. and Class: 826870 A, B, C27 (REQUIRED AT TIME OF AWARD) Original Date Issued: 10/29/03 Expiration Date: 10/31/07 List the name and title /position of the person(s) who inspected for your firm the site of the work proposed in these contract documents: GREGG STRUMPF:"- PRESIDENT The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and company or corporate officers having a principal interest in this proposal: Name GREGG STRUMPF Title PRESIDENT Address Telephone 7 WESTFORD .CIRCLE, LADERA RANCH 909 - 590 - 2626X11 Corporation organized under the laws of the State of CALIFORNIA 17 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: N/A All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: For all arbitrations, lawsuits, settlements or the like (in or out of court) you have been involved in with public agencies in the past five years (Attach additional Sheets if necessary) provide: Provide the names, addresses and telephone numbers of the parties; Briefly summarize the parties' claims and defenses; Have you ever had a contract terminated by the owner /agency? If so, explain. Have you ever failed to complete a project? If so, ex p in. CJ �� For any projects you have been involved with in the last 5 years, did you have any claims or actions by any outside agency or individual foor compliance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.)? Yes No Are any claims or actions unresolved or outstanding? Yes 18 If yes to any of the above, explain. (Attach additional sheets, if necessary) N/A Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non - responsive. C;RF.C:C: 9TRiTWPF (Print name of Owner or President Title Date Subscribed and sworn to before me this day of 2005. [SEAL] 19 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California SS. County of San Bernardino r; On /I- .23 -05 , before me, Nancy J. Mellon, Notary Public Oat. Name and We of Officer (e.g., -Jane Doe, Notary Public) Personally. appeared Gregg Strumpf Namels) of aigner(s) ' NANCY J. MELLON d COMM.ttt467963 lr NOTARY PUBLIC - CAUFORNIA SAN BERNARWNO aCOt3 008 MY1m•fizp'ues [� personally known to me ❑ 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 instrument. WITNESS my hand and official seal. Place Notary Seal Above Slgna uol Notary Pabli` %`' c • l OPTIONAL 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 T �MQ. Title or Type of Document: l v��I O!+ � ISlac4r c Document Date: I 1 - 13 -O Y Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: Gregp Strumpf ❑ Individual a IX Corporate Officer — Title(s): President op of numb here 0 .Partner — ❑Limited ❑General Attorney in Fact ❑ Trustee D Guardian or Conservator Other: Signer Is Representing: C, S. Le ac Construction, Inc. 41999 NallOnal Nolary Aaaeelallon • 9050 De 501. Ave., P.O. Bm 2402 • CM1elcw h. CA 9Q13 2a02 • mm'.nalionalMlaryttg PmO. N0, 5907 Anader: Call Tull Free 1 800 876 -Ml CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2005 -2006 SIDEWALK. CURB & GUTTER REPLACEMENT PROGRAM IN PORT STREETS, ADA RAMPS, EAST COAST HIGHWAY CURB & GUTTER REPLACEMENT, BALBOA PENINSULA BEACH WALKWAY REPLACEMENT & PARK ASPHALT WALKWAY REPLACEMENT CONTRACT NO. 3789 NOTICE TO SUCCESSFUL BIDDER The following Contract Documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date shown on the "Notification of Award" to the successful bidder: • CONTRACT WITH REQUIRED INSURANCE CERTIFICATES AND ENDORSEMENTS • LABOR AND MATERIALS PAYMENT BOND • FAITHFUL PERFORMANCE BOND The City of Newport Beach will not permit a substitute format for these Contract Documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. Original Certificate(s) of Insurance, General Liability Insurance Endorsement, and Automobile Liability Insurance Endorsement shall be provided as required by the Contract documents and delivered to the Public Works Department within ten (10) working days after the date shown on the Notification of Award to the successful bidder. The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Pursuant to Public Contract Code Section 22300, appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. Insurance companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property- Casualty. Coverages shall be provided as specified in the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. Certificates of Insurance and additional insured endorsements shall be on the insurance company's forms, fully executed and delivered with the Contract. The Notice to Proceed will not be issued until all contract documents have been received and approved by the City. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2005 -2006 SIDEWALK. CURB & GUTTER REPLACEMENT PROGRAM IN PORT STREETS, ADA RAMPS, EAST COAST HIGHWAY CURB & GUTTER REPLACEMENT, BALBOA PENINSULA BEACH WALKWAY REPLACEMENT & PARK ASPHALT WALKWAY REPLACEMENT CONTRACT NO. 3789 CONTRACT THIS AGREEMENT, entered into this _ day of , 2005, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and C S LEGACY CONSTRUCTION, INC., hereinafter "Contractor," is made with reference to the following facts: WHEREAS, City has advertised for bids for the following described public work: 2005 -2006 SIDEWALK, CURB & GUTTER REPLACEMENT PROGRAM IN PORT STREETS, ADA RAMPS, EAST COAST HIGHWAY CURB & GUTTER REPLACEMENT, BALBOA PENINSULA BEACH WALKWAY REPLACEMENT & PARK ASPHALT WALKWAY REPLACEMENT Contract No. 3789 WHEREAS, Contractor has been determined by City to be the lowest responsible bidder and Contractor's bid, and the compensation set forth in this Contract, is based upon Contractor's careful examination of all Contract documents, plans and specifications. NOW, THEREFORE, City and Contractor agree as follows: A. CONTRACT DOCUMENTS The complete Contract for the Project includes all of the following documents: Notice Inviting Bids, Instructions to Bidders, Proposal, Bidder's Bond, Non - Collusion Affidavit, Faithful Performance Bond, Labor and Materials Payment Bond, Permits, General Conditions, Standard Special Provisions and Standard Drawings, Plans and Special Provisions for Contract No. 3789, Standard Specifications for Public Works Construction (current adopted edition and all supplements) and this Agreement, and all modifications and amendments thereto (collectively the "Contract Documents "). The Contract Documents comprise the sole agreement between the parties as to the subject matter therein. Any representations or agreements not specifically contained in the Contract Documents are null and void. Any amendments must be made in writing, and signed by both parties in the manner specified in the Contract Documents. B. SCOPE OF WORK Contractor shall perform everything required to be performed, and shall provide and furnish all the labor, materials, necessary tools, expendable equipment and all utility and transportation services required for the Project: All of the work to be performed and materials to be furnished shall be in strict accordance with the provisions of the Contract Documents. Contractor is required to perform all activities, at no extra cost to City, which are reasonably inferable from the Contract Documents as being necessary to produce the intended results. 21 C. COMPENSATION As full compensation for the performance and completion of the Project as required by the Contract Documents, City shall pay to Contractor and Contractor accepts as full payment the sum of Five Hundred Ninety Thousand, Four Hundred Forty -Three and 001100 Dollars ($590,400.00). This compensation includes: (1) Any loss or damage arising from the nature of the work, (2) Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the work, (3) Any expense incurred as a result of any suspension or discontinuance of the work, but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance of the work by City. D. NOTICE OF CLAIMS Unless a shorter time is specified elsewhere in this Contract, before making its final request for payment under the Contract Documents, Contractor shall submit to City, in writing, all claims for compensation under or arising out of this Contract. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Contract except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. E. WRITTEN NOTICE Any written notice required to be given under the Contract Documents shall be performed by depositing the same in the U.S. Mail, postage prepaid, directed to the address of Contractor and to City, addressed as follows: CITY City of Newport Beach Public Works Department 3300 Newport Boulevard Newport Beach, CA 92663 Attention: Frank Tran (949) 644 -3340 F. LABOR CODE 3700 LIABILITY INSURANCE certifies: CONTRACTOR C S Legacy Construction, Inc. 13263 Yorba Avenue Chino, CA 91701 909 - 590 -2626 909 - 590 -4117 Fax Contractor, by executing this Contract, hereby "I am aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for Workers' Compensation or undertake self- insurance in accordance with the provisions of the Code, and I will comply with such provisions before commencing the performance of the work of this Contract." G. INSURANCE Insurance is to be placed with insurers with a Best's rating of no less than A:VII and insurers must be a California Admitted Insurance Company. Contractor shall furnish City with original certificates of insurance and with original endorsements effecting coverage required by this Contract. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that 22 insurer to bind coverage on its behalf. All certificates and endorsements are to be received and approved by City before work commences. City reserves the right to require complete, certified copies of all required insurance policies, at any time. 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 Contractor, his agents, representatives, employees or subcontractors. The cost of such insurance shall be included in Contractor's bid. 1. Minimum Scope of Insurance Coverage shall be at least as broad as: a) Insurance Services Office Commercial General Liability coverage "occurrence" form number CG 0002 (Edition 11/85) or Insurance Services Office form number GL 0002 (Edition 1/73) covering Comprehensive General Liability and Insurance Services Office form number GL 0404 covering Broad Form Comprehensive General Liability. b) Insurance Services Office Business Auto Coverage form number CA 0002 0287 covering Automobile Liability, code 1 "any auto' and endorsement CA 0029 1288 Changes in Business Auto and Truckers Coverage forms - Insured Contract. c) Workers' Compensation insurance as required by the Labor Code of the State of California and Employers Liability insurance. 2. Minimum Limits of Insurance Coverage limits shall be no less than: a) General Liability: $1,000,000.00 combined single limit per occurrence for bodily injury, personal injury and property damage. If Commercial Liability Insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. b) Automobile Liability: $1,000,000.00 combined single limit per accident for bodily injury and property damage. c) Workers' Compensation and Employers Liability: Workers' compensation limits as required by the Labor Code of the State of California and Employers Liability. 3. Deductibles and Self- Insured Retentions Any deductibles or self- insured retentions must be declared to and approved by City. At the option of City, either: the insurer shall reduce or eliminate such deductibles or self - insured retentions as respects City, its officers, officials, employees and volunteers; or Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. 23 4. Other Insurance Provisions The policies are to contain, or be endorsed to contain, the following provisions: a) General Liability and Automobile Liability Coverages City, its officers, agents, officials, employees and volunteers are to be covered as additional insureds as respects: liability arising out of activities performed by or on behalf of Contractor, including the insured's general supervision of Contractor; products and completed operations of Contractor; premises owned, occupied or used by Contractor; or automobiles owned, leased, hired or borrowed by Contractor. The coverage shall contain no special limitations on the scope of protection afforded to City, its officers, officials, employees or volunteers. ii. Contractor's insurance coverage shall be primary insurance and/or primary source of recovery as respects City, its officers, officials, employees and volunteers. Any insurance or self- insurance maintained by City, its officers, officials, employees and volunteers shall be excess of the Contractor's insurance and shall not contribute with it. iii. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to City, its officers, agents, officials, employees and volunteers. iv. Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. v. The insurance afforded by the policy for contractual liability shall include liability assumed by contractor under the indemnification /hold harmless provision contained in this Contract. b) Workers' Compensation and Employers Liability Coverage The insurer shall agree to waive all rights of subrogation against City, its officers, agents, officials, employees and volunteers for losses arising from work performed by Contractor for City. c) All Coverages Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled, rescinded by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to City. All of the executed documents referenced in this contract must be returned within ten (10) working days after the date on the "Notification of Award," so that the City may review and approve all insurance and bonds documentation. 5. Acts of God Pursuant to Public Contract Code Section 7105, Contractor shall not be responsible for the repairing and restoring damage to Work, when damage is determined to have been proximately caused by an Act of God, in excess of 5 percent of the Contract amount provided that the Work damaged is built in accordance with the plans and specifications. 6. Right to Stop Work for Non - Compliance 24 City shall have the right to direct the Contractor to stop work under this Agreement and/or withhold any payment(s), which become due to Contractor hereunder until Contractor demonstrates compliance with the requirements of this article. H. RESPONSIBILITY FOR DAMAGES OR INJURY City and all officers, employees and representatives thereof shall not be responsible in any manner: for any loss or damages that may happen to the Work or any part thereof; for any loss or damage to any of the materials or other things used or employed in performing the Work, for injury to or death of any person either workers or the public; or for damage to property from any cause arising from the construction of the work by Contractor, or its subcontractors, or its workers, or anyone employed by it. 2. Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's work on the Project, or the work of any subcontractor or supplier selected by the Contractor. 3. Contractor shall indemnify, hold harmless, and defend City, its officers and employees from and against (1) any and all loss, damages, liability, claims, allegations of liability, suits, costs and expenses for damages of any nature whatsoever, including, but not limited to, bodily injury, death, personal injury, property damages, or any other claims arising from any and all acts or omissions of Contractor, its employees, agents or subcontractors in the performance of services or work conducted or performed pursuant to this Contract; (2) use of improper materials in construction of the Work; or, (3) any and all claims asserted by Contractors subcontractors or suppliers on the project, and shall include reasonable attorneys' fees and all other costs incurred in defending any such claim. Contractor shall not be required to indemnify City from the sole negligence or willful misconduct of City, its officers or employees. 4. To the extent authorized by law, as much of the money due Contractor under and by virtue of the Contract as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. 5. Nothing in this article, nor any other portion of the Contract Documents shall be construed as authorizing any award of attorneys' fees in any action to enforce the terms of this Contract, except to the extent provided for in 1-1.3, above. 6. The rights and obligations set forth in this Article shall survive the termination of this Contract. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other Contract Documents by Contractor is a representation that Contractor has visited the Project Site, has become familiar with the local conditions under which the work is to be performed, and has correlated all relevant observations with the requirements of the Contract Documents. J. CONFLICT If there is a conflict between provisions of this Contract and any other Contract Document, the provisions of this Contract shall prevail. K. WAIVER A waiver by City or any term, covenant, or condition in the Contract Documents shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first written above. 25 �0i .l\ (trrr1M ATTEST: u t f d'YVi..e, CITY CLERK APPRO ED AS TO FORM: C C V+4► Aaron C. Harp Assistant City Attorney CITY OF NEWPORT BEACH A Municipal Corporation By: Mayor CONTRACTOR : C. S. LEGACY CONSTRUCTION, INC. By: _ �,dA (Corporate i .e G EGG STRUMPF PRESIDENT Title: PRESID T Print Name: GREGG STRUMPF Titl Print Name: 26 GREGG STRUMPF 0 Naumann ■■EMENNOMME C.S. LEGACY CONSTRUCTION, INC_ C.S. LEGACY CONSTRUCTION, INC. MINUTES OF BOARD OF DIRECTORS MEETING A SPECIAL MEETING OF THE BOARD OF DIRECTORS OF C. S. LEGACY CONSTRUCTION, INC., A CALIFORNIA CORPORATION, WAS HELD AT 7 WESTFORD CIRCLE, LADERA RANCH, CA. ON JANUARY 5TH 2004. THE BOARD OF DIRECTORS OF THE CORPORATION: GREGG STRUMPF DIRECTOR CONSTITUTING ALL OF THE MEMBERS OF THE BOARD OF DIRECTORS WERE PRESENT AT THE MEETING. THE MOTION WAS DULY MADE, SECONDED AND CARRIED THE FOLLOWING RESOLUTION WAS ADOPTED: RESOLVED, GREGG STRUMPF, PRESIDENT, IS SOLELY VESTED FULL AUTHORITY TO SIGN ANY AND AN ALL CONTRACTUAL DOCUMENTS FOR THE CORPORATION, AND THEREFORE HAS THE FULL AUTHORITY TO OBILIGATE THE CORPORTATION IN ALL CONTRACTURAL MATTERS. THE UNDERSIGNED, NANCY MELLON, SECRETARY, CERTIFIED THAT GREGG STRUMPF IS THE DULY APPOINTED PRESIDENT OF C.S. LEGACY CONSTRUCTION, INC. AND THAT THE ABOVE IS A TRUE AND CORRECT COPY OF THE RESOLUTION DULY ADOPTED AT A MEETING OF BYLAWS OF SAID CORPORATION ON JANUARY 5, 2004. IN WITNESS THEREOF, I HAVE AFFIXED MY NAME AS SECRETARY OF THE CORPORATION, AND HAVE ATTACHED THE SEAL OF C. S. LEGACY CONSTRUCTION, INC. TO THIS RESOLUTION. ATE: JANUARY 5, 2004. "c -f-/ iTLUI�" NANCY W LLON SECRETARY 13263 Yorba Ave. Chino, Ca. 91710 (909)590-2626 (909)590-4117 tiALWORNIA ALL- PURPOSE ACKNOWLEDGMENT State of California ss. County of San Bernardino I On ti /gc before me, Nancy J. Mellon, Notary Public . 8 le Nome god Tide of OMoer (e.g., 'done Me. Nolary P,R ej Personally appeared Gregg Strumpf . Naroe(s) N Signers) NANCY J. MELLON , '" "` COMM. #1467963 NOTARY PUBLIC - CA�POR141 SAN BERNARDIN c 6, 2006 µy Comm. Expires I� personally known to me 0 proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) Were subscribed to the within instrument and acknowledged to me that he /she /they executed the same I 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 instrument. WITNESS my hand and official seal. Place Nolary Se Of Above Sig wr Diary PVdic OPTIONAL Though the information below is not required by law, it may prove vatuable 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: CONTRACT Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: Gre�R Strumpf G Individual C( Corporate Officer— Title(s): President 11 Partner -0 Limited 0 General Attorney in Fact Q Trustee CJ Guardian or Conservator CJ Other: Number of Pages: Signer Is Representing: C.S. Legacy Construction, Inc. AMYTNUMBPAINi OFSIuNER 01999 n1611onal 14.1'N Assoeialie• 90so Be 5o10 Ave. P. D. B9e0 Wd -Deaswonh. CA 9+3r2.2402•wdrenalioM1Mlv,o,9 Rod No 5902 aecidec Call fo6Free 1- 90007e.@Q7 License Detail Page 1 of 2 License Detail CALIFORNIA CONTRACTORS STATE LICEN Contractor License # 826870 DISCLAIMER A license status check provides information taken from the CSLB license data base. Before on this information, you should be aware of the following limitations: • CSLB complaint disclosure is restricted by law (B &P 7124.6). If this entity is subject tc complaint disclosure, a link for complaint disclosure will appear below. Click on the lin button to obtain complaint and /or legal action information. • Per B &P 7071.17, only construction related civil judgments reported to the CSLB are disclosed. • Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration. • Due to workload, there may be relevant information that has not yet been entered ont Board's license data base. Extract Date: 11/30/2005 * * * Business Information * * * C S LEGACY CONSTRUCTION INC 13263 YORBA AVENUE CHINO, CA 91710 Business Phone Number: (909) 590 -2626 Entity: Corporation Issue Date: 10/29/2003 Expire Date: 10/31/2007 * * * License Status * * * This license is current and active. All information below should be reviewed. * * * Classifications * * * KlaRi Description FA GENERAL ENGINEERING CONTRACTOR © GENERAL BUILDING CONTRACTOR C27 LANDSCAPING * * * Bonding Information * * * http: / /www2.csib.ca.gov /CSLB_LIBRAR`Y/License +Detail.asp 11/30/2005 License Detail Page 2 of 2 CONTRACTOR'S BOND: This license filed Contractor's Bond number 9039404 in the arr $10,000 with the bonding company AMERICAN CONTRACTORS INDEMNITY COMPANY. Effective Date: 01/01/2004 Contractor's Bonding History BOND OF QUALIFYING INDIVIDUAL(1): The Responsible Managing Officer (RMO) GF STRUMPF certified that he /she owns 10 percent or more of the voting stock/equity of corporation. A bond of qualifying individual is not required. Effective Date: 10/29/2003 * * * Workers Compensation Information * * * This license has workers compensation insurance with the STATE COMPENSATION INSURANCE FUND Policy Number: 046- 0013505 Effective Date: 11/15/2003 Expire Date: 11/15/2006 Workers Compensation History Personnel listed on this license (current or disassociated) are listed on other licei Personnel List Other Licenses License Number Re guest Contractor Name Request Personnel Name Request Salesperson Request Salesperson Name Request D 2005 State of California. Condi i ns of Use Privacy Policy http: / /www2.cslb.ca.gov /CSLB_LIBRAR`Y/License +Detail.asp 11/30/2005 ACORD., CERTIFICATE OF LIABILITY INSURANCE I DA1 211 6/2005 ) 12!16/2005 MCOUCER 714- 389-6797 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION KEVIN P. REED - ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE SURETY & INSURANCE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 1941 DERBY DRIVE ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. SANTA ANA, CA 92705 INSURERS AFFORDING COVERAGE NAICX INSURED INGURERA: MT. HAWLEY INSURANCE COMPANY C.S. LEGACY CONSTRUCTION, INC. .._..____ unaTPnan ElaP lNaraeucv erwoeuv 13263 YORBA AVENUE CHINO, CA 91710 THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING 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 POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. NBR DD, ISURANCE POLICYNUMBER DATEIEFFECTIVE POLICY EXPIRATION LIMBS A X GENERALLIABILITY X COMMERCIALGENERAL LIABILITY CLAIMS MADE OCCUR MGLO145190 11/15/2005 11/15/2006 EACH OCCURRENCE S 1,000,000 PREMISES Emh,c O=,Rj S 50,000 MEDEXP(Myone non ) 5,000 PERSONALS ADV INJURY $ 1,000000 X DED; $5,000 GENERALAGGREGATE S 2,000,000 GEN'L AGGREGATE POLICY LIMIT APPLIES PER: FRI PROS LOC PRODUCTS• COMPMPAGG $ 1,000,000 B X AUTOMOBILE X LIABILITY ANY AUTO ALLOWNEDAUTOS SCHEDULED AUTOS HIREDAUTOS NON - OWNEDAUTOS COLL. DED - $500 72UECTQ2735 2/13/2005 2/13/2006 COMBINED SINGLE LIMIT (EaaxideRt) 3 1,000,000 BOrpem ) (Parperaanj $ X BODILY INJURY (Par =Id t) $ X X PROPERTY DAMAGE (ParaccadsRq $ X COMP DED - $500 GARAGE LIABILITY ANY AUTO AUTO ONLY, EA ACCIDENT $ OTHERTHAN EAACC AU700NLY: 0.6G $ C X - EXCESSIUMDRELLALIABILRY X OCCUR FI CLAWSMADE DEDUCTIBLE X RETENTION $ 10.000 EBU9020992 2/15/2005 2/15/2006 EACHOCCURRENCE $ 2,000,000 AGGREGATE $ 2,000,000 i $ $ D WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETORIPARTNEWEXECUTIVE OFFICERNEMBER EXCLUDED? If "s. c1mrihe ende, SPECIAL PROVISIONS Wow ORIGINAL CERTIFICATE ISSUED BY COMPANY 11/15/2005 11/15J2006 X WCSTATU. OTH. EL. EACH ACCIDENT $ 1,000,000 E.L. DISEASE. EA EMPLOYEE $ 1001)000 EL DISEASE .POLICY LIMIT $ 1,000,000 OTHER DESCRIPTION OF OPERATIONS LOCATIONS /VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS RE: CONTRACT NO. 3789 - 2005 -20065 SIDEWALK CURB A GUTTER REPLACEMENT PROGRAM IN PORT STREETS, ADA RAMPS, EAST COAST HIGHWAY CURB G CUTTER REPLACEMENT. BALBOA PENINSULA BEACH WAUKWAY REPLACEMEW &PARK ASPHALT WALKWAY REPLACEMENT THE CRY, ITS OFFICERS, OFFICIALS, EMPLOYEES AND VOLUNTEERS ARE ADDITIONAL INSUREDS ASPER BLANKET FORM COL 216 (WM7 ATTACHED. PRIMARY WORDING IS INCLUDEDPaMEATTACHED. WAIVEROF SUBROGATION IS INCLUDED AS PER ATTACHED 01)2009 10 93. •10 DAY NOTICE OF CANCELLATION FOR NON- PAYMENTOP PREMIUM CITY OF NEWPORT BEACH, PUBLIC WORKS DEPT. ATTN: SHARI ROOKS PUBLIC WORKS SPECIALIST 3300 NEWPORT BLVD. NEWPORT BEACH, CA 92658 ACOR D 25 (2001/08) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30* DAYS WRITTEN NOTICE TO THE CEIITIRCATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL MPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR P. Reed 1988 Policy No. Mt Hawley Insurance Company MGL 0145190 - C.S. Legacy Construction, Inc. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM C) This endorsement modifies insurance provided underlie following: COMMERCIAL GENERAL LIABILITY COVERAGE PART F-'l' I ipil if Name of Person or Organization: All persons or organizations where required by writtao contract. City of Newport Beach, Its officers, agents, officials, employees and volunteers Public Works Department 3300 Newport Beach; P.O. Box 1768 Newport Beach, CA 92658 -8915 RE: Contract No. 3789; 2005 -2006 Sidewalk, Curb & Gutter Replacement Program in Port Streets, ADA Ramps, East Coast Highway Curb & Gutter Replacement, Balboa Penisula Beach Walkway Replacement & Park Asphalt Walkway Replacement (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 11) is aruerded 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. To the e#ent required under contract. this policy will apply as prmary insurance to additional insureds scheduled above and other Insurance which may be available to such additional insureds will be non - contributory. Section IV., Condition 4., of this policy is amended accordingly. Ali other Terns and Conditions of this Policy remain unchanged. CGL 216 (04M) * Page 1 of i policy No. MGLO145190 - C.S. Legacy Construction, Inc. Mt Hawley Insurance company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Ms endorsement mocilliies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: All persons or organizations where required by written contract. (if no entry appears above, information required to complete this endorsement will be Shown in the Declarations as applicable to this endorsement) The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Condition (Section IV — COMMERCIAL GENERAL LIABILITY CONDITIONS) Is amended by the addition of the following: We waive any right of recovery we may have against the person or organization shown in the Schedule above bemuse of pay- ments we make for injury or damage arising out of your ongoing operations or your work" done under a contract Win that person or organization and included In the • products - completed operations hazard'. This waiver applies only to the person or organiza- tion shown in the Schedule above. CG 24 04 10 93 Copyright, Insurance Services Office, Inc., 1992 Page 1 of 1 AQWQ._ CER't1FICATE OF LIABILITY INSURANCE vuncI T!_1R_fgam i INSUREx GLOBAL I .165329 PGt866)46 APO BOX 33015 C S LEGACY CONST 13263 YORBA AVE. COVERAGES SERVICES /PBS 6730 FG(S77)905-0457 INSURERS AFFORDING CDVERAGE --THvFO1vmn OF 3U""'WF-"VO-9 H�6W 37r3 EW= f6-1fb-TWVRii �QRE6,EA6E «R -aa Awm ---.- . ANY REOUIREMENT. TERM OR CPUOITEIN OF ANY CONTRACT OR OTHER DOCUTAENT WITH RESPECT TO WHICH THIS CERTIf IC ATE MAY BE ISSUED OR MAY PERTAIN. THE INSIJRIWCE NFFORDED OY TH6 POLICIES DESCM80 4EREIN R SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONOTrIONS OF SUCH PDUCES. AGGREGATE LIMITS BROWN MAY RAVEOEEN REDUCED BY PAID MiMS. . nW Or 011Mf112 I I MF1Cr rrrw r a 0PPAIfNr1Rr COMCROAL W!hWN LfuAI yly MINIS 04911 M 4. .." �_ EACN ate[IMaeE nre o.A.ANL er M. ! NGOO[P fIN lMbn ! PIiRPON ADY RLI,RY 1 CINMAL f ODI'1 AG(AFCAT[ /OUCV V W r rVnJE3 NO. IOC rROVYtti COMPNn AOS ! A AuTFNAW X UfartR•r MYu 0 ALf.OYA®1 AVTaF 19MMU04UTOO Han AUTO[ Nam -mmb WTOr 72 UEC TQ2735 02/13105 02/13/06 1G .eA.R1[.js«aLCUNIT 11r000,00.0 DmILV NI.VIIY Inns smi [ X VmLvmm1 PW eev*m r oAalallAr.r,. � ANY AUTO Au *P VIILr •[A IC r [ brH[S THN1 EA Atr: AVTPIrnrl Abp [ ! 1}CJ.c ~VIV i OCCUR �CWLK}IAOE OEOVCDRLR WINRON ! r.KN OCCUAR Iv, [ AOW[CA/E ! 1 ! AOEWM LOWW" RfrAM AwTeffMa fA+eAm � Tv nlAacMeJr - ! RL. pRfA;E • rA1 GvLE 1 E.L. O t USOT 1 ON[A I _ ANOI /OOV b•OTM/IO�LOr+ fT/RL�M•ro VlglR naaQOSruAafRlR11FMI/a'trr / f AW"Mr Those usual to Ghe Insured's Operations. NAMING THE CITY ITS OFFICERS, OFFICIALS! EMPLOEES AND VOLUNTEERS ARE ADDITIONAL. INSURED CITY OF NEWPORTBEACH PUBLIC WORMS DEFT. 3300 Newport Blvd. Newport Beach, OA 92663 THE ABOVE DGSCRIBED F E tHEREOP. THE ISSUING DAYS WMTTEN I LOER NAMEO TO LIGATION OR LUG 7HE SO SHAT L IMPOSE NO INSURER. ITS AUENT9 OR zc•R (7137) ° ACORO CORPORATION 1866 CERTHOLDER COPY STATE P.0. BOX 420807, SAN FRANCISCO,CA 94142 -0807 COMPENSATION INSUR^NCE FUND CERTIFICATE OF WORKERS' COMPENSATION INSURANCE ISSUE DATE: 12 -10 -2005 GROUP: 000045 POLICY NUMBER: 0018905 -2005 CERTIFICATE IDt 82 CERTIFICATE EXPIRES: 11 -15 -2005 11 -1S- 2005/11 -15 -2006 CITY OF NEWPORT BEACH 3300 NEWPORT BLVD NEWPORT BEACH CA 82658 SG JOB:PROJECT #9788 2005 -2006 SIDEWALK CURB & GUTTER REPLACEMENT This Is to certify that we have issued a valid Workers' Compensation insurance policy in a form approved by the California Insurance Commissioner to the employer named below for the policy period Indicated. This policy is not subject to cancellation by the Fund except upon80 days advance mitten notice to the employer. We will also give you 30 days advance notice should this policy be cancelled prior to its normal expiration. This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policy listed herein. Notwithstanding any requirement term or condition of any contract or other document with respect to which this certificate of msurance may be issued or to which it may pertain, the insurance afforded by the policy desalbed herein is subject to all the terms, exclusions, and conditions. of such policy. .�, e, AUTHORIZED REPRESENTAiNE PRESIDENT EMPLOYER'S LIABILITY LIMIT INCLUDING DEFENSE COSTS: $1,000,000 PER OCCURRENCE. ENDORSEMENT 9t600 - GREGG STRUMPF PRESIDENT THE - EXCLUDED. ENDORSEMENT #`2065 ENTITLED CERTIFICATE HOLDERS' NOTICE EFFECTIVE 11-15 -2004 IS -� ATTACHED TO AND FORMS A PART OF THIS POLICY. ENDORSEMENT #2570 ENTITLED WAIVER OF SUBROGATION EFFECTIVE 2005 -12 -19 IS ATTACHED TO AND FORMS A PART OF THIS POLICY. THIRD PARTY NAME: CITY OF NEWPORT BEACH EMPLOYER C S LEGACY CONSTRUCTION, INC 18203 YORBA AVE CHINO CA 81710 irV.2ba) SG PRINTED : 12`19-20005 SG DEC -23 -2005 12:21 FROM: 7149391654 TO:919496443318 P.1/1 Fax#: � (�l�l- 331k CERTIFICATE OF INSURANCE CHECKLIST City of Newport Beach This checklist is comprised of requirements as outlined by the City of Newport Beach. Date Received: lwd -L 10 Dept / " r Contact Received From: amn O L s- Date Completed. /2 J,9 /C 0 Sent to: V A GI n Ck Bye" R v Company /Person required to have certificate: �- T . P 4m G/1. 6W(, m c 'a r—i . i. GENERAL LIABILITY M4­_ A. INSURANCE COMPANY: iikl k_RY,2 yf U CA)Vn p�!V t_ B. AM BEST RATING (A: VII or greater): C. ADMITTED Company (Must be California Admitted): Is Company admitted in California? ❑ Yes No D. LIMITS (Must be $1M or greater): What Is limit provided? 1 Q -j1 1 YK pct . E. PRODUCTS AND COMPLETED OPERATIONS (Must include): Is it included? Eryes ❑ No F. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): is it incuded?es ❑ No G. PRIMARY & NON - CONTRIBUTORY WORDING (Must be included): Is it included? FKes ❑ No H. CAUTION! (Confirm that loss or liability of the named Insured is not limited solely by their negligence) Does endorsement include 'solely by negligence" wording? ❑ Yes 940 I. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of cancellation by certified mail; per Lauren Farley, the City will accept the endeavor wtirding. n. AUTOMOBILE LIABILITY /�,, ,J e 11 A. INSURANCE COMPANY: i! � rr-ct i r4t- j rLtkrA Ate„ B. AM BEST RATING (A: VII or greater): ry7 XV C. ADMrrrED COMPANY (Must be California Admitted): Is Company admitted in California? M Yes ❑ No D. LIMITS (Must be $1M min. BI & PD and $500,000 UM): What is limits provided? E. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? ErYes ❑ No F. PRIMARY & NON - CONTRIBUTORY WORDING (For Waste Haulers only): Is it included? ❑'Yes o G, NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of cancellation by certified mail; per Lauren Farley, the City will accept the endeavor wording. III. WORKERS' COMPENSATION A. INSURANCE COMPANY: A 7b, (0 f N f r 4),op, B. AM BEST RATING (A: VII or greater): yCYI r C. LIMITS: Statutory D. WAIVER OF SUBROGATION (To include): Is it included? Yes ❑ No HAVE ALL ABOVE REQUIREMENTS BEEN MET? / i �� ❑ Yes do IF NO WHICH ITEMS NEED TO �� BE COMPLETED? 6 in FrM rr ki CA. nP 7>� mm_ i1N7t — FEDERAL PROVISIONS: LABOR COMPLIANCE AND SECTION 3 BID SUBMITTAL REQUIREMENTS F -2 Federal Equal Opportunity / Affirmative Action Requirements F -10 Federal Labor Standards Provisions (including Davis -Bacon Act requirements; Contract Work Hours & Safety Standards Clauses; Copeland Anti - Kickback Act Clause; and Employment of Apprentices/Trainees Clauses) F -14 Housing & Urban Development Act Section 3 Clause regarding economic opportunities for lower income residents F -15 Contracting with Small and Minority Firms, Women Business Enterprises and Labor Surplus Firms F -16 Compliance with Federal Clean Air & Clean Water Acts F -17 Certification of Non - Segregated Facilities F -18 Certification with Regards to the Performance on Previous Contracts F -19 Subcontractors Award Notice F -20 Notice of Equal Employment Opportunity F -21 Certification of Fringe Benefits F -22 Certification of Understanding and Authorization F -23 Federal Lobbyist Certification F -24 Certified Payroll Report F -25 Instructions for Certified Payroll Report F -28 Statement of Compliance F -29 Instructions for Statement of Compliance F -30 Section 3 Economic Opportunity Plan F -31 Section 3 Commitment Notice F -32 Section 3 Resident Certification F -33 Section 3 Business Certification F -34 Definition of Section 3 Terms F -37 Section 3 Summary Report Federal /State Wage Decision /Determination F -1 FEDERAL EQUAL EMPLOYMENT OPPORTUNITY/ AFFIRMATIVE ACTION REQUIREMENTS 1. EQUAL OPPORTUNITY CLAUSE. During the performance of this contract, the contractor agrees as follows: a. The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The contractor will take affirmative action to ensure that applicants are employed. And that employees are treated during employment without regard to their race, color, religion, sex, or national origin. Such action shall include, but not limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. b. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, or national origin. C. The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or outstanding, a notice to be provided, advising the said labor union or workers' representative of the contractor's commitments under this Section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. d. The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. e. The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purpose of investigation to ascertain compliance with such rules, regulations, and orders. f. In the event of the contractor's noncompliance with the nondiscrimination clause of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole, or in part, and the contractor may be declared ineligible for further government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. g. The contractor will include the provisions of Paragraph 1a through 1g in every subcontract or purchase order unless exempt by rules, regulations, or orders of the secretary of Labor issued pursuant to Section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance. Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency, the F -2 2. 3. contractor may request the United States to enter into such litigation to protect the interests of the United States. NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY (Executive Order 11246). a. The Offeror's or Bidder's attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal Employment Specifications" set forth herein. b. The goals and timetables for minority and female participation, expressed in percentage terms for the contractor's aggregate work force in each trade on all construction work in the covered area, are as follows: Timetables _ ............. _. ........... _....-- Goals for Minority Participation for Each Trade 28.3% Goals for Female Participation in Each Trade 6.9% These goals are acceptable to all the contractor's construction work (whether or not it is Federal or federally assisted) performed in the covered area. If the contractor performs construction work in a geographical are located outside of the covered area, it shall apply the goals established for such geographical area where the work is actually performed. With regard to this second area, the contractor also is subject to the goals for both its federally involved and non - federally involved construction. The contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR Part 60-4.3 (a), and its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract and in each trade, and the contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from contractor to contractor or from project to project for the sole purpose of meeting the contractor's goals shall be given a violation of the contract, the Executive Order, and the regulations of 41 CFR Part 604. Compliance with the goals will be measured against the total work hours performed. C. The contractor shall provide written notification to the Director of the Office of Federal Contract Compliance Programs within 10 working days of award of any construction subcontract in excess of $10,000 at any tier for construction work under contract resulting from this solicitation. The notification shall list the name, address, and telephone number of the subcontractor; employer identification number of the subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the contract is to be performed. d. As used in this notice, and in the contract resulting from this solicitation, the "covered area" is the Standard Metropolitan Statistical Area of Los Angeles -Long Beach, specifically the County of Los Angeles, State of California. STANDARD FEDERAL EQUAL EMPLOYMENT SPECIFICATIONS (Executive Order 11246) a. As used in these specifications: F -3 (1) "Covered area" means the geographical area described in the solicitation from which this contract resulted; (2) "Director" means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any persons to whom the Director delegates authority; (3) "Employer identification number' means the Federal Social Security Number used on the Employers Quarterly Federal Tax Return, United States Treasury Department Form 941. (4) "Minority" includes: (a) Black (all persons having origins in any of the Black African racial groups not of Hispanic origin); (b) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American or other Spanish culture or origin, regardless of race); (c) Asian and Pacific Islander (all persons having origins in any of the original peoples of the Far East, Southeast Asia, the Indian Subcontinent, or the Pacific Islands); and (d) American Indian or Alaskan Native (all persons having origins in any of the original peoples of North America and maintaining identifiable tribal affiliations through membership and participation or community identification). b. Whenever the contractor, or any subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which contract resulted. C. If the contractor is participating (pursuant to 41 CFR Part 60.4.5) in a Hometown Plan approved by the United Stated Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with the Plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each contractor or subcontractor participating in an approved Plan is individually required to comply with its obligations under the Equal Opportunity Clause, and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other contractors or subcontractors toward a goal in an approved Plan does not excuse any covered contractor's or subcontractor's failure to take good faith efforts to achieve the Plan goals and timetables. d. The contractor shall implement the specific affirmative action standards provided in Paragraphs 3g (1) through 3g (16) of these specifications. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered construction contractors performing construction work in geographical areas where they do not have a Federal or federally F-4 assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. Goals are published periodically in the Federal Register in notice form, and such notices may be obtained from any Office of Federal Contract Compliance Programs office or from Federal procurement contracting officers. The contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. e. Neither the provisions of any collective bargaining agreement nor the failure by a union with whom the contractor has a collective bargaining agreement, to refer either minority or women shall excuse the contractor's obligations under these specifications, Executive Order 11246, or the regulations promulgated pursuant thereto. L In order for the nonworking training hours of apprentices and trainees to be conducted in meeting the goals, such apprentices and trainees must be employed by the contractor during the training period, and the contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the United States Department of Labor. g. The contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the contractor's compliance with these specifications shall be based upon effort to achieve maximum results from its actions. The contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following: (1) Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the contractor's employees are assigned to work. The contractor, where possible, will assign two or more women to each construction project. The contractor shall specifically ensure that all foreman, superintendents, and other on -site supervisory personnel are aware of and carry out the contractor's obligation to maintain such a working environment, with specific attention to minority and female individuals working at such sites or in such facilities. (2) Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses. (3) Maintain a current file of the names, addresses, and telephone numbers of each minority and female off - the - street applicant and minority or female referral from union, a recruitment source, or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the contractor by the union or, if referred, not employed by the contractor, this shall be documented in the file with reason therefore, along with whatever additional actions the contractor may have taken. (4) Provide immediate written notification to the Director where the union or unions with which the contractor has a collective bargaining agreement has not referred to the contractor a minority person or women sent by the contractor, or when the contractor has other information that the union referral process has impeded the contractor's efforts to meet its obligations. F -5 (5) Develop on-the-job training opportunities and/or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the contractor's employment needs, especially those programs funded or approved by the Department of Labor. The contractor shall provide notice of these programs to the sources complied under Paragraph 3g (2), above. (6) Disseminate the contractor's equal employment opportunity (EEO) policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. (7) Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination or other employment decisions including specific review of these items with on -site supervisory personnel such as Superintendents, General Foreman, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, such matter discussed, and disposition of the subject matter. (8) Disseminate the contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the contractor's EEO policy with other contractors and subcontractors with whom the contractor does or anticipates doing business. (9) Direct its recruitment efforts, both oral and written, to minority, female, and community organizations; to schools with minority and female students; and to minority and female recruitment and training organizations serving the contractor's recruitment area and employment needs. No later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment sources, the contractor shall send written notification to organizations such as the above, describing the opening, screening procedures, and tests to be used in the selection process. (10) Encourage present minority and female employees to recruit other minority persons and women and, where reasonable, provide after school, summer, and vacation employment to minority and female youth, both on the side and in other areas of a contractor's work force. (11) Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60 -3. (12) Conduct, at least annually, an inventory and evaluation at least of all minority and female personnel for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. F -6 (13) Ensure that seniority practices, job classifications, work assignments, and other personnel practices do not have a discriminatory effect by continually monitoring all personnel and employment - related activities to ensure that the EEO policy and the contractor's obligations under these specifications are being carried out. (14) Ensure that all facilities and company activities are non - segregated except that separate or single user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. (15) Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. (16) Conduct a review, at least annually, of all supervisors' adherence to and performance under the contractor's EEO policies and affirmative action obligations. h. Contractors are encouraged to participate in voluntary associations which assist fulfilling one or more of their affirmative action obligations described in Paragraphs 3g (1) through (16), above. The efforts of a contractor association, joint contractor- union, contractor- community, or other similar group of which the contractor is a member and participant, may be asserted as fulfilling any one or more of its obligations under Paragraphs 3g (1) through (16) of these specifications provided that the contractor actively participates in the group, makes every effort to ensure that the group has a positive impact on the employment of minorities and women in the industry, reflected in the contractor's minority and female work force participation, makes a good faith effort to meets its individual goals and timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the contractor. The obligation to comply, however, is the contractor's, and failure of such a group to fulfill an obligation shall not be a defense for the contractor's noncompliance. A single goal for minorities and a separate single goal for women have been established. The contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non - minority. Consequently, the contractor may be in violation of the Executive Order if a particular group is employed in a substantially disparate manner (for example, even though the contractor has achieved its goals for women generally, the contractor may be in violation of the Executive Order if a specific minority group of women is underutilized). j. The contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. k. The contractor shall not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. The contractor shall carry out such sanctions and penalties for violation of these specifications of the Equal Opportunity Clause, including suspension, termination, and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations, by the Office of Federal Contract Compliance Programs. Any contractor who fails to carry out such sanction and penalties shall be in violation of theses specifications and Executive Order 11246, as amended. F -7 M. The contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in Paragraph 3g of these specifications, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR Part 60 -4.8. n. The contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the Government and to keep records. Records shall at least include for each employee the name, address, telephone numbers, construction trade, union affiliation, if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice trainee, helper, or laborer), dates of changes in status, hour worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, contractors shall not be required to maintain separate records. o. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). P. The Director from time to time, shall issue goals and timetables for minority and female utilization which shall be based on appropriate work force, demographic or other relevant data and which shall cover construction projects or construction contracts performs in specific geographic areas. The goals, which shall be applicable to each construction trade, shall be published as notices in the Federal register, and shall be inserted by the contracting officers and applicants, as applicable, in the Notice required by 41 CFR 60 -4.2. Covered construction contractors performing construction work in geographical areas where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. 4. SPECIFIC EEO REQUIREMENTS. For a federally assisted construction contract in excess of $10,000, the contractor /subcontractor shall: a. Forward the following EEO certification forms to the contract awarding authority prior to contract award: Certification of Non- Segregated Facilities and Certification with Regard to the Performance of Previous Contracts or Subcontracts Subject to the Equal Opportunity Clause and the Filing Required Reports. b. Submit a notification of the subcontracts awarded to the Director, Office of Federal Contract Compliance Programs, United States Department of Labor - ESA, 200 Constitution Avenue, NW, Room C3325, Washington, D.C., 20210, within 10 working days of award of any subcontract in excess of $10,000, listing the name, address, and telephone number of the subcontractor; employer identification number; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the contract is to be performed. C. Send a notice of the contractor's commitment to equal employment opportunity to labor unions or representatives of workers prior to commencement of construction work. F -8 Display an equal employment opportunity poster in a conspicuous place available to employees and applicants for employment. e. For contracts in excess of $10,000, bind subcontractors to the Federal equal employment opportunity requirements by including the provisions of Paragraphs 1 through 3, above, in the subcontract. 5. CIVIL RIGHTS ACT OF 1964. Under Title IV of the Civil Rights Act of 1964, no person shall, on the grounds of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving Federal financial assistance. 6. SECTION 109 OF THE HOUSING AND COMMUNITY DEVELOPMENT ACT OF 1974. No person in the United States shall on the grounds of race, color, national origin, or sex be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity funded in whole or part with funds made available under this Title. 7. THE AGE DISCRIMINATION ACT OF 1975. No person in the United States shall, on the basis of age, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under, any program or activity receiving Federal financial assistance. 8. REHABILITATION ACT OF 1973. No otherwise qualified individual with handicaps in the United States shall, solely by reason of his or her handicap, be excluded from the participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving Federal financial assistance. F -9 Federal Labor Standards Provisions U.S. Department of Housing and Urban Development Office of Labor Relations Applicability The Project or Program to which the construction work covered by this contract pertains is being assisted by the United States of America and the following Federal Labor Standards Provisions are Included in this Contract pursuant to the provisions applicable to such Federal assistance. A. 1. (t) Minimum Wages. All laborers and mechanics employed or working upon the site of the work will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations Issued by the Secretary of Labor under the Copeland Act (29 CFR Part 3), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under Section I(b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of 29 CFR 5.5(a)(1)(iv); also, regular contributions made or costs incurred for more than a weekly period (but not less often than quartedy) under plans, funds, or programs, which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR 5.5(a)(4). Laborers or mechanics performing 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 employers payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under 29 CFR 5.5(a)(1)(11) and the Davis - Bacon poster (WH -1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible, place where it can be easily seen by the workers. (tt) (a) Any class of laborers or mechanics which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. HUD shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (1) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (2) The classification is utilized in the area by the construction Industry; and (3) The proposed wage rate, Including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (b) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and HUD or Its designee agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action Prwicus edition Is obsdete taken shall be sent by HUD or its designee to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, D.C. 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise HUD or its designee or will notify HUD or its designee within the 30-day period that additional time is necessary. (Approved by the Office of Management and Budget under OMB control number 1215- 0140.) (c) In the event the contractor, the laborers or mechanics to be employed in the dassification or their representatives, and HUD or its designee do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), HUD or its designee shall refer the questions, including the views of all interested parties and the recommendation of HUD or its designee, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise HUD or its designee or will notify HUD or its designee within the 30-day period that additional time is necessary. (Approved by the Office of Management and Budget under OMB Control Number 1215 0140.) (d) The wage rate (including fringe benefits where appropriate) determined pursuant to subparagraphs (1)(iixb) or (c) of this paragraph, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (iii) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (iv) If the contractor does not make payments to a trustee or other third person, the contractor may consider as 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 meL 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. (Approved by the Office of Management and Budget under OMB Control Number 1215- 0140.) 2. Withholding. HUD or its designee shall upon its own action or upon written request of an authorized representative of the Deparbnent of Labor withhold or cause to be withheld from the contractor under this contract or any other Federal contract with the same prime contractor, or any other Federally- assisted contract subject to Davis -Bacon prevailing wage requirements, which is held by the same prime contractor so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee or helper, employed or working on the site of the work, all or part of the wages required by the contract, HUD or its designee may, after written notice to the contractor, sponsor, applicant, or owner, take such action as form HUD4010 (07/2003) ref. Handbook 1344.1 F -10 may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. HUD or its designee may, after written notice to the contractor, disburse such amounts withheld for and on account of the contractor or subcontractor to the respective employees to whom they are due. The Comptroller General shall make such disbursements in the case of direct Davis - Bacon Act contracts. 3. (1) Payrolls and basic records. Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in Section I(b)(2)(B) of the Davis -bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5 (a)(1 )(iv) that the wages of any laborer or mechanic include 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 shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (Approved by the Office of Management and Budget under OMB Control Numbers 1215 -0140 and 1215- 0017.) (it) (a) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to HUD or its designee if the agency is a party to the contract, but if the agency is not such a party, the contractor will submit the payrolls to the applicant sponsor, or owner, as the case may be, for transmission to HUD or its designee. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i). This information may be submitted in any form desired. Optional Form WH -347 is available for this purpose and may be purchased from the Superintendent of Documents (Federal Stock Number 029 -005 - 000141), U.S. Government Printing Office, Washington, DC 20402. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. (Approved by the Office of Management and Budget under OMB Control Number 1215- 0149.) (b) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (1) That the payroll for the payroll period contains the information required to be maintained under 29 CFR 5.5 (a)(3)(i) and that such information is cored and complete; (2) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in 29 CFR Part 3; (3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (c) The weekly submission of a property 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 subparagraph A.3.(ii)(b). (d) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under Section 1001 of Title 18 and Section 231 of Title 31 of the United States Code. (iii) The contractor or subcontractor shall make the records required under subparagraph A.3.(i) available for inspection, copying, or transcription by authorized representatives of HUD or its designee or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, HUD or its designee may, after written notice to the contractor, sponsor, applicant or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. 4. Apprentices and Trainees. (f) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship Training, Employer and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Office of Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the dassification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. 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 journeymen hourly rate specfied In the applicable wage determination. Apprentices shall be paid fringe Previous e0i0on is obselele firm HUD.40f0 (072003) ref. Hanmook 1344.1 F -11 benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (if) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman 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 fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. 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 determination for the work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (iit) Equal employment opportunity. The utilization of apprentices, trainees and journeymen under 29 CFR Part 5 shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR Part 30. 5. Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR Part 3 which are incorporated by reference in this contract S. Subcontracts. The contractor or subcontractor will insert In any subcontracts the clauses contained in subparagraphs 1 through 11 of this paragraph A and such other clauses as HUD or Its designee may by appropriate Instructions require, and a copy of the applicable prevailing wage decision, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract dauses in this paragraph. 7. Contract termination; debarment. A breach of the contract clauses In 29 CFR 5.5 may be grounds for termination of the Previous sc ilion is obsolete contract and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. 8. Compliance with Davis -Bacon and Related Act Requirements. All rulings and interpretations of the Davis -Bacon and Related Acts contained in 29 CFR Parts 1, 3, and 5 are herein incorporated by reference in this contract 9. Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth In 29 CFR Parts 5, 6, and 7. Disputes within the meaning of this clause Include disputes between the contractor (or any of its subcontractors) and HUD or its designee, the U.S. Department of Labor, or the employees or their representatives. 10. (t) Certfication of Eligibility. By entering into this contract the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firth ineligible to be awarded Government contracts by virtue of Section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1) or to be awarded HUD contracts or participate in HUD programs pursuant to 24 CFR Part 24. (it) No part of this contract shall be subcontracted to any person or firm Ineligible for award of a Government contract by virtue of Section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1) or to be awarded HUD contracts or participate In HUD programs pursuant to 24 CFR Part 24. (iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. Additionally, U.S. Criminal Code, Section 1 01 0, Title 18, U.S.C., "Federal Housing Administration transactions', provides in part: "Whoever, for the purpose of ... influencing in any way the action of such Administration..... makes, utters or publishes any statement knowing the same to be false..... shall be fined not more than $5,000 or imprisoned not more than two years, or both." 11. Complaints, Proceedings, or Testimony by Employees. No laborer or mechanic to whom the wage, salary, or other labor standards provisions of this Contract are applicable shall be discharged or in any other manner discriminated against by the Contractor or any subcontractor because such employee has filed any complaint or instituted or caused to be instituted any proceeding or has testified or is about to testify in any proceeding under or relating to the labor standards applicable under this Contract to his employer. B. Contract Work Hours and Safety Standards Act. The provisions of this paragraph B are applicable only where the amount of the prime contract exceeds $100,000. As used in this paragraph, the terms 'laborers" and 'mechanics" include watchmen and guards. (1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek In which he or she is employed on such work to work in excess of 40 hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of 40 hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in subparagraph (1) of this paragraph, the contractor and any F -12 fomf HUDiDiD (0712003) ref. Handbook 1344.1 subcontractor responsible therefore shall be liable for the unpaid wages. 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 territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each Individual laborer or mechanic, including watchmen and guards, employed in violation of the cause set forth in subparagraph (1) of this paragraph, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of 40 hours without payment of the overtime wages required by the clause set forth in sub paragraph (1) of this paragraph. (3) Withholding for unpaid wages and liquidated damages. HUD or its designee shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contract, or any other Federally - assisted contract subject to the Contract Work Hours and Safety Standards Act which is held by the same prime contractor such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in subparagraph (2) of this paragraph. ftADUS e0140D IS ObSdeW (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set firth in subparagraph (1) through (4) of this paragraph and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in subparagraphs (1) through (4) of this paragraph. C. Health and Safety. The provisions of this paragraph C are applicable only where the amount of the prime contract exceeds $100,000. (1) No laborer or mechanic shall be required to work In surroundings or under working conditions which are unsanitary, hazardous, or dangerous to his health and safety as determined under construction safety and health standards promulgated by the Secretary of Labor by regulation. (2) The Contractor shall comply with all regulations issued by the Secretary of Labor pursuant to Title 29 Part 1926 and failure to comply may result in imposition of sanctions pursuant to the Contract Work Hours and Safety Standards Act, 40 USC 3701 at seq. (3) The Contractor shall include the provisions of this paragraph in every subcontract so that such provisions will be binding on each subcontractor. The Contractor shall take such action with respect to any subcontract as the Secretary of Housing and Urban Development or the Secretary of Labor shall direct as a means of enforcing such provisions. F -13 roan HUD-4010 (0712003) ref. Handbwk 1340.1 SECTION 3 CLAUSE Section 3 Clause. All Section 3 covered contracts shall include the following clause (referred to as the Section 3 Clause). a. The work to be performed under this contract is subject to the requirements of Section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701u (Section 3). The purpose of Section 3 is to ensure that employee and other economic opportunities generated by HUD assistance or HUD assisted projects covered by Section 3, shall, to the greatest extent feasible, to be directed to low- and very low- income persons, particularly persons who are recipients of HUD assistance for housing. b. The parties to this contract agree to comply with HUD's regulations in 24 CFR Part 135, which implement Section 3. As evidenced by their execution of this contract, the parties to this contract certify that they are under no contractual or other impediment that would prevent them from complying with the Part 135 regulations. c. The contractor agrees to send to each labor organization or representative of workers with which the contractor has a collective bargaining agreement or other outstanding, if any, a notice advising the labor organization or workers' representative of the contractor's commitments under this Section 3 Clause, and will post copies of the notice in conspicuous places at the work site where both employees and applicants for training and employment positions can see the notice. The notice shall describe the Section 3 preference, shall set forth the minimum number and job titles subject to hire, availability of apprenticeship and training positions, the qualifications for each; and the name and location of the person(s) taking applications for each of the positions; and the anticipated date the work shall begin. The contractor agrees to include this Section 3 Clause in every subcontract subject to compliance with regulations in 24 CFR Part 135, and agrees to take appropriate action, as provided in an applicable provision of the subcontract or in this Section 3 Clause, upon a finding that the subcontractor is in violation of the regulations in 24 CFR Part 135. The contractor will not subcontract with any subcontractors where the contractor has notice or knowledge that the subcontractor has been found in violation of the regulations in the 24 CFR Part 135. e. The contractor will certify that any vacant employment positions, including training positions, that are filled (1) after the contractor is selected but before the contract is executed, and (2) with persons other than those to whom the regulations of 24 CFR Part 135 require employment opportunities to be directed, were not filled to circumvent the contractor's obligations under 24 CFR Part 135. Noncompliance with HUD's regulations in 24 CFR Part 135 may result in sanctions, termination of this contract for default, and debarment or suspension from future HUD assisted contracts. g. With respect to work performed in connection with Section 3 covered Indian housing assistance, Section 7 (b) of the Indian Self- Determination and Education Assistance Act (25 U.S.C. 450e) also applies to the work to be performed under this contract. Section 7 (b) requires that to the greatest extent feasible (i) preference and opportunities for training and employment shall be given to Indians, and (ii) preference in the award of contracts and subcontracts shall be given to Indian organizations and Indian -owned Economic Enterprises. Parties to this contract that are subject to the provisions of Section 3 and Section 7 (b) agree to comply with Section 3 to the maximum extent feasible, but not in derogation of compliance with Section 7 (b). F -14 CONTRACTING WITH SMALL AND MINORITY FIRMS, WOMEN'S BUSINESS ENTERPRISE, AND LABOR SURPLUS AREA FIRMS (Applicable to federally assisted construction contracts and related subcontracts) It is national policy to award a fair share of contracts to small and minority business firms. Accordingly, affirmative steps must be taken to assure that small and minority business are utilized when possible as sources of supplies equipment, construction and services. Affirmative steps shall include the following: a. Including qualified small and minority businesses on solicitation lists b. Assuring that small and minority businesses are solicited whenever they are potential sources. C. When economically feasible, dividing total requirements into smaller tasks or quantities so as to permit maximum small and minority business participation. d. Where the requirement permits, establishing delivery schedules which will encourage participation by small and minority businesses. e. Using the services and assistance of the Small Businesses Administration and the Minority Business Development Agency of the Department of Commerce as required. f. If any subcontracts are to be let, requiring the prime contractor to take the affirmative steps in 1a through 1e above. 2. Grantees shall take similar appropriate affirmative action in support of women's business enterprises. 3. Grantees are encouraged to procure goods and services from labor surplus areas. F -15 COMPLIANCE WITH CLEAN AIR AND WATER ACTS (Applicable to federally assisted construction contracts and related subcontracts exceeding $100,000) During the performance of this contract, the contractor and all the subcontractors shall comply with the requirements of the Clean Air Act, as amended, 42 USC 1857 et seq., the Federal Water Pollution Control Act, as amended, 33 USC 1251 et seq., and the regulations of the Environmental Protection Agency with respect thereto, at 40 CFR Part 15, as amended. In addition to the forgoing requirements, all nonexempt contractors and subcontractors shall furnish to the owner, the following: A stipulation by the contractor or subcontractors, that any facility to be utilized in the performance of any nonexempt contract or subcontract, is not listed on the List of Violating Facilities issued by the Environmental Protection Agency (EPA) pursuant to 40 CFR 15.20. 2. Agreement by the contractor to comply with all the requirements of Section 114 of the Clean Air Act, as amended, (42 USC 1857c -8) and Section 308 of the Federal Water Pollution Control Act, as amended, (33 USC 1318) related to inspection, monitoring, entry, reports and information, as well as all other requirements specified in said Section 114 and Section 308, and all other regulations and guidelines issued thereunder. 3. A stipulation that as a condition for the award of the contract, prompt notice will be given of any notification received from the Director, Office of Federal Activities, EPA, indicating that a facility utilized, or to be utilized for the contract, is under consideration to be listed on the EPA List of Violating Facilities. 4. Agreement by the contractor that he will include the criteria and requirements in paragraph (1) through (4) of this section in every nonexempt subcontract and requiring that the contractor will take such action as the government may direct as a means of enforcing such provisions. F -16 CERTIFICATION OF NONSEGREGATED FACILITIES Federally Assisted Projects The federally assisted construction contractor certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The federally assisted construction contractor certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The federally assisted construction contractor agrees that a breach of this certification is a violation of the Equal Opportunity clause in this contract. As used in this certification, the term °segregated facilities means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, timeclocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, weed, color, or national origin, because of habit, local custom, or otherwise. The federally assisted construction contractor agrees that (except where he has obtained identical certifications from proposed subcontractors for specific time periods) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that he will retain such certifications in his files. NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. Dates ,123 ,18; F -17 Business Name: Business Address: Telephone Number: SECTION 3 BUSINESS CERTIFICATION FORM Contract/Bid Amount: $ The above mentioned business firm is a Section 3 business concern based on the following qualifications: 1. ❑ 51 -percent owned by Section 3 Residents (Submit Resident Certifications with this business certification form), or 2. ❑ At least 30 -percent Permanent, full-time employees are Section 3 Residents Total Number of all full-time employees , Number of Section 3 qualified Employees (Submit the Resident Certification form(s) with this Business Certification form), or 3. Written Commitment (Section 3 Economic Opportunity Plan), outline intentions to: Hire Section 3 qualified residents at least 30 -percent aggregate new hire positions, and/or Subcontract 25 -percent or more of the contract amount to Section 3 qualified business concerns. Specify racial and ethnic of business ownership: RACIAL BACKGROUND: Mark an "X" below, next to the category that best describes your origin SINGLE CATAGORIES DOUBLE CATEGORIES ❑ American Indian/Alaska Native ❑ American Indian or Alaska Native AND White ❑ Asian ❑ Asian AND White ❑ Black/African American ❑ Black or African American AND White ❑ Native Hawaiian/Other Pacific Islander ❑ American Indian or Alaska Native AND Black or African American ❑ White ❑ Other — for individuals not identified above. ETHNIC BACKGROUND: Mark an "X" below, next to the category that best describes your ethnicity ❑ Hispanic/Latino ❑ Not Hispanic/Latino THE UNDERSIGNS L RES THAT THE ABOVE INFORMATION IS COMPLETE AND CORRECT Signature of erqrih& a Date Business Name License Number F-33 CERTIFICATION WITH REGARD TO THE PERFORMANCE OF PREVIOUS CONTRACTS OR SUBCONTRACTS SUBJECT TO THE EQUAL OPPORTUNITY CLAUSE AND THE FILING OF REQUIRED REPORTS The bidder x proposed subcontractor , hereby certifies that he has_, has not participated in a previous contract or subcontract subject to the equal opportunity clause, as required by Executive Orders 10925, 11114, or 11246, and that he has I , has not , filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity,, all reports due under the applicable filing requirements. p Date: 7S QS ProjecttNumbber.. N Contract Award:$ b� 50 . to � Awarding Agency: N Nit Vadit Contractor Name: %' S• Affiliate Company: By: Total Number of Employees: Title: T rp-50 I t t NOTE: The above c4rtification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60- 1.Z(b) (1)), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60 -1.5. (Generally only contracts or subcontracts of $10,000 or under are exempt.) Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60- 1.7(b) (1) prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period or such other period specified by the U.S. Department of the Interior or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. SF -100 (EEO -1) must be filed by: (A) All private employers who are; (1) Subject to Title VII of the Civil Rights Act of 1964 (as amended) with 100 or more employees. (2) Subject to Title VII who has fewer than 100 employees, if the company is owner or affiliated with another company, or there is centralized ownership, control or management so that the group legally constitutes a single enterprise, and the entire enterprise employs a total of 100 or more employees. (B) All federal contractors (private employers), who: (1) Are not exempt as provided for by 41 CFR 60 -1.5 (2) Have 50 or more employees, and a. Are prime contractors or first -tier subcontractor, and have a contract, subcontract, or purchase order amounting to $50,000 or more; or b. Serve as a depository of Government funds in any amount, or c. Is a financial institution, which is an issuing, and paying agent for U.S. Savings Bonds and Notes F -18 CONTRACTORS NOTIFICATION OF SUBCONTRACTS AWARDED CONTRACT NUMBER: 3I PROJECTAREA: DATE: 11 /23/05 PROJECT TITLE: 20 6 -20W s;dewad-, CURD t 60tt2R 12e imewnt 0mrarn SUBCONTRACTOR'S NAME, ADDRESS AND TELEPHONE NUMBER EMPLOYER IDENTIFICATION NUMBER CONTRACT AMOUNT ESTIMATED STARTING DATE ESTIMATED COMPLETION DATE CRAFTS TO BE USED Nn NOTE: INFORMATION TO BE PROVIDED BY CONTRACTOR WITHIN 10 WORKING DAYS SUBCONTRACTORS, INFORMATION TO BE PROVIDED FOR ALL SUB( CS LBC412 C0N-T nrR TT0N TNrr Contractor 13263 YORBA AVE, CHINO, CA 91710 Contractor's Address F -19 GREGG STRUMP'F — PRESIDENT Name and Title To: NOTICE OF EQUAL EMPLOYMENT OPPORTUNITY 318q �2.005 -oto sidewalk Cul2b � Eu-t�er' Project Number and Title Worker's Representative, etc. The undersigned currently holds a contract with the involving Community Development Block Grant funds from the U.S. Department of Housing and Urban Development or a subcontract with a prime contractor holding such contract. You are advised that under the provisions of the above contract or subcontract and in accordance with Executive Order 11246, the undersigned is obliged not to discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. This obligation not to discriminate in employment includes, but is not limited to, the following: HIRING, PLACEMENT, UPGRADING, TRANSFER, OR DEMOTION; RECRUITMENT, ADVERTISING, OR SOLICITATION FOR EMPLOYMENT; TREATMENT DURING EMPLOYMENT; RATES OF PAY OR OTHER FORMS OF COMPENSATION; SELECTION FOR TRAINING, INCLUDING APPRENTICESHIP; LAYOFF OR TERMINATION. This notice is furnished you pursuant to the provisions of the above contract or subcontract and Executive Order 11246. Copies of this notice will be posted by the undersigned in conspicuous places available to employees or applicants for employment. CS LEGACY CONSTRUCTION, INC. Name of Contractor 11/23/05 Date F -20 CERTIFICATION FOR APPLICABLE FRINGE BENEFIT PAYMENTS Project Name Awarding Agency Location: Project Number. Work Classification HOURLY FRINGE BENEFITS PROVIDED Name, Address, and Telephone Number of the Approved Plan, Fund, or Program Health & Wefare $ Pension $ Vacation $ Apprenticeship/Training $ Other (explain) $ TOTAL HOURLY FRINGE $ Health & Welfare $ Pension $ Vacation $ Apprenticeshipri'mining $ Other (explain) $ TOTAL HOURLY FRINGE $ Health & Welfare $ Pension $ Vacation $ Apprenticeshiprrreining $ Other (explain) $ TOTAL HOURLY FRINGE $ Health & Welfare $ Pension $ Vacation $ ApprenticeshipTralning $ Other (explain) $ TOTAL HOURLY FRINGE $ Health & Welfare $ Pension $ Vacation $ Apprentiowhiprrmining $ Other (explain) $ TOTAL HOURLY FRINGE $ I certify under penalty of perjury that: ❑ I make payments to approved fringe benefit plans, funds, or programs as listed above. OR ❑ I DO NOT make payments to approved fringe benefit plans, funds, or programs. Benefits are added to hourly rates and paid to employees weekly. (Print Company Name) Contractor License Number: Date: F -21 U.S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT Los Angeles Area Office, Region IX 1615 West Olympic Boulevard Los Angeles, California 90015 -3801 CERTIFICATION OF UNDERSTANDING AND AUTHORIZATION PROJECT NUMBER: This is to certify that the principals, and the authorized payroll officer, below, have read and . understand the Minutes of the Pre - construction Conference and the labor standards clauses pertaining to the subject project. The following person(s) is designated as the payroll officer for the undersigned and is authorized to sign the Statement of Compliance which will accompany our weekly certified payroll reports for this project: In A0,%4,U4 Payroll Officer (Na ) k rw�% Payroll O icer ( igna ure) (Title) (Date) Contractor /Subcontractor License No. F -22 FEDERAL LOBBYIST REQUIREMENTS CERTIFICATION Name of Firm: CS LEGACY CONSTRUCTION, INC. � -1XVIOVIT.W.710mg ► State: CA Date: 11/23/05 Zip Code: 91710 phone Number. ( 909 ) con 2r&-�r Acting on behalf of the above named firm, as its Authorized Official, I make the following Certification to the Department of Housing and Urban Development (HUD). No Federal appropriated funds have been paid, by or on behalf of the above named firm to any person for influencing or attempting to influence an officer or employee of any 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 and Federal grant, loan or cooperative agreement, and any extension, continuation, renewal, amendment, or modification thereof, and; 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee or an 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, grant loan, or cooperative agreement, the above named firm shall complete and submit Standard Form -LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions, and; 3. The above named firm shall require that the language of this certification be included in the award documents for all sub - awards at all tiers (including subcontracts, sub - grants, and contracts under grants, loans, and cooperative agreement) and that all sub - recipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into the transaction imposed by Section 1352 Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. Authorized Official: Name: Signatt F -23 Title: Re51d * Date: I 1 11 ?-?), 5 cdiumi. OEM °m°~ " PUBLIC WORKS PAYROLL REPORTING FORM L:Malnel ReW i°v Pog�°r NAMEOFCDIeTRAGTOR: CONTRM R'SLWC ENO.: ApDRESS. ORSIIRCQMRACFOR: SPECIALTYLICENSENO: PAYROILNO.: FOR WEFX FNDP t. 6615- WBUPED CFAT6ICATIONNO: AtOJECf OR CtlM6ACIN0: pl DAY I5) (6) V/OIIXER'S COMPPNSATION POLICY NO' PAOIECf nNU LIGATION: (11 ('-1 � r>1 M T W TH F 5 V IIOUIIS HOURLY RATE OF PAY n) � FJJtN�FD�T IB) I)EpIR'IWNS. COMRIBUIKKIBAND PAYMENR (9J DAR NM16 AIX1RFSi MDSOCW.A.CURIIY TTMHFA(5 f'.NPIAYCF 41 3 Rl(ttnH36GATION yp PAW FCR W F OIECK NO IIa11R.4 WORIU]) GGII UAY £ 4 FEO. FWA STATE SN VAV H65LTH .E .N THIS ALL TAX ISCC.6En TAX HOLWAY @ WE1F PROIFLT PRIYPCIS 3 "INA WO. 1'VNU DUES l'RAV/ S/.VMGS OTHER' THIS n 1. 110.WAY PROIECI C PROIE<TS ]D�W FIMD STATE SN VAG HEALTH T116 PROIECF .W. PROIECFB TA% ISCC. SECT TA% NCIWAY @WEIF. ' 8 TPAWO. FL DL. TRAY/ SAVWCS OTIY]t• TOTAL ADNW SUB3. OFDIIG T IDNS TH6 PROIECF ALL PROTECTS FFA TAX FICA ISCC SCCI 6TAl£ TA% SDI VMJ Hq.WAY HEALTH @WEIF. PENSIGI TRA1111 I'INU 1110:3 "fN.1V1 SAVW['i: OM M- TOTAL AONIV "I'll. DU= TV)NS O F— AI I11I, -J -0O) CEMI}11JXIIONMUS 6ECOMPLLIEU 09VERT WG u+ye Eewmmnel:mnmw Mnpn WYliHJ. Vee v'Yn rSml(alifnavwey ISw nmz aNe) SOI•SIATG UISARLLfry t\SLRANCE F -24 INSTRUCTIONS FOR COMPLETING PAYROLL FORM General: The use of this payroll form is not mandatory. This form has been made available for the convenience of contractors and subcontractors required by their Federal or Federally -aided construction -type contracts and subcontracts to submit weekly payrolls. Properly filled out, this form will satisfy the requirements of Regulations, Parts 3 and 5 (29 CFR, Subtitle A), as to payrolls submitted in connection with contracts subject to the Davis -Bacon and related Acts. This form meets needs resulting from the amendment of Davis -Bacon Act to include fringe benefits provisions. Under this amended law, the contractor is required to pay not less than fringe benefits as predetermined by the Department of Labor, in addition to payment of not less than the predetermined rates. The contractor's obligation to pay fringe benefits may be met either by payment of the fringes to the various plans, funds or programs or by making these payments to the employees as cash in lieu of fringes. This payroll provides for the contractor's showing on the face of the payroll all monies to the employees, whether as basic rates or as cash in lieu of fringes and provides for the contractor's representation in the statement of compliance on the rear of the payroll that he is paying to other fringes required by the contract and not paid as cash in lieu of fringes. Detailed instructions concerning the preparation of the payroll follow: Contractor or Subcontractor: Fill in your firm's name and check appropriate box. Address: Fill in your firm's address. Column 1 - Name, Address, and Social Security Number of Employee: The employee's full name and Social Security Number must be shown on each weekly payroll submitted. The employee's address must also be shown on the payroll covering the first week in which the employee works on the project. The address need not be shown on subsequent weekly payrolls unless the address changes. Column 2 - Withholding Exemptions: This column is merely inserted for the employer's convenience and is not a requirement of Regulations, Part 3 and 5. Column 3 - Work Classifications: List classification descriptive of work actually performed by employees. Consult classification and minimum wage schedule set forth in contract specifications. If additional classifications are deemed necessary, see Contracting Officer or Agency representative. Employee may be shown as having worked in more than one classification provided accurate breakdown or hours so worked is maintained and shown on submitted payroll by use of separate entries. Column 4 - Hours worked: On all contracts subject to the Contract Work Hours Standard Act enter as overtime hours worked in excess of 8 hours per day and 40 hours a week. Column 5 - Total: Self - explanatory Column 6 - Rate of Pay, including Fringe Benefits: In straight time box, list actual hourly rate paid the employee for straight time worked plus in cash in lieu of fringes paid the employee. When recording the straight time hourly rate, any cash paid in lieu of fringes may be shown separately from the basic rate, thus $3.25/.40. This is of assistance in correctly computing overtime. See "Fringe Benefits" below. In overtime box shown overtime hourly rate paid, plus any cash in lieu of fringes paid the employee. See "Fringe Benefits" below. Payment of not less than time and one -half the basic or regular rate paid is required for overtime under the Contract Work Hours Standard Act of 1962. In addition to paying no less than the predetermined rate for the classification which the F -25 employee works, the contractor shall pay to approved plans, funds or programs or shall pay as cash in lieu of fringes amounts predetermined as fringe benefits in the wage decision made part of the contract. See "FRINGE BENEFITS" below. FRINGE BENEFITS - Contractors who pay all required fringe benefits: A contractor who pays fringe benefits to approved plans, funds, or programs in amounts not less than were determined in the applicable wage decision of the Secretary of labor shall continue to show on the face of the payroll the basic cash hourly rate and overtime rate paid to his employees just as he has always done. Such a contractor shall check paragraph 4(a) of the statement on the reverse of the payroll to indicate that he is also paying to approved plans, funds or programs not less than the amount predetermined as fringe benefits for each craft. Any exceptions shall be noted in section 4(c). Contractors who pay no fringe benefits: A contractor who pays no fringe benefits shall pay to the employee, and insert in the straight time hourly rate column of the payroll, an amount not less than the predetermined rate for each classification plus the amount of fringe benefits determined for each classification in the applicable wage decision. Inasmuch as it is not necessary to pay time and a half on cash paid in lieu of fringes, the overtime rate shall be not less than the sum of the basic predetermined rate, plus the half time premium on basic or regular rate, plus the required cash in lieu of fringes at the straight time rate. In addition, the contractor shall check paragraph 4(b) of the statement on the reverse of the payroll to indicate that he is paying fringe benefits in cash directly to his employees. Any exceptions shall be noted in Section 4(c). Use of Section 4(c), Exceptions Any contractor who is making payment to approved plans, funds, or programs in amounts less than the wage determination requires is obliged to pay the deficiency directly to the employees as cash in lieu of fringes. Any exceptions to Section 4(a) or 4(b), whichever the contractor may check, shall be entered in section 4(c). Enter in the Exception column the craft, and enter in the Explanation column the hourly amount paid the employee as cash in lieu of fringes and the hourly amount paid to plans, funds, or programs as fringes. The contractor shall pay, and shall show that he is paying to each such employee for all hours (unless otherwise provided by applicable determination) worked on Federal or Federally assisted project an amount not less than the predetermined rate plus cash in lieu of fringes as shown in Section 4(c). The rate paid and amount of cash paid in lieu of fringe benefits per hour should be entered in column 6 on the payroll. See paragraph on "Contractors who pay no fringe benefits" for computation of overtime rate. Column 7 - Gross Amount Earned: Enter gross amount earned on this project. If part of the employees' weekly wage was earned on projects other than the project described on this payroll, enter in column 7 first the amount earned on the Federal or Federally assisted project and then the gross amount earned during the week on all projects, thus $63.00/$120.00. Column 8 - Deductions: Five columns are provided for showing deductions made. If more than five deduction should be involved, use first 4 columns; show the balance deductions under "Other" column; show actual total under 'Total Deductions" column: and in the attachment to the payroll describe the deduction contained in the "Other" column. All deductions must be in accordance with the provisions of the Copeland Act Regulations, 29 CFR, Part 3. If the employee worked on other jobs in addition to this project, show actual deductions from his weekly gross wage, but indicate that deductions are based on his gross wages. Column 9 - Net Wages Paid for Week: Self - explanatory Totals - Space has been left at the bottom of the columns so that totals may be shown if the contractor so desires. Statement Required by Regulations, Parts 3 and 5: While this form need not be notarized, the statement on the back of the payroll is subject to the penalties provided by 18 USV 1001, namely, F -26 possible imprisonment of 5 years or $10,000.00 fine or both. Accordingly, the party signing this statement should have knowledge of the facts represented as true. Space has been provided between item (1) and (2) of the statement for describing any deductions made. If all deductions made are adequately described in the "Deductions" column above, state "See Deductions column in this payroll." See paragraph entitled "FRINGE BENEFITS" above for instructions concerning filling out paragraph 4 of the statement. F -27 U.S. Department of Labor Wage and Hour Division STATEMENT OF COMPLIANCE Date Form Approved Budget Bureau No. 44-R1093 Payroll No. I, 1 do hereby state: (Name cfsignatory party) (Title) (1) That I pay or supervise the payment of the persons employed by (Contractor or Subcoutractor) on the , that during the payroll period (Project Tide/Ucation) commencing on the day of , 20 and ending the day of 20_, all persons employed on said project have been paid the full weekly wages earned that no rebates have been or will be made either directly or indirectly to or on behalf on said from (Coatractor m Subconbactor) the full weekly wages earned by any person and that no deductions have been made either directly or indirectly from the full wages earned by any person, other than permissible deductions as defined in Regulations, Part 3 (29 CFR Subtitle A), issued by the Secretary of Labor under the Copeland Act, as Amended (48 Stat. 948, 63 Star. 108, 72 Star. 967; 76 Stat. 357; 40 U.S.C. 276c), and described below: (2) That any payrolls otherwise under this contract required to be submitted for the above period are correct and complete; that the wage rates for laborers or mechanics contained therein are not less than the applicable wage rates contained in any wage determination incorporated into the contract; that the classifications set forth therein for each laborer conform with the work he performed. (3) That any apprentices employed in the above period are duly registered in a bona fide apprenticeship program registered with a State apprenticeship agency recognized by the Bureau of Apprenticeship and Training, United States Department of Labor, or if no such recognized agency exists in a State, are registered with the Bureau of Apprenticeship and Training, United State Department of Labor. (4) That: (a) WHERE FRINGE BENEFITS ARE PAID TO APPROVED PLANS, FUNDS, OR PROGRAMS O In addition to the basic hourly wage rates paid to each laborer or mechanic listed in the above referenced payroll, payments of fringe benefits as listed in the contract have been or will be made to appropriate programs for the benefit of such employees, except as noted Section 4(c) below. (b) WHERE FRINGE BENEFITS ARE PAID IN CASH O Each Laborer or mechanic listed in the above referenced payroll has been paid as indicated on the payroll, an amount not less than the sum of the applicable basic hourly wage rate plus the amount of the required fringe benefits as listed in the contract, except as noted in section 4(c) below. (c) EXCEPTIONS roan can -sae (1/06) rurcMVse ttas torm duccuy tram the Supt ofcccmnents F -28 EXCEPTIONS (CRAFT) EXPLANATION Remarks Name and Title r Si afore The villfid falsification of a 31 ofthe Uvited States code. f the above sleraenJ may subject the conUltor cr subcontmcmr to civil or crimm pmsemti sectica 1001 of title la and section 231 oftitle roan can -sae (1/06) rurcMVse ttas torm duccuy tram the Supt ofcccmnents F -28 INSTRUCTIONS FOR PREPARATION OF STATEMENT OF COMPLIANCE This statement of compliance meets needs resulting from the amendment of the Davis -Bacon Act to include fringe benefits provisions. Under this amended law, the contractor is required to pay fringe benefits as predetermined by the Department of Labor, in addition to payment of the minimum rates. The contractor's obligation to pay fringe benefits may be met by payment of the fringes to the various plans, funds, or programs or by making these payments to the employees as cash in lieu of fringes. The contractor should show on the face of his payroll all monies paid to the employees whether as basic rates or as cash in lieu of fringes. The contractor shall represent in the statement of compliance that he is paving to others fringes required by the contract and not paid as cash in lieu of fringes. Detailed instructions follow: Contractors who pay all required fringe benefits: A contractor who pays fringe benefits to approved plans, funds, or programs in amounts not less than were determined in the applicable wage decision of the Secretary of Labor shall continue to show on the face of his payroll the basic cash hourly rate and overtime rate paid to his employees, just as he has always done. Such a contractor shall check paragraph 4(a) of the statement to indicate that he is also paying to approved plans, funds, or programs not less than the amount predetermined as fringe benefits for each craft. Any exception shall be noted in Section 4(c). Contractors who pay no fringe benefits: A contractor who pays no fringe benefits shall pay to the employee and insert in the straight time hourly rate column of his payroll an amount not less than the predetermined rate for each classification plus the amount of the fringe benefits determined for each classification in the applicable wage decision. Inasmuch as it is not necessary to pay time and a half on rash paid in lieu of fringes, the overtime rate shall be not less than the sum of the basic predetermined rate, plus the half time premium on the basic or regular rate plus the required cash in lieu of fringes at the straight time rate. To simplify computation of overtime, it is suggested that the straight time basic rate and cash in lieu of fringes be separately stated in the hourly rate column, thus $3.251.40. In addition, the contractor shall check paragraph 4(b) of the statement to indicate that he is paying fringe benefits in cash directly to his employees. Any exceptions shall be noted in Section 4(c). Use of Section 4(c), Exceptions: Any contractor who is making payment to approved plans, funds, or programs in amounts less than the wage determination requires is obliged to pay the deficiency directly to the employees as cash in lieu of fringes. Any exceptions to Section 4(a) or 4(b), whichever the contractor may check, shall be entered in Section 4(c). Enter in the Exception column the craft, and enter in the Explanation column the hourly amount paid the employees as cash in lieu of fringes, and the hourly amount paid to plans, funds, or programs as fringes. F -29 SECTION 3 ECONOMIC OPPORTUNITY PLAN 1. Name and Address of Reporting Entity (Recipient, Sub - recipient, Contractor, Subcontractor) 2. Federal Identification: (Contract/Award No.) 3. Dollar Amount of Award: 4. Contact Person: 5. Phone: (include Area Code) 6. Reporting Period: T Date Report Submitted 8. Program Code: (Use a separate sheet for each Program Code) Program Codes 1. Flexible Subsidy 2. Section 202/811 3. PublirAndian Housing Development, Operation and Modernimlion 4. Homeless Assistance 5, HOME 6. HOME -State Administered 7. CDBG— Entitlement S. CDBG- State Administered 9. Other CO Programs 10. Other Housing Programs Part I: Emplovment and Trainina Commitment JOB CLASSIFICATION TOTAL NEW HIRES SECTION 3 NEW HIRES % OF AGGREGATE HIRES WHO ARE SECTION 3 HIRES CODE(S) RACIAL ETHNIC Professionals: Technicians: Office /Clerical: Trade: Trade: Trade: Trade: Total: Part II: Contract Award Commitment to Section 3 Businesses (subcontractors, suppliers, vendors, orserrlce Providers) NAME OF SECTION 3 BUSINESS CONCERN SPECIFY CONSTRUCTION OR NONCONSTRUCTION CONTRACT CONTRACT AMOUNT CODE(S) RACIAL ETHNIC 1. American Indian/Alaska Native 2. Asian 3. Black/African American 4. Native Hawaiian /Other Pacific Islander 5. White S. American Indian or Alaska Native AND White T. Asian AND White 8. Black or African American AND White 9. American Indian or Alaska Native AND Black or African American 10. Other— for individuals not identified above. F -30 SECTION 3 ECONOMIC OPPORTUNITY PLAN 1. Name and Address of Reporting Entity (Recipient, Sub - recipient, Contractor, Subcontractor) C•5, LQ/AGIi Col'1S coq, IPr' iilt 1 132.(03 `` ,,t Yvan '(�KM� 13 vim' Minot U4 p1mo 2. Federal Identification: (Contract/Award No.) r— 3. Dollar Amount of Award: 4. Contact Person: £'r P ne: Indude Area Code) 8. RepoWg Period: -� 7. Date Report Submitted l 8. Program Code: (Use a separate sheet for each Program Code) Program Codes 1. Flexile Subsidy 2. Section 2021811 3. Publitllnd'ran Housing Development, Operation and Modemimbon 4. Homeless Assistance 5. HOME e. HOME - State Administered T. CDBG – Entitlement 8. CDBG - State Administered e. Other CD Programs 10. Other Housing Programs Part I! Emnlovment and Trainina Commitment JOB CLASSIFICATION TOTAL NEW HIRES SECTION3 NEW HIRES %OFAGGREGATE HIRESWHOARE SECTION 3 HIRES CODE(S) RACIAL ETHNIC Professionals: Technicians: Office /Clerical: Trade: LAbarer 0 O p Trade: ceimo)+ MAW b Q 0 Trade: Trade: Total: Part 11: Contract Award Commitment to Section 3 Businesses tsebWr oractm,eapwem. vendors. orserVICe NAME OF SECTION 3 BUSINESS CONCERN SPECIFY CONSTRUCTION OR NONCONSTRUCTION CONTRACT CONTRACT AMOUNT CODE(S) RACIAL ETHNIC �bCgnhrG{ L S RACIAL RACKGRntINnr SINGLE CATAGORIES DOUBLE CATEGORIES 1. American IndiantAlaska Native 6. American Indian or Alaska Native AND White 2. Asian 7. Asian AND White 3. Black/African American 8. Black or African American AND White 4. Native Hawaiian /Other Pacific Islander 9. American Indian or Alaska Native AND Black or African American 5. White 10. Other –for individuals not identified above. ETHNIC BACKGROUND: A. HispanlNLatino B. Not Hispanic/Latino F -30 TO: Name of Business NOTICE OF SECTION 3 COMMITMENT (Name or Labor Union, Workers Represemauve, etc. ne Project N��� ZOf�S - MW � deWJAk -, Project Number. The Undersigned currently holds a contract with involving Block Grant (CDBG) funds from the U. S. Department of Housing and Urban Development or a subcontract with a prime contractor holding such contract. You are advised that under the provisions of the above contract or subcontract and in accordance with Section 3 of the Housing and Urban Development Act of 1968, the undersigned is obligated to the greatest extent feasible, to give opportunities for employment and training to lower income residence of the CDBG- assisted project area and to award contracts for work on the project to business concerns which are located in or are owned in substantial part by project area residence. Regarding employment opportunities for Section 3, the minimum number and job titles are: Minimum Number Job Classification Vw, i)1Av,& - 5u*c(** mrOvrc IV paform -ih/z ec+ if we do w iv Kfe we VVM seep � hiiie sec-h'on 3 e. Regarding job referrals, request that consideration be given, to the greatest extent feasible, to assignment of persons residing in the service area or neighborhood in which the project is located. The anticipated date the work will begin is contact Contact Person's Name We For additional information, you may at ( This notice is furnished to you pursuant to the provisions of the above contract or subcontract and Section 3 of the Housing and Urban Development Act of 1968. Copies this notice will be posted by the undersigned in conspicuous places available to employees of appjccg4ts.for employment. Grew Sirumef - fresl'dail By: (Print N 1gmtureJ 1112��05 (Date) F -31 NOTICE OF SECTION 3 COMMITMENT TO: Name of Business (Contractor): Project Name: (Name of Labor Union, Workers Representative, etc. Project Number: The Undersigned currently holds a contract with involving Block Grant (CDBG) funds from the U. S. Department of Housing and Urban Development or a subcontract with a prime contractor holding such contract. You are advised that under the provisions of the above contract or subcontract and in accordance with Section 3 of the Housing and Urban Development Act of 1968, the undersigned is obligated to the greatest extent feasible, to give opportunities for employment and training to lower income residence of the CDBG- assisted project area and to award contracts for work on the project to business concerns which are located in or are owned in substantial part by project area residence. Regarding employment opportunities for Section 3, the minimum number and job titles are: Minimum Number Job Classification Regarding job referrals, request that consideration be given, to the greatest extent feasible, to assignment of persons residing in the service area or neighborhood in which the project is located. The anticipated date the work will begin is . For additional information, you may contact at ) contact Person's Name Title This notice is furnished to you pursuant to the provisions of the above contract or subcontract and Section 3 of the Housing and Urban Development Act of 1968. Copies of this notice will be posted by the undersigned in conspicuous places available to employees or applicants for employment. By: (Print Name) (Signature) F -31 SECTION 3 RESIDENT CERTIFICATION (2004 INCOME GUIDELINES) Resident's Name: Resident's Address: I hereby certify that I am a Section 3 resident; based on the following qualification(s): ❑ I am a Public Housing Resident (Specify Name of the Public Housing Unit): 2. ❑ I am a low- income resident of the County of Los Angeles, in which the Section 3 covered assistance is expended (Specify the Name of the Section 3 covered construction project), Check your household size, annual income level (from all sources), and Specify racial and ethnic background: ) SIZE DOUBLE CATEGORIES INCOME LEVEL ❑ 1 ❑ $20,849 or less ❑ $20,850 to $33,299 2 ❑ $23,799 or less ❑ $23,800 to $38,099 3 ❑ $26,799 or less ❑ $26,800 to $42,849 4 ❑ $29,749 or less ❑ $29,750 to $47,599 5 ❑ $32,149 or less ❑ $32,150 to $51,399 6 ❑ $34,499 or less ❑ $34,500 to $55,199 7 ❑ $36,899 or less ❑ $36,900 to $58,999 8 ❑ $39,249 or less ❑ $39,250 to $62,849 RACIAL and ETHNIC BACKGROUND: Mark an "X" below, next to the category that best describes your origin SINGLE CATAGORIES DOUBLE CATEGORIES ❑ American Indian /Alaska Native ❑ American Indian or Alaska Native AND White ❑ Asian ❑ Asian AND White ❑ Black/African American ❑ Black or African American AND White ❑ Native Hawaiian /Other Pacific Islander ❑ American Indian or Alaska Native AND Black or African American ❑ White ❑ Other - for individuals not identified above. ETHNIC BACKGROUND: Mark an "X" below, next to the category that best describes your ethnicity ❑ Hispanic/Latino ❑ Not Hispanic/Latino THE UNDERSIGNED DECLARES THAT THE ABOVE INFORMATION IS COMPLETE AND CORRECT Signature of Section 3 Resident Date To Be Completed by Employer The above named person ❑is a permanent full -time employee, or El was hired on This person's Job Classification is Name of Employer: - .. To Be.completed -by Local contracting Agency- ; Preference Category O- TargetejLService,Area 17Youlhbuild U McKinney Homeless . CPnme.Tearer.Nnn;h I7;LOw - D Very , Low Other Section 3 4o- F -32 SECTION 3 BUSINESS CERTIFICATION FORM Business Name: Business Address: Telephone Number: Contract/Bid Amount: $ The above mentioned business firm is a Section 3 business concern based on the following qualifications: 1. ❑ 51- percent owned by Section 3 Residents (Submit Resident Certifications with this business certification form), or 2. ❑ At least 30- percent Permanent, full -time employees are Section 3 Residents Total Number of all full -time employees , Number of Section 3 qualified Employees (Submit the Resident Certification form(s) with this Business Certification form), or 3. Written Commitment (Section 3 Economic Opportunity Plan), outline intentions to: Hlre Section 3 qualified residents at least 30- percent aggregate new hire positions, and /or Subcontract 25- percent or more of the contract amount to Section 3 qualified business concerns. Specify racial and ethnic of business ownership: RACIAL BACKGROUND: Mark an "X" below, next to the category that best describes your origin SINGLE CATAGORIES ❑ American Indian /Alaska Native ❑ Asian ❑ Black/African American ❑ Native Hawaiian/Other Pack Islander ❑ White DOUBLE CATEGORIES ❑ American Indian or Alaska Native AND White ❑ Asian AND White ❑ Black or African American AND White ❑ American Indian or Alaska Native AND Black or African American ❑ Other — for individuals not identified above. ETHNIC BACKGROUND: Mark an "X" below, next to the category that best describes your ethnicity ❑ Hispanic/Latino THE Signature ❑ Not Hispanic/Latino THAT THE ABOVE INFORMATION IS COMPLETE AND CORRECT Date Business Name License Number To Be Completed tiyTocalContra_ctin Agency - ' Preference Category. v Targeted Service Area! U Y-outhbuiltl ,a Other ('.oneHC Trarf Ni imhar F -33 DEFINITION OF SECTION 3 TERMS 1. Housing and Community Development Assistance means any financial assistance provided or otherwise made available through a HUD housing or community development program through any grant, loan, loan guarantee, cooperative agreement, or contract, and includes community development funds in the form of community development block grants, and loans guaranteed under Section 108 of the Housing and Community Development Act of 1974, as amended. Housing and community development assistance does not include financial assistance provided through a contract of insurance or guaranty. 2. Housing Development means low- income housing owned, developed, or operated by public housing agencies in accordance with HUD's public housing program regulations codified in 24 CFR Chapter IX. 3. HUD Youthbuild Programs means programs that receive assistance under Subtitle D of Title IV of the National Affordable Housing Act, as amended by the Housing and Community Development Act of 1992, and provide disadvantage youth with opportunities for employment, education, leadership development, and training in the construction or rehabilitation of housing for homeless individuals and members of low- and very low- income families. JTPA means the Job Training Partnership Act. 5. Metropolitan Area means a metropolitan statistical area, as established by the Office of Management and Budget. 6. Neighborhood Area means: a. For HUD housing programs, a geographical location within the jurisdiction of a unit of general local government (but not the entire jurisdiction) designated in ordinances, or other local documents as a neighborhood, village, or similar geographical designation. b. For HUD community development programs, a neighborhood is defined as: (1) A geographical location within the jurisdiction of a unit of general local government (but not the entire jurisdiction) designated in comprehensive plans, ordinances, or other local documents as a neighborhood, village, or similar geographical designation; (2) The entire jurisdiction of a unit of general local government which is under 25,000 population; or (3) A neighborhood, village, or similar geographical designation in a New Community (which term means a new community project approved by the United States Secretary of Housing and Urban Development under Title VII of the Housing and Urban Development Act of 1970 or Title IV of the Housing and Urban Development Act of 1968). 7. New Hires mean full -time employees for permanent, temporary or seasonal employment opportunities. 8. Non - metropolitan County means any county outside of a metropolitan area. 9. Recipient means any entity which receives Section 3 covered assistance, directly from HUD or from another recipient and includes, but is not limited to, any State, unit of local government, public housing authority, Indian housing authority, Indian tribe, or other public body, public or private non - profit organization, private agency or institution, mortgagor, developer, limited dividend sponsor, F -34 builder, property manager, community housing development organization, resident management corporation, resident council, or cooperative association. Recipient also includes any successor, assignee or transferee of any such entity, but does not include any ultimate beneficiary under the HUD program to which Section 3 applies and does not include contractors. 10. Section 3 Business Concern means a business concern: a. That is 51 percent or more owned by Section 3 residents; or b. Whose permanent, full -time employees included persons, at least 30 percent of whom are currently Section 3 residents, or within three years of the date of first employment with the business concern were Section 3 residents, or C. That provides evidence of a commitment to subcontract in excess of 25 percent of the dollar award of all subcontracts to be awarded to the business concerns that meet the qualifications set forth in paragraphs 10a and 10b in this definition of Section 3 business concern. 11. Section 3 Covered Assistance means: a. Public and Indian housing development assistance provided pursuant to Section 5 of the 1937 Act; b. Public and Indian housing operating assistance provided pursuant to Section 9 of the 1937 Act; C. Public and Indian housing modernization assistance provided pursuant to Section 14 of the 1937 Act; d. Assistance provided under any HUD housing or community development program that is expended for work arising in connection with: (1) Housing rehabilitation (including reduction and abatement of lead -based paint hazards, but excluding routine maintenance, repair and replacement); (2) Housing construction; or (3) Other public construction project (which includes other buildings or improvements, regardless of ownership). 12. Section 3 Covered Contract means a contract or subcontract (including a professional service contract) awarded by a recipient or contractor for work generated by the expenditure of Section 3 covered assistance, or for work arising in connection with a Section 3 covered project. "Section 3 covered contracts° do not include contracts awarded under HUD's procurement program, which are governed by the Federal Acquisition Regulation System. "Section 3 covered contracts" also do not include contracts for the purchase of supplies and materials. However, whenever a contract for materials includes the installation of the materials, the contract constitutes a Section 3 covered contract. For example, a contract for the purchase and installation of a furnace should be a Section 3 covered contract because the contract is for work (i.e., the installation of the furnace) and thus is covered by Section 3. 13. Section 3 Covered Project means the construction, reconstruction, conversion or rehabilitation of housing (including reduction and abatement of lead -based paint hazards), other public construction which includes buildings or improvements (regardless of ownership) assisted with housing or community development assistance. F -35 14. Section 3 Resident means: a. A public housing resident; or b. An individual who resides in the metropolitan area or non - metropolitan county in which the Section 3 covered assistance is expended, and who is: (1) A low- income person, as this term is defined in Section 3 (b) (2) of the 1937 Act. This Section defines this term to mean families (including single persons) whose income does not exceed 80 per centrum of the median income for the area, as determined by HUD, with adjustments for smaller and larger families; or (2) A very low- income person, as this term is defined in Section 3 (b) (2) of the 1937 Act. This Section defines this term to mean families (including single persons) whose incomes do not exceed 50 per centrum of the median family income for the area, as determined by HUD, with adjustments for smaller and larger families. 15. Service Area means the geographical area in which the persons benefiting from the Section 3 covered project reside. The service area shall not extend beyond the unit of general local government in which the Section 3 covered assistance is expended. F -36 Section 3 Summary Report Economic Opportunities for Low — and Very Low - Income Persons See page 2 for Public Reporting Burden statement U.S. Department of Housing and Urban Development Office of Fair Housing And Equal Opportunity OMB Approval No: 252MO43 (exp. 8/31/2007) Hud Field Office: I I� I sheet fareaM program more) Part I: Employment and Training " Include New Hires in columns E & F. A Jab Category e Numberof New Hires C Number of Nea Hires that are Sec 3 Residents D % of Aggregrate Number of staff Hours of NM Hires final are Sec.3 Residents E^ % of Total Staff Hours for Section 3 Employees and Trainees F- Number of Section Employees and Trainees Professionals Technicians Office /Clerical Construction by Trade (List) Trade Trade Trade ,Trade Trade Program Codes t = ReAble Subsidy 2 - Section 2021811 3 = PubllUlndlen Housing A = Oevelopmenl. B = Operation C = Modemimflon C = Homeless Assistance 5 =HOME 6 = HOME State Administered 7 = CDBG Entitlement 8 = CDBG State Admnstered 9 = Other CD Programs 10 = Other Housing Programs Page 1 012 torm HUD SM02 (62001) Ref 24 CFR 135 F- 37 Part 11: Contracts Awarded 1. Construction Contracts: A. Total dollar amount of all contracts awarded on the project $ B. Total dollar amount of contracts awarded to Section 3 businesses $ C. Percentage of the total dollar amount that was awarded to Section 3 businesses % D. Total number of Section 3 businesses receiving contracts 2. Non- Construcim Contracts: A. Total dollar amount all non - construction contracts awarded on the projectlactivlty $ B. Total dollar amount of nonionstructim contracts awarded to Section 3 businesses $ C. Percentage of the total dollar amount that was awarded to Section 3 businesses % D. Total number of Section 3 businesses receWing non - construction contracts Part III: Summary Indicate the efforts made to direct the employment and other economic opportunities generated by HUD financial assistance for housing and community development programs, to the greatest extent feasible, toward low-and very low- income persons, particularly those who are recipients of government assistance for housing. (Check all that apply.) _❑_ Attempted to recruit low- income residents through: local advertising media, signs prominently displayed at the project site, contracts with community organizations and public or private agencies operating within the metropolitan area (or nonmetropolitan county) in which the Section 3 covered program or project Is located, or similar methods. _0_ Participated in a HUD program or other program which promotes the training or employment of Section 3 residents. _]_ Participated in a HUD program or other program which promotes the award of contracts to business concerns which meet the definition of Section 3 business concerns. _ ❑_ Coordinated with Youthbuild Programs administered in the metropolitan area in which the Section 3 covered project is located. _ ❑_ Other; describe below. ruotic reporting Tor mis collection or mtormaton is estimated to average 2 hours per response, including the time for reviewing instru Searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of informal This agency may not collect this information, and you are not required to complete this form, unless it displays a currently valid OMB number. Section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701 u, mandates that the Department ensure that employment and other economic opportunities generated by its housing and community development assistance programs as directed toward low- and very-low income persons, particularly those who are recipients of government assistance housing. The regulations are found at 24 CFR Part 135. The information will he used by the Department to monitor program recipients' compliance with Section 3, to assess the results of the Department's efforts to meet the statutory objectives of Section 3, to prepare reports to Congress, and by recipients as self - monitoring tool. The data is entered into a database and will be analyzed and distributed. The collection of information involves recipients receiving Federal financial assistance for housing and community development programs covered by Section 3. The information will be collected annually to assist HUD in meeting its reporting requirements under Section 808(e)(6) of the Fair Housing Act and Section 916 of the HCDA of 1992. An assurance of confidentiality Is not applicable to this form. The Privacy Act of 1974 and OMB Circular A -1 08 are not applicable. The reporting requirements do not contain sensitive questions. Data is cumulative; personal identifying information is not included. Page 2 of 2 form HUD 60002 (62001) Ref 24 CFR 135 Form HU0.60002, Section 3 Summary Report, Economic Opportunities for Low -and Very Low- Income Persons. Instructions: This form is to be used to report annual accomplishments regarding employment and other economic opportunities provided to low- and very low- income persons under Section 3 of the Housing and Urban Development Act of 1968. The Section 3 regulations apply to any Public and Indian Housing programs that receive: (1) development assistance pursuant to Section 5 of the U.S. Housing Act of 1937; (2) operating assistance pursuant to Section 9 of the U.S. Housing Act of 1937; or (3) modernization grants pursuant to Section 14 of the U.S. Housing Act of 1937 and to recipients of housing and community development assistance in excess of $200,000 expended for. (1) housing rehabilitation (including reduction and abatement of lwd�based paint hazards): (2) housing construction; or (3) other public construction projects; and to contracts and subcontracts in excess of $100,000 awarded in connection with the Section -3- covered activity. Form HUD -60002 has three parts which are to be completed for all programs covered by Section 3. Part I relates to employment and training, The recipient has the option to determine numerical employmenthraining goals either on the basis of the number of hours worked by new hires (columns B, D, E and F). Part II of the form relates to contracting, and Part III summarizes recipients' efforts to comply with Section 3. Recipients or contractors subject to Section 3 requirements must maintain appropriate documentation to establish that HUD financial assistance for housing and community development programs were directed toward low- and very low- income persons." A recipient of Section 3 covered assistance shall submit two copies of this report to the local HUD Field Office. Where the program providing assistance requires an annual performance mport this Section 3 report is to be submitted at the same time the program performance report is submitted. Where an annual performance report is not required, this Section 3 report is to be submitted by January 10 and, if the project ends before December 31, within 10 days of project completion. Only prime Reciplems are required to report to HUD. The report must Include accomplishments of all mciplents and their Section 3 covered contractors and subcontractors. HUD Feld Office: Enter the Feld Office name forwarding the Section 3 report. 1. Recipient: Enter the name and address of the recipient submitting this report. 2. Federal ldeni ficadon: Enter the number that appears on the award form (with dashes). The award may be a grant, cooperative agreement or contract. 3. Dollar Amount of Award: Enter the dollar amount, rounded to the nearest dollar, received by the recipient. 4 & S. Contact PersordPhone: Enter the name and telephone number of the person with knowledge of the award and the recipients implementation of Section 3. 6. Reporting Period: Indicate the time period (months and year) this report covers. 7. Date Report Submitted: Enter the appropriate date. Submit one (1) copy of this report to the HUD Headquarters Office of Fair Housing and Equal Opportunity, at the same Ume the performance report is submitted to the program once. The Section 3 report is submitted by January 10. Include only contracts executed during the period specified in item 8. PHAs/IHAs are to report all con1mcalsubcontracts. The terms -IowJnoome persons" and very low-ncome persons- have the same meanings given the tens In section 3 (b) (2) of the United States Housing Act of 1937. Low - income persons mean families (including single persons) whose incomes do not exceed 80 per centum of the median income for the area , as determined by the Secretary, with adjustments for smaller and larger families, except that 8. Program Code: Enter the appropriate program code as listed at the bottom of the page. 9. Program Name: Enter the name of HUD Program corresponding with the "Program Code- in number 8. Part I: Employment and Training Opportunities Column A: Contains various job categories. Professionals are defined as people who have special knowledge of an occupation (Le. supervisors, architects, surveyors, planners, and computer programmers). For construction positions, fist each trade and provide data in columns B through F for each trade where persons were employed. The category of "Other" includes occupations such as service workers. Column B: Enter the number of new hires for each category of workers identified in Column A in connection with this award. New Hire refers to a person who is not on the contractor's or recipients payroll for employment at the time of selection for the Section 3 covered award or at the time of receipt of Section 3 covered assistance. Column C: Enter the number of Section 3 new hires for each category of workers identified In Column A in connection with this award. Section 3 new hire refers to a Section 3 resident who is not on the contractors or recipients payroll for employment at the time of selection for the Section 3 covered award or at the time of receipt of Section 3 covered assistance. Column D: Enter the percentage of all the staff hours of new hires (Section 3 residents) in cormection with this award. Column E: Enter the percentage of the total staff hours worked for Section 3 employees and trainees (including new hires) connected with this award. Include staff hours for partdime and full-time positions. Column F: Enter the numbers of Section 3 residents that were employed and trained in connection with this award. Part II: Contract Opportunities Block 1: Constrctlon Contracts Item A: Enter the total dollar amount of all contracts awarded on the project/program. Item B: Enter the total dollar amount of contracts connected with this project/pmgram that were awarded to Section 3 businesses. Item C: Enter the percentage of the total dollar amount of contracts connected with this project/program awarded to Section 3 businesses. Item D: Enter the number of Section 3 businesses receiving awards. Block 2: Non - Construction Contacts Item A: Enter the total dollar amount of all contracts awarded on the projed/progmm. Item B: Enter the total dollar amount of contracts connected with this project awarded to Section 3 businesses. Item C: Enter the percentage of the total dollar amount of contracts connected with this project/program awarded to Section 3 businesses. Item D: Enter the number of Section 3 businesses receiving awards. Part ill: Summary of Efforts — Self explanatory The Secretary may establish income ceiling higher or lower than 60 par centum of the median for the area on the basis of the Secretary's findings such that variations are necessary because of prevailing levels of construction costs or unusually high- or low-income families. Verylow- income persons mean low-ncome families (including single persons) whose incomes do not exceed 50 per centum of the median family income area, as delemnined by the Secretary with adjustments or smaller and larger families, except that the Secretary may establish income ceilings higher or lower than 50 per cent of the median for the area on the basis of the Secretary's findings that such variations are necessary because of unusually high or low family incomes. Page i form HUD W002 (62001) Ref 24 CFR 435 FEDERAL DAVIS -BACON ACT PREVAILING WAGE RATES & STATE OF CALIFORNIA DEPARTMENT OF INDUSTRIAL RELATIONS GENERAL PREVAILING WAGE DETERMINATIONS NOTE: The Federal and /or State wage rates attached hereto may be subject to modification by the U.S. Department of Labor and the California Department of Industrial Relations. In the event of any such modification prior to the issuance of the Notice of Award of Contract and affecting said contract, the Agency shall provide written notification of such modification in the form of a bid/ contract addendum. GD -1 ADDENDUM No. 1 FEDERAL DAVIS -BACON ACT PREVAILING WAGE RATES GENERAL DECISION: CA20030035 11/18/2005 CA35 Date: November 18, 2005 General Decision Number: CA20030035 11/18/2005 Superseded General Decision Number: CA020035 State: California Construction Types: Building, Heavy (Heavy, and Dredging) and Highway County: Orange 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 0 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 ASBE0005 -002 08/01/2004 Publication Date 06/13/2003 01/30/2004 03/05/2004 04/02/2004 05/21/2004 07/16/2004 08/27/2004 10/08/2004 01/14/2005 01/28/2005 02/11/2005 04/08/2005 04/22/2005 06/17/2005 07/22/2005 08/05/2005 08/19/2005 09/09/2005 11/18/2005 Rates Fringes Asbestos Workers /Insulator (Includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems) ... $ 34.06 9.84 --- ------ ---- --------- * ASBE0005 -004 08/01/2005 Asbestos Removal worker /hazardous material handler (Includes preparation, wetting, Rates Fringes GD -2 ADDENDUM No.1 stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not)..$ 19.20 6.38 -- -- -- - ------ -- ------- -- - ----- --- ---- - --- - -- BRCA0004 -010 05/01/2005 Rates Fringes Bricklayer; Marble Setter ...... $ 30.46 8.40 -------- ---- --- ---- ---- --- ------------------- BRCA0018 -007 09/01/2004 Rates Fringes Marble Finisher ................$ 20.70 5.81 Tile Finisher ..................$ 17.25 5.16 Tile Layer .....................$ 27.50 9.37 -- --- -- - - --- ----------------------- BRCA0018 -010 09/01/2004 Rates Fringes Terrazzo Finisher ..............$ 21.89 7.76 Terrazzo Worker ................$ 29.13 7.76 ------------------------------------------------------ CARP0409 -001 07/01/2005 Rates Fringes Carpenters: (1) Carpenter, Cabinet Installer, Insulation Installer, Hardwood Floor Worker and acoustical installer ...................$ 31.71 8.47 (2) Millwright ..............$ 32.21 8.47 (3) Piledriver /Derrick Bargeman, Bridge or Dock Carpenter, Heavy Framer, Rock Bargeman or Scowman, Rockslinger, Shingler (Commercial) ................$ 31.84 8.47 (4) Pneumatic Nailer, Power Stapler ...............$ 31.96 8.47 (5) Sawfiler ...............$ 31.79 8.47 (6) Scaffold Builder ....... $ 25.01 8.47 (7) Table Power Saw Operator ....................$ 31.81 8.47 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 GD -3 ADDENDUM No.1 - $1.00 per hour premium. '--- -- --- - ---- CARP0409 -005 07/01/2005 Rates Fringes Drywall INSTALLERS ..................$ 31.71 8.47 STOCKER/SCRAPPER ............ $ 10.00 5.96 ----' --------------------------------------------- ELEC0011 -002 12/01/2004 COMMUNICATIONS AND SYSTEMS WORK Rates Fringes Communications System Installer ...................$ 23.08 3%+7.15 Technician ..................$ 24.88 3% +7.15 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. ELEC0440 -001 06/03/2003 Rates Fringes Cable splicer ..................$ 30.63 3%r+9.76 Electrician ....................$ 30.13 3%-+9.76 ZONE PAY: Zone A: Free travel zone for all contractors performing work in Zone A. Zone B:Any work performed in Zone (B) shall add $8.00 per hour to the current wage scale. Zone (B) shall be the area from the eastern perimeter of Zone (A) to a line which runs north and south begininng at Little Morongo Canyon (San Bernardino /Riverside County Line), Southeast along the Coachella Tunnels, Colorado River Aqueduct and Mecca Tunnels to Pinkham Wash the South to Box Canyon Road, then GD -4 ADDENDUM No.1 southwest along Box Canyon Road to Highway 195 west onto 195 south to Highway 86 to Riverside /Imperial County Line. BLEC1245 -001 06/01/2005 Rates Fringes Line Construction 14.95 (Cranes, Piledriving & 32.23 (1) Lineman; Cable splicer..$ 14.95 36.51 3.758 +10.03 (2) Equipment specialist 32.66 GROUP 3 ....................$ 14.95 (operates crawler GROUP 5 ....................$ 32.99 tractors, commercial motor 14.95 GROUP 7 ....................$ vehicles, backhoes, 33.28 GROUP 9 ....................$ 14.95 trenchers, cranes (50 tons GROUP 11 ....................$ 34.45 and below), and overhead 14.95 GROUP 13 ....................$ and underground 36.45 (Tunnel Work) 14.95 distribution line GROUP 2 ....................$ equipment) ..................$ 31.03 3.758 +9.25 (3) Groundman ...............$ 23.73 3.758 +9.25 (4) Powderman ...............$ 34.69 3.758 +9.29 -------- --------- ELEV0018 -001 01/01/2005 ----------------- Rates Fringes Elevator Mechanic ..............$ 38.215 12.015 FOOTNOTE: Vacation Pay: 88 with 5 or more years of service, 68 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 07/01/2005 Power Equipment Operators 14.95 (Cranes, Piledriving & 32.23 Hoisting) 14.95 GROUP 1 ....................$ 14.95 GROUP 2 ....................$ 32.66 GROUP 3 ....................$ 14.95 GROUP 4 ....................$ GROUP 5 ....................$ 32.99 GROUP 6 ....................$ 14.95 GROUP 7 ....................$ GROUP 8 ....................$ 33.28 GROUP 9 ....................$ 14.95 GROUP 10 ....................$ GROUP 11 ....................$ 34.45 GROUP 12 ....................$ 14.95 GROUP 13 ....................$ Power Equipment Operators 36.45 (Tunnel Work) 14.95 GROUP 1 ....................$ GROUP 2 ....................$ GROUP 3 ....................$ GROUP 4 ....................$ Rates Fringes 31.45 14.95 14.95 32.23 33.16 14.95 32.52 14.95 14.95 32.66 14.95 32.88 14.95 32.99 14.95 33.11 14.95 33.28 14.95 33.45 14.95 34.45 14.95 35.45 14.95 36.45 14.95 37.45 14.95 32.73 14.95 33.02 14.95 33.16 14.95 33.38 14.95 GD -5 ADDENDUM No. 1 GROUP 5 ....................$ 33.49 14.95 GROUP 6 ....................$ 33.61 14.95 GROUP 7 ....................$ 33.91 14.95 Power Equipment Operators GROUP 1 ....................$ 30.10 14.95 GROUP 2 ....................$ 30.88 14.95 GROUP 3 ....................$ 31.17 14.95 GROUP 4 ....................$ 32.16 14.95 GROUP 5 ....................$ 33.76 14.95 GROUP 6 ....................$ 32.88 14.95 GROUP 7 ....................$ 33.98 14.95 GROUP 8 ....................$ 32.99 14.95 GROUP 9 ....................$ 34.09 14.95 GROUP 10 ....................$ 33.11 14.95 GROUP 11 ....................$ 34.21 14.95 GROUP 12 ....................$ 33.28 14.95 GROUP 13 ....................$ 33.38 14.95 GROUP 14 ....................$ 33.41 14.95 GROUP 15 ....................$ 33.49 14.95 GROUP 16 ....................$ 33.61 14.95 GROUP 17 ....................$ 33.78 14.95 GROUP 18 ....................$ 33.88 14.95 GROUP 19 ....................$ 33.99 14.95 GROUP 20 ....................$ 34.11 14.95 GROUP 21 ....................$ 34.28 14.95 GROUP 22 ....................$ 34.38 14.95 GROUP 23 ....................$ 34.49 14.95 GROUP 24 ....................$ 34.61 14.95 GROUP 25 ....................$ 34.78 14.95 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 loed, 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 plant operator; Trenching machine oiler GROUP 3: Asphalt - rubber blend operator; Bobcat or similar GD -6 ADDENDUM No.1 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 (mini -max or similar type); Boring machine operator; Boxman or mixerman (asphalt or concrete); chip spreading machine operator; Concrete cleaning 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; Derrickman (oilfield type); Drilling machine operator, 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 D -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 or similar type); Asphalt- rubber distribution operator; Backhoe operator (up to and including 3/4 yd.), small ford, GD -7 ADDENDUM No.I 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); Pumperete 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 combination 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 type over 6 -1/2 yds.); Woods mixer operator (and similar GD -8 ADDENDUM No.1 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 equipment operator operating equipment with push -pull system (single engine, up to and including 25 yds. struck) GROUP 14: Canal liner Operator; Canal trimmer operator; Remote- 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); Ruhber -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 So 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 GD -9 ADDENDUM No.1 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; GD -10 ADDENDUM No.I 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 cu. yds. mrc); Tugger hoist operator GROUP 7: Pedestal crane operator; Shovel, backhoe, dragline, clamshell operator (over 5 cu. yds. mrc); 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); 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); Derrick barge operator (over 25 tons up to and including 50 tons mrc); Highline cableway operator; Hoist operator, stiff legs, Guy derrick or similar type (over 25 tons up to and including 50 tons mrc); K -crane operator; Polar crane operator; 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); Derrick barge operator (over 50 tons up to and including 100 tons mrc); Hoist operator, stiff legs, Guy derrick or similar type (over 50 tons up to and including 100 tons mrc), Mobile tower crane operator (over 50 tons, up to and including 100 tons M.R.C.); 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); Hoist operator, stiff legs, Guy derrick or similar type (over 100 tons up to and including 200 tons mrc); 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); Derrick barge operator (over 200 tons up to and including 300 tons mrc); Hoist operator, stiff legs, Guy derrick or similar type (over 200 tons, up to and including 300 tons mrc); 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); Helicopter pilot; Hoist operator, stiff legs, Guy derrick or similar type (over 300 tons); Mobile tower crane operator (over 300 tons) GD -11 ADDENDUM No.1 TUNNEL CLASSIFICATIONS GROUP 1: Skiploader (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); Pumperete 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 08/01/2005 Rates Fringes Power equipment operators: (DREDGING) (1) Leverman ................$ 38.10 14.95 (2) Dredge dozer.. .......... $ 33.63 14.95 (3) Deckmate ................$ 33.52 14.95 (4) Winch operator (stern winch on dredge) ............ $ 32.97 14.95 (5) Fireman - Oiler, Deckhand, Bargeman, Leveehand ...................$ 32.43 14.95 (6) Barge Mate ..............$ 33.04 14.95 ____ -------------------------------------- IRON0002 -004 07/01/2005 Rates Fringes Ironworkers: Fence Erector ...............$ 31.16 15.285 Ornamental, Reinforcing and Structural ..............$ 32.06 15.285 PREMIUM PAY: $3.00 additional per hour at the following locations: GD -12 ADDENDUM No.1 China Lake Naval Test Station, Chocolate Mountains Naval Reserve - Niland, 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 -003 07/01/2005 Rates Fringes Laborer: Gunite 74 16.36 GROUP 1___ .............. $ 23 GROUP 2 .....................$ 06 22 GROUP 3 .....................$ 19 Laborer: Tunnel GROUP 1 .....................$ 24 GROUP 2 .....................$ 24 GROUP 3 .....................$ 25 GROUP 4 .....................$ 25 Laborers: GROUP 1 .....................$ 21 GROUP 2 .....................$ 21 GROUP 3 .....................$ 22 GROUP 4 .....................$ 23 GROUP 5 .....................$ 24 69 16.36 74 16.36 20 16.36 28 12.95 60 12.95 06 12.95 75 12.95 24 12.89 79 12.89 34 12.89 89 12.89 24 12.89 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 screeding for rough strike -off; Concrete, water curing; Demolition laborer, the cleaning of brick if performed by a GD -13 ADDENDUM No.1 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,'asphalt- 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); Plugging, 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; Traffic 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; Guinea 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; Roto 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, vibrating 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; Concrete saw person, cutting walls or flat work, scoring GD -14 ADDENDUM No.I 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 lbs. 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); Swamper (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 GD -15 ADDENDUM No.1 -- ---------------- LAB00882 -002 01/01/2005 Rates Fringes Asbestos Removal Laborer ....... $ 22.50 10.10 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. LABO1184 -001 07/01 /2005 Rates Fringes Laborers: (STRIPING /SLURRY SEAL) GROUP 1 .....................$ 22.67 11.19 GROUP 2 .....................$ 23.97 11.19 GROUP 3 .....................$ 25.98 11.19 GROUP 4 .....................$ 27.72 11.19 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 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 traffic 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 GD -16 ADDENDUM No.1 - - -- ----------------------- - - - - -- --- - - - - -- PAIN0036 -001 07/01/2005 Rates Fringes Painters: (1) Repaint Including Lead Abatement ...................$ 23.40 7.49 (2) All Other Work: ......... $ 26.67 7.49 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 10/01/2005 Rates Fringes Drywall Finisher ...............$ 28.33 9.98 --- -- - -- --- PAIN0036 -015 06/01/2005 Rates Fringes Glazier ........................$ 31.20 10.64 FOOTNOTE: Additional $1.25 per hour for work in a condo, from the third (3rd) floor and up Additional $1.25 per hour for work on the outside of the building from a swing state or any suspended contrivance, from the ground up --- ---- -- - - --- - ---- PAIN1247 -002 05/01/2005 Rates Fringes Soft Floor Layer ...............$ 28.05 7.45 ------ ---------- ---------- — - -- — --------------- ---- — PLAS0200 -009 01/01/2005 Rates Fringes Plasterer ......................$ 28.29 7.46 --- ---- - --- -- PLAS0500 -002 07/01/2005 Rates Fringes Cement Mason ...................$ 25.00 15.33 ------- --- ------ — ---------- PLUM0016 -001 07/01/2005 Plumber /Pipefitter (1) Work on strip malls, Rates Fringes GD -17 ADDENDUM No.1 light commercial, tenant improvement and remodel work$ 24.19 10.44 (2) Work on new additions and remodeling of bars, restaurant, stores and commercial buildings not to exceed 5,000 sq. ft. of floor space .................$ 30.32 12.06 (3) All other work .......... $ 31.36 12.63 PLUM0250 -002 03/01/2005 Rates Fringes Refrigeration Mechanic Refrigeration Fitter ........ $ 33.30 12.70 PLUM0345 -001 07/01/2005 Rates Fringes Plumbers Landscape /Irrigation Fitter.$ 23.98 11.85 Sewer & Storm Drain Work .... $ 21.06 12.21 ROOF0036 -002 09/01/2004 Rates Fringes Roofer (including Built Up, Composition and Single Ply) .... $ 26.25 7.17 FOOTNOTE: Pitch premium: Work on which employees are exposed 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 -008 01/01/2005 DOES NOT INCLUDE SAN CLEMENTE ISLAND, THE CITY OF SANTA ANA, AND THAT PART OF ORANGE COUNTY WITHIN 25 MILES OF THE CITY LIMITS OF LOS ANGELES: Rates Fringes Sprinkler Fitter, Fire ......... $ 27.75 12.25 ----- ------ ----------------------------- SHEE0105 -003 08/01/2005 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 Sheet metal worker Rates Fringes GD -18 ADDENDUM No.1 (1) Commercial - New Construction and Remodel work ........................$ 31.95 14.08 (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 ... $ 28.18 18.24 * TEAM0011 -002 07/01/2005 Rates Fringes Truck drivers: GROUP 1 ....................$ 23.54 14.64 GROUP 2 ....................$ 23.69 14.64 GROUP 3 ....................$ 23.82 14.64 GROUP 4 ....................$ 24.01 14.64 GROUP 5 ....................$ 23.95 14.64 GROUP 6 ....................$ 24.07 14.64 GROUP 7 ....................$ 24.32 14.64 GROUP 8 ....................$ 24.57 14.64 GROUP 9 ....................$ 24.77 14.64 GROUP 10 ....................$ 25.07 14.64 GROUP 11 GROUP 11 ...................$ 25.57 14.64 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.; Dumperete 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 GD -19 ADDENDUM No.1 GROUP 6: Transit mix truck, 3 yds. or more; Dumperete 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 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. 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 "SU" 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.) Has there been an initial decision in the matter? This can be: • 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 GD -20 ADDENDUM No.1 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. 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 U.S. 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 GD -21 ADDENDUM W 1 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: q ASBESTOS WORKER, HEAT AND FROST INSULATOR DETERMINATION: SC- 3 -5 -1- 2005 -2 ISSUE DATE: August 22, 2005 EXPIRATION DATE OF DETERMINATION: July 31,2006** 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, Ingo, Kent, Los Angeles, Orange, Riverside, San Berardino, San Diego, San Luis Obispo, Santa Barbara and Ventum Counties. Emolover Pavments Straight-Time Overtime Hourly Rate Classification Basic Health Pension Vacation/ Training Other Hours Total Daily Saturday Sunday (Jotuneyperson) Hourly And Holiday Payments Hourly and Rate Welfare Rare I1/2x 2x I If2x 2x Holiday Mechanic '32.47 15.54 4.46 2.44 0.24 - 8 45.15 '61.39 77.62 °61.39 77.62 `77.62 DETERMINATION: SC- 3 -5 -3- 2005 -2 ISSUE DATE: August 22, 2005 EXPIRATION DATE OF DETERMINATION: July 31, 2006*• 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)7034774: Hazardous Material Handler Mechanic 119.20 '2.70 3.46 - 0.22 25.58 35.18 - 35.18 - *35.18 q Indicates an appren[iceable craft Rates for apprentices are available in the General Prevailing Wage Apprentice Schedules. 'Includes 6.5% of employees gross wage for dues/service fee check -off plus $0.50 for supplemental dues. b Occupational Health and Research and Mortuary Fwd included in Health and Welftre. ` 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. ` $110.09 per how for work on Labor Day. For maintenance and asbestos abatement projects, Sundays may be worked at the time and one half rate, but holidays me paid at the double time rate. Maintenance work in excess of 60 hours in a week is at double time rate. 'Includes 23¢ for medical monitoring in compliance with industry regulations procedures and $0.12 for Occupational Health Plan ' $63.98 per hour for work on Labor Day. Note: Asbestos removal workers 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, Tide 8, Section 5208. Contractors must be certified by the Contractors' Sure License Board and registered with the Division of Occupational Safety and Health (DOSH). 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 pmject, 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 Govemment Code. You may obtain the holiday provisions for the current determinations on the Internet at hup //www.dir.ca.gov1DLS 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 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 hno' /hvwwAir.ca Rov/DLSRIPWD. Travel and/or subsistence requirements for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 7034774. 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 17711 FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS CRAFT: FENCE BUILDER (CARPENTER) SC- 23- 31 -20- 2005 -1 ISSUE DATE: August 22, 2005 EXPIRATION DATE OF DETERMINATION: June 30,2006* Effective until superseded by a new determination issued by the Department of Industrial Relations. Contact the Division of Labor Statistics & Research at (415) 7034774 for new rates after 10 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 Ventura counties. Employer Payments Straiaht-Time Overtime Hourly Rate Classification Basic Health Pension Vacation Training Hours Total Daily Saturday° Sunday (Joumeyperson) Hourly and and and Hourly and Rate Welfare Holiday Other Rate 11 /2X° 2X 11 /2X Holiday Fence Builder $27.07 3.95 $1.11 $2.01 $0.21 8 $34.35 $47.885 $61.42 $47.885 $61.42 '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, or reasons beyond the control of the employer. n 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 determinations on the Internet at hgp://www.dir.ca.gg)L/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 snake 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 .,/Avww.dir.ca.gov/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) 7034774. 3A 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: k CARPENTER AND RELATED TRADES DETERMINATION: SC- 23 -31 -2- 2005 -1 ISSUE DATE: Aaguo 22, 2005 EXPIRATION DATE OF DETERMINATION: June 30,2006- Effective until superseded by a new determination issued by the Department of Industrial Relations. Contact the Division of Labor Statistics & Research at (415) 7034774 for new rates after 10 ten days from the expiration date, ifne subsequent de4mmination is issued. LOCALITY: AB localities within Imperial, Inyo, Kern, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Luis Obispo, Santa Barbra, and Venture counties Classification Basic Health Eaalgtr PaM nts StmiS -Time Total Ovetimw Daily Hourly Rate Saturday' Sunday porancyperson) Hourly and Vacation/ Hourly and Rae Welfare Persian Holiday Training Other Hours Rate 11/2X 1112X Holiday 'AREAI Carpenter, Cabinet Installer, Insulation Installer, Hardwood Flom Worker, Acoustical Install. °$31.71 $3.95 $1.11 $3.01' $0.40 $0.29 8 $40.47 $56.325 $56.325 $72.18 Pile Drivennan, Derrick Bargeman, Rockslinger, Bridge or Dock Carpenter, Cable Splicer 31.84 3.95 1.11 3.01' 0.40 0.29 8 40.60 56.52 56.52 72.44 Bridge Carpenter `31.84 3.95 1.11 3.01' 0.40 0.29 It 40.60 56.52 56.52 72.44 Shingles c 31.84 3.95 1.11 3.01' 0.40 0.29 8 40.60 56.52 56.52 72.44 Saw Filer 31.79 3.95 1.11 3.01' 0.40 0.29 8 40.55 56.445 56.455 72.34 Table Power Saw Operator 31.81 3.95 1.11 3.01' 0.40 0.29 8 40.57 56.475 56.475 72.38 Pneumatic Nailer or Power Stapler 31.96 3.95 1.11 3.01' 0.40 0.29 8 40.72 56.70 56.70 72.68 Roof Loader of Shingles 22.29 3.95 1.11 3.01' 0.40 0.29 8 31.05 42.195 42.195 53.34 Scaffold Builder 25.01 3.95 1.11 3.OIr OAO 0.29 8 33.77 46.275 46.275 58.78 Millwright `3221 3.95 1.11 3.01' 0.40 0.29 8 40.97 57.075 57.075 73.18 Head Rockslinger 32.04 3.95 1.11 3.01' 0.40 0.29 8 40.80 56.82 56.82 72.84 Rock Bargemen or Scowman 31.84 3.95 1.11 3.01' 0.40 0.29 8 40.60 56.52 56.52 72.44 Diva, Wet (Up To 50 Ft. Depth) d `69.68 3.95 1.11 3.01' 0.40 029 8 78.44 113.28 113.28 14832 Diva, (Stand -By) d `34.84 3.95 I.1I 3.03' 0.40 0.29 8 43.60 61.02 61.02 78.44 Diver's Tender 33.84 3.95 1.11 3.01r 0.40 019 8 42.60 59.52 59.52 76.44 Assistant Tender (Diver's) d 31.84 3.95 1.11 3.01' 0.40 0.29 8 40.60 56.52 56.52 72.44 ' AREA 2 Carpenter, Cabinet Installer, Insulation Iata0er, Hardwood Fluor Worker, Acoustical Installer `31.14 3.95 1.11 3.01' 0.40 0.29 8 39.90 55.47 55.47 71.04 Sbingl. `31.27 3.95 1.11 3.01' 0.40 0.29 8 40.03 55.665 55.665 71.30 Saw Filer 31.22 3.95 1.11 3.01' 0.40 0.29 8 39.98 55.59 55.59 71.20 Table Power Saw Operator 31.24 3.95 1.11 3.01' 0.40 0.29 8 40.00 55.62 55.62 71.24 Pneumatic Nailer or Power Stapler 31.39 3.95 1.11 3.01' 0.40 0.29 8 40.15 55.845 55.845 71.54 Roof LOaderofShingles 22.32 3.95 1.11 3.01' 0.40 0.29 8 31.08 42.24 42.24 53.40 DETERMINATION: SC -31- 741 -1- 2003_1 ISSUE DATE: February 22, 2003 EXPIRATION DATE OF DETERMINATION: May 31, 2003- Effective until superseded by a new determination issued by the Director oflndusMal Relations. Contact the Division of Labor Statistics and Research (415) 703-4774 for the new razes after 10 days from the expiration due, if no subsequent determination is issued. LOCALITY: AD localities within Imperial, Inyo, Kum, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Luis Obispo, Santa Barbara, and Venture cowries. Emol -s Pavmears Straight -True Overtime Rate Classification Basic Health Pension Vacation/ Training Hours Total Daily Satorday/ Holiday (Ioomeyperson) Hourly and Holiday Hourly Sunday Rate Welfare Rue 1 112 1112x 2X Terrazzo Install. $30.84 2.45 1.01 2.88f - 8 37.18 52.60 52.60 68.2 Terrazzo Finish. 24.34 2.45 1.01 2.88- - 8 30.68 42.85 42.85 55.02 4Indicates an appreoticeable craft. Rates fm apprentices are available in the General Prevailing Wage Apprentice Schedules. a AREA 1 - hnperial, Los Angeles, Orange, Riverside, San Berardino, San Luis Obispo, Santa Baba. and Ventura counties. AREA 2 -lays, Kern, and Mono counties. For Bridge Carpenter, Scaffold Builder, Pile Drivermao, Derrick Borgemen, Rockslinger, Bridge or Dock Carpenter, Cable Splicer, Millwright, Head Rocksfinger, Rock Bagemun or Scowmen, Diva, We (Up to 50 Ft Depth), Diva (Stand -By), Diva's Tender, and Assistant Tender (Diva's) roes, plea- we Area I as this rate applies to Area 2 as well. Basic Harty Rates for Area 2 include an additional amount deducted for vacation/holiday. b Saturdays in the same work week may be worked at straight -time rat es if. job is shut down during the normal work week due to inclement weather, major mechanical breakdown or lack of materials beyond the control ofthe Employer. c When performing welding work requiring certification, carpenters and pile drivers wfl revive an additional $1.00 par hour. d Shall receive a minimum mfg hours pay for any day or pen thereof. e For specific rates over 50 R depth, contact the Division of Labor Statistics and Research. Rates for Technicians, Manifold Operators, Pressurized Submersible Op.ums, Rename Control Vehicle Operators, and Remote Operated Vehicle Operators, as well as rates for Pressurized Bell Diving and Saturation Diving are available upon request. I Includes an amour fm 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 bagammg 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 tote is not based on a collectively bargained raze, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 ofthe Goverment Code. You may obtain the holiday provisions for the current determinations on the Internet at http: /Aw .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, com meters 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.dv.ca.gm/DLSR/PWD. Travel and/or subsistence requiremenb fm current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 7034774. 4 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: MODULAR FURNITURE INSTALLER (CARPENTER) INTERIM DETERMINATION: SC- 23- 31 -16- 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 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, Ingo, Rem, Los Angeles, Mono, Orange, Riverside, San Bernardino, rdino, San Diego, San Luis Obispo, Santa Barbara, and Ventura Counties. TRAINEE" Tminee 0 6 Months 9.70 3.95 - 1.80 - - 8 15.45 20.30 20.30 25.15 Trainee 2p° 6 Months 10.20 3.95 - 1.80 - - 8 15.95 21.05 21.05 26.15 Trainee 3' 6 Months 10.70 3.95 - 1.80 - - 8 16.45 21.80 21.80 27.15 Trainee 4' 6 Months 11.20 3.95 - 1.80 - - 8 16.95 22.55 22.55 28.15 a) Includes an amount for Supplemental Dues. b) A trainee upgrade will occur every 6 months From his/her 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 (Bs) consecutive day. All other daily overtime is paid at the 7a 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 agreemenS 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 Govemment Code. You may obtain the holiday provisions for the current determinations on the Internet at hum / /www.dir.ca.eov/DLSR/PWD. Holiday provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit m (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 htm1/www dir.ca eov/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. 4A EmplQ=Pav=nts Straight-Time Overtime Hourly Rate Classification Basic Health Pension Vacation/ Training Other Hours Total Daily 6'" Workday 7s' Workday/ (JOtuncyperson) Hourly and Holiday' Payments Hourly Holiday Rate Welfare Rate 1I/2X 11/2X` 2X MODULAR INSTALLER Installer 111 $12.00 $3.95 $1.11 $1.80 - - 8 $18.86 $24.86 $24.86 30.86 Installer B 13.00 3.95 1.11 1.80 - - 8 19.86 26.36 26.36 32.86 Installer I 15.00 3.95 1.11 1.80 - - 8 21.86 29.36 29.36 36.86 Lead Installer 17.00 3.95 1.11 1.80 - - 8 23.86 3236 32.36 40.86 TRAINEE" Tminee 0 6 Months 9.70 3.95 - 1.80 - - 8 15.45 20.30 20.30 25.15 Trainee 2p° 6 Months 10.20 3.95 - 1.80 - - 8 15.95 21.05 21.05 26.15 Trainee 3' 6 Months 10.70 3.95 - 1.80 - - 8 16.45 21.80 21.80 27.15 Trainee 4' 6 Months 11.20 3.95 - 1.80 - - 8 16.95 22.55 22.55 28.15 a) Includes an amount for Supplemental Dues. b) A trainee upgrade will occur every 6 months From his/her 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 (Bs) consecutive day. All other daily overtime is paid at the 7a 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 agreemenS 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 Govemment Code. You may obtain the holiday provisions for the current determinations on the Internet at hum / /www.dir.ca.eov/DLSR/PWD. Holiday provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit m (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 htm1/www dir.ca eov/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. 4A 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: #DRYWALL INSTALLER /LATHER(CARPENTER) DETERMINATION: SC- 31 -X 41- 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 Industrial 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 Ventura counties. Classification (Joumeyperson) Drywall Installer/ Lather Emolover Payments Basic Health Pension Vacation/ Hourly and Holiday' Rate Welfare $31.71 3.95 $1.11 $3.01 DETERMINATION: SC -31 -X-41- 2005 -IA Straight -Time Overtime Howl Rates Training Other Hours Total Daily Saturday Sunday Hourly and Rate 11/2X 11/2X° Holiday 2X $0.40 $0.52 8 $40.70 $56.555 $56.555 $72.41 ISSUE DATE: August 22, 2005 EXPIRATION DATE OF DETERMINATION: June 30, 2006 +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 10 days from the expiration date, if no subsequent determination is issued. Stocker, Scrapper $10.00 $3.95 - $2.01 $0.40 - 8 $16.36 $21.36 $21.36 $26.36 # 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 first 8 hours on Saturday. All hours in excess of 8 hours on Saturday will be paid the Sunday and Holiday double time rate. Saturdays in the same workweek may be worked at straight -time ifjob 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 he paid, shall be all holidays in the collective bargaining agreement, applicable to the particular crA 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 hrp://www.dir.cagov /DLSR/PWDI Holiday provisions for current or superseded determinations may be oblained 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 Intemet albo: / /www.dir.ca.govNLSR/PWD. Travel and/or subsistence requirements for current or superseded determinations maybe obtained by contacting the Prevailing Wage Unit at (415) 703 -4774. 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: # ELEVATOR CONSTRUCTOR SC -62 -X- 999 - 2005 -1 ISSUE DATE: February 22, 2005 EXPIRATION DATE OF DETERMINATION: December 31, 2005" 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, Los Angeles, Orange, Riverside, San Diego, Santa Barbara and Ventura counties. 'Portions of Kern, San Bernardino and San Luis Obispo counties are detailed below. # Indicates an apprenticeable craft. Rates for apprentices are available in the General Prevailing Wage Apprentice Schedule. Applies to that portion of these counties south of the Tehachapi Lure. For more information 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. Ratio: The total number of Helpers employed shall not exceed the number of Mechanics on any one 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 Sunday/Holiday 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 crag, 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 http://www.dir.ca.gov/DLSR/PVID. 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 wwwAir.ca.eov. Travel and/or subsistence requirements for the current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703 -4774. Employer Payments Straight -lime Overtime Hourly Rate Classification Basic Health Pension` Vacation/ Training Other Hours Total Daily° Saturdayd Sunday' (Joumeyperson) Hourly and Holiday Payments Hourly and Rate Welfare Rate 1 VA 1 %sXd Holiday Mechanic $38.215 7.275 4.37 2.29 0.37 0.10 8 $52.62 $71.73 $71.73 $90.835 Mechanic (employed in industry more than 5 years) $38.215 7.275 4.37 3.06 0.37 0.10 8 $53.39 $72.50 $72.50 $91.605 Helper` $26.75 7.275 4.37 1.605 0.37 0.10 8 $40.47 $53.845 $53.845 $67.22 Helper (employed in industry more than 5 years) $26.75 7.275 4.37 2.14 0.37 0.10 8 $41.005 $54.38 $54.38 $67.755 # Indicates an apprenticeable craft. Rates for apprentices are available in the General Prevailing Wage Apprentice Schedule. Applies to that portion of these counties south of the Tehachapi Lure. For more information 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. Ratio: The total number of Helpers employed shall not exceed the number of Mechanics on any one 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 Sunday/Holiday 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 crag, 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 http://www.dir.ca.gov/DLSR/PVID. 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 wwwAir.ca.eov. Travel and/or subsistence requirements for the current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703 -4774. 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: #OPERATING ENGINEER DETERMINATION: SC- 23- 63- 2- 2005 -1 ISSUE DATE: August 22, 2005 EXPIRATION DATE OF DETERMINATION: June 30,2006-- 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. Coolant the Division of Labor Statistics and Research for specific rates at (415) 703 -4774, LOCALITY: All localities within Imperial, Inyo, Kem, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Luis Obispo, Santa Barbera, and Venoms counties. NOTE: For Special Shift and MWtiShifl, see pages 9A and 9B RECOGNEUD HOLIDAYS: Holidays upon which the general presai1mg hourly wage rote fm Holiday work shall be paid, shall be all holidays in the collective bargaining agreement applicable to the particular crafk classification, or type ofwoAa employed an the projeck which ism file with the Dire:ms of Industrial Relations Iftheprevailing roe is not based an a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 afthe Goves®ent Code. You may obtain the holiday provisions for the currant determinations an the Internet ahatrAwwwAir ca, nov/DLSRlPWD Holiday provisions fm cement or superseded determieatiors tarry be obtained by conga: ing the Prevailing Wage unit at (415) 703 -4774. TRAVEL AND/OR SUBSISTENCE PAYMENT: to ses nionce with labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments W each worker to execute the work. Travel andlor suldusena requirements for each craft, classification or type ofworker may be obtained from the Prevailing Wage Unit a (415) 7D34774, You may obtain the Tmvel end/or subsistence provisions for the currant determinations an the Internet ahq1/www.dir.ca,RovDI Travel cod/or subsistence provisions for correct or superseded determinations may be obtained by canacling the Prevailing Wage Unit m (415) 703 -4774. -7- EmnloverP ants Stni a -Tme Overtime Hourw HOe CLASSIFICATION Basic Haoly Helldrand Pension Vecatio✓ Training Odo Heos Tool Bundy Doily San"" (d) Sundry/ (Jourceyperson) Hate Welfare mali&Y (a) Payments gene (a) mliday 1I2X 11= aK Classificatlon Groups (b) Croa 1 530.10 280 3.75 2.75 0.65 0.11 8 $45.160 $60,210 $60.210 S15.260 Group 30.88 7.80 3.75 275 0.65 0.11 8 345.940 $61.380 $61.380 $76.820 G,3 31.17 7.80 3.75 275 065 all 8 $46.230 561315 561.815 SW.4m Group4 32.66 7.80 3.75 275 0.65 0.11 8 547,720 164.050 $64.050 $80.380 Group 32.88 7.80 3.75 275 0.65 all 8 $47.940 564.380 561.380 580.820 Graup 8 32,99 7.80 3.75 275 9.65 0.11 8 $46.050 $61.545 564.545 $81.040 Ga.P19 33.1t 7.60 3.75 275 065 0.11 8 $48.170 561.725 561.725 $81.260 Gaup 12 33.28 7,80 3]3 275 0.65 0.11 8 $48.340 $61.980 $64.980 $81.620 Grote 13 33.38 7.80 3.75 275 065 0.11 8 518.410 565.130 $65.130 $81.820 Group 14 3341 IN 3.75 275 0.65 0.11 8 $46A70 565.175 $65.175 $81.880 Gaup 15 33.49 280 3.75 275 065 0.11 8 348.550 565.295 565.295 S82.010 (wisp 16 33.61 7.80 3.75 275 0.65 0.13 8 $46.670 $65475 $65475 $82.280 Goup 17 33.78 7.80 3.75 275 065 0.11 8 548.840 565.730 $65.730 $82.620 Group 18 33.88 7.80 3.75 275 065 0.11 8 548,940 $65.880 165.880 582.820 Group 19 33.99 7.80 3.75 275 065 0.11 8 549.050 566.045 566.15 $83.040 Group 20 34.11 7.80 3.75 2.75 065 all 8 349.170 566225 566.225 583.260 Caaup 21 34.28 7.80 3.75 275 0.65 0.11 8 $49.340 $66 as 566480 583.620 Goup 22 34.38 7.80 3.75 275 0.65 0.11 8 349.410 566.630 566.630 183320 Group 23 34.49 7.80 3.75 175 065 0.11 8 $49.550 $66,795 566795 1$4.910 Group 24 34.61 7.80 3.75 275 0.65 0.11 8 $49.670 S66,975 $66,975 $64260 Gmup25 34.78 7.80 3.75 175 0.65 0.11 6 $49.840 367.230 $67,230 564620 k InAc ace an appnmtioe0s c craft Races for appmndces am available N tlw Ganeml Prevailing W�a Apprwtice S hadule. ' Induda m amawt w thimid Por supplemcewl dues, 'P., dasdficetioor wdtm oath M,, sae pager 8 and D. 'RacnMimmdnefinl4ovcrdmehours. All odrcr duty ovadme ie Daid Ythe Bundy /non 1 Raleappliarodiefintl2hounxvrted. AlloWcrtioe is paidottla Srmday . NOTE: For Special Shift and MWtiShifl, see pages 9A and 9B RECOGNEUD HOLIDAYS: Holidays upon which the general presai1mg hourly wage rote fm Holiday work shall be paid, shall be all holidays in the collective bargaining agreement applicable to the particular crafk classification, or type ofwoAa employed an the projeck which ism file with the Dire:ms of Industrial Relations Iftheprevailing roe is not based an a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 afthe Goves®ent Code. You may obtain the holiday provisions for the currant determinations an the Internet ahatrAwwwAir ca, nov/DLSRlPWD Holiday provisions fm cement or superseded determieatiors tarry be obtained by conga: ing the Prevailing Wage unit at (415) 703 -4774. TRAVEL AND/OR SUBSISTENCE PAYMENT: to ses nionce with labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments W each worker to execute the work. Travel andlor suldusena requirements for each craft, classification or type ofworker may be obtained from the Prevailing Wage Unit a (415) 7D34774, You may obtain the Tmvel end/or subsistence provisions for the currant determinations an the Internet ahq1/www.dir.ca,RovDI Travel cod/or subsistence provisions for correct or superseded determinations may be obtained by canacling the Prevailing Wage Unit m (415) 703 -4774. -7- OEWINKINATJON: W- SiG}YZ l GROW 1 Barman Brakmm Cpmpmsw Operal« DncbeiU4 wM at or �lv typ eaMPnRm PlwslarOpenlpr- Wlde EvglOxrOlkr F«kla OpmmC M1rtlrrkN, 9a prrim0grypes- uwler3 nws) Gevmaar, Cpermm C wn Canipeam W:s OPrrYOr HenT Dm, R to epirmp Hdpr Si a a SwimWf® GROW 3 Asphei- AUbberPYm Opuabr(Nmx TVOk OpvawU COKak Mba Opoawr- SldpTy« ConvryorOpmmr Firer® Ibkla Opdmor(A bp{, luOmdrm�rypa- av«sloml Hyd:nhtic P:::W 0p Cpc. Rbr Oikr guitar (AAmhrlr «Carnre Hem) Pmwoar lsytlowa MacbN' e RN STY ➢ump Jerk Ramp DdtHdp.ro+aaa� Snmrmg nix dmryorMCkm OPrrsm (mflmgeryps) SHpma l by W M J/a Yd wiNav epaaomr) Tu Pa Fi2mWUaUL eu Teag Henirg Pmd OprUOr TmUHO, rig Madgrc O'« GROW 3 ArcLaIt R:RbvBlmi O)eMr Bpbvrmdpdarppe lSkMgar/ FquipoemGw«IraMr) Fad FeQmpp IwiN dmpyp auaehpem) {klkwper Rad'n::m (pomd) Sishovmy Pme WrappirgaM kluoleg MCEi¢Gpenum GROW d Awlult PkmPimman BxYa«OpmMrr( 'mniniae orem:ilerlyp) Borirgbor OJmbr Bovr ®mM1Lxm®a -0WUUU carvers) CBpSpmad paMCMrc Opauor Caeeraz Osriny D�ru ®lion Mime Oferakr Cognac Pump Open «(emegponabk) Ddlbrg MaMm OpUmnSmW AVM rrypca(Ieaovu 3upv[wunUdc,«uroilargpw -HUgbs lu0 «SW,«tl tyPa-driWngdepb ofJOmraimum) Egnrpva OWregaaer(peaamirk) Guad Rag PO.p Dtivm Opmar )rydm- HammenAao 9omRr Micm Tmrcliug Opemm Isamu aarmnmmD Powm G:vee ao;rc MacMrc Opmaar Poav COacme Saw OpmW Wwv- DAVCrfmMO Form SNn Opmear Powv Swap OperMm Ao@rGRrspr(aompolryl SuN Opmar« Imp W B «wunar) JYercNrMMakae CperMar(Mm6R) Vacmmror Muck Track GROW 5[for ®:WStirme,attpge 59y Equdmem lv«ar(CmxTraGMdti 5M0) pa6ft) Glk A 6 Arb.LdiRMukrWHmrler Asawdt lmr Ergifxr Bu pwo CpmW Bit Shmpmm Cmnem love Maagm Opamr (®1 W drmHrbp) MatDFmverapnvm DacdY Digger Dttk P ipa Opmb D«islmm(daeMUR) dmmlypa -wwm y0pOmrmrmdMiugTa- rap ®Jyb, 500 or 6Wmgr «d Opomor(=hx g6cpmor flu, um) DriRpg MRLIpe Opmkr (iakdbg wakr wdw Nydo®uphic5min Madameuouv pigwoad laden Tack Maiwaircr, or�ilglypa Ral®nlr SP4rb Tarrgeer, m slm0nr type MxNrc iml Opera« Magmam ltlermlFW $kb Vkvbr Mstwdal Baum. CoA or Gnnw (wpaek «spdU MalmooliwM1mGperaror(mmeu,ou -A) iwnOMwztlmvmin) M,arooa Bumauo LYlemNr ltwtow &outs Povem -nr Banker OpmW Road al MW, MadrlM Operaor RMyw "max, (.spat. finish) Rubber -Tied EaMmovkq EqugrMM WNG rapine. uplo srd hatralkg 25 yds. rtluog SWIPPropelled Ter PReloog Madline Operator SW,Wder OpMOr (trewler «d w0 Nlyp, over BH yds. eM Up aM IMMGInp t In yds.) No FOmr P«np Operet« (yox «dman h cloo b Ii Ng device r«mnaete toms) Tmdor Op«eMr- BUlklmr. Tao,, � epr(sigh engine. up W 1110 H.P. RYweM am MmMr "a, Uplo WIN mudiN Dix am limier, type) Tugger Hobt "Mor (1 dram) Utlre IN Prmsgre WakhM Cutting Ted HYSkm Cpreta Vaaura GeorraMash IM Operemr Yrbtler- Genarel CRIMP (%r mgNeba on, see ppe 9M Wetler- Gerrerel (kh piSlriM GRWPT Aepbatl or ConarHe Syreadin OpraNr gampiM or finisMM) AWAWIt PerAg Mocia. Operator (Wmer preens oraimiW NO) A Wl eatl- Rubber DlsMbMOr Operekr Bad:lwe Operator (up W and Inivaing are ydx) amMI IoW, uvaa or drdkr Carl M PMw Pip Loin Madube Opeoda r GomMnetion Mbmr and Compreasor Operawr(NOW worts GOmpat« Operator - 8eg Pa,N&d Conaete Mixer Operator - P"N Cmsn" PMm Optat« Dal Doctor Dalirg MeshiM Cpretor. Bucket or Auger types (CakwM 150 bucket or dmmrryps -UVdmn ISO .2000, 2500 auger Of elmArtypae -TegaM Tao, aw arperof similar types - Odllt g UepN of W matlmum) Ekvadrg GreaerOpM« Game GreIXer Omtle9 OpmMw, Csou4rg Maus. 0MMw Heeva Duty RepaneroPUmp InMalkr H.W EqulpMM Arapahos Operator Kelarrleroo Made RMulWr or Wo4lor tyye Kalman Bak Blobrpartsdm9arlyp Le er0"uar Cey.EO mMalerm Laster Oprekr pMlW EntM.. Mk and ainllar types) Masters i aluffllr Wasnenm Nedrenk P.C, Paaa «gaMmlkrrypea P.C. 00 SIC Bow PMUmatie GM«deo Machin. OpreW(Hr*kYPyeasxwY orsmleryp Rwnpmde G. Opndmr Rolmy DMOpmMr (oviog E lg pbpn Operator Rubber- shad"as AbJnp am all MOpreats r 2efgina,cMp too eucild. og capon, and Metier rypra WM anY arts MI aMMrtieme own 25 yds. am up to am irclWirg 30 CY, yr al HNdJ R z yos.imd EeM Movkg EquiprreM OpmW ImuMple engine -upm pM IndMMp 25yds.abueg Rubber -Tiratl 8riapr OpsM«( seBJOeakg peWN xfeel type -Jots Deere. 1010aM pr,eligk ung 8df -PmpNd Curb arts GuMr MCMiM Operrtol' BMNkB rOp BIJFb ]er Gpdela (mawYraMxTMlIOUs purl In yds. up arts mMUdlrg B in Ws.) Surace leaders mPOpraW(CMI,Emlroteca «&mlla0 BWepe Healers eM PMnerGp2Mr TraaW Operator{ WCprrMMlMn Opmalpf TredprOpratpfpMrype larger Van 0.5 -100 fiYneel H.P. end own, «Mmbr- Wltloz«, ranger,aaepfeM puab traolor. unantsirgb dgina) TredprGprstof@o a,Cleso a Treveleg Pipe ar. p er tv 1. and BmMinp Machine OPembr Trend6rh MesOu PonaW(acre n,ol SN..Mea,nwnukduM'a rMirg) Voider eMgb Pressure wnehd CUarg Tool Sydem Mechenk NVIer PUtl (mmpetlbn) DB�MON: sc- 216 }L2grSl GROW 9 (Por mWtiaM1i t vk. ss peg 9R) Retry Om RvPi�mp fMarslal) GRO@ 10 D.I&S Maaurc Ol ..Bvkpprlmder gps(filwetl 200B bmknor dmUp -Wapn 1000 w M nRWmninny 9Pcs- Twma 900 w or inns rryw-&iM, d1th of l0!'nmvmsml Ooh Omo Mkn DYmmk fommamlDCYSamamdvryw W. Dory ornonv aaWCWCreanbirotion Mopral Lmo�mtiv<O1Rmm ldimA inn., ekchic) MnbJ Pma-Bkde Opvemr r(n Ii Sko Mulllpk Faylm smarm Opc dorlxlilvtlpvolm" -nixpf rktl 90.) P�mamk Pipe Rm®kp Tool Olnn- o Erg -TfiWl Dndi a MadmROpembrROpsmns Rgamd) Rmwa -rmm Finn Rr"RwiPn =m oPm6or MnA in nn avarw r6a.aww Rlbbn -Tad Pam MOSvq EOUipmLLOpwmar(mauPk ep®m,melWmlmpIDram sivElar -wn Tong mmwrax mo3] Town 1 FePakmm Tvcmr LaahrOpnnar(mwamtlwhm -type wn,6 12 y65.) Wadm- Cenif� Winds MVerOpemm(mttlmar WyvWlp9dPnmO CROW I I (fpr pd W CIR Ne. rx pug 98) 8gry Ooty Remy ® - Weller CmOimuon Rdvlti'S6iR) Wekm- (:elu6V (IAJtiStiB) GROW li .1um GrmvOpmror /ammeue slip Fmm oppanr roar ro Macluoe owmoe Bus1Rl or hngr qw [Gwaa pqm xdo cn ar akwa qw - wn,9R w Het Rmme� lvwil6mnmmrw Mm PxravawOpuarw-kvran]50cn Y&. Mu:Mdenl Fiviehivg Madurc Olenbr Mobik Form Tmskr Opembr M9brpahol opemm(muu<oglm) HpaMma MVhirc Opnapr Rober-TivdfiM Mwiog EVtlpmev Opmrm(rmlr�k evgirc, erlid cmerpivamtl tlmiW type. m RpbberTOm Tdf- ImiinB Ynvw Og+amr (W dik- wM1eelagr bK df- Imuke' (hro Q) or mrn m GROW u RW W -TIRE Fmm MwrgFgn'POnm Ola W Opmliog Equpmvw'nn rbe FO56PoR Syskm (nvgl[ erobm Wbam iwlmiM 25 yds. m ) GROW nE Cvdl.i�Opemm finalin om -nh PmMe CpmplbE Penh bhmivB Opemm (T1.00 pm hvm adAbml in bs met Wbsl£ aoroperabr low]50 mYdx perbvp GROW 15 nigher -Tied Farr Mwiro nYy OpvbnrWnn EgdpmemwrhdRFuehAdl Tye km (ark W unl xiudit5 mslid Wrywggm eed dvElprypuximam small almc6mmsavm25Yda.am1 mrm Tlrblvg 50 mydc suvek) Rdher-Ti CFain in W dwg25 &. OPVpmg Egdpmemwim dp PuebAdl TYekm (mllYytic Olin m - up b am Irclmlog 25 Yds. smut) GROW 16 Rvbbn- Pam Mw EqupmmOpmroa Opmamg FAmPnnm wim dRPlstrgEl SYSkm (aripe mpm.wttlOYds. muck) Ramer -nRE Fmm Mmiro eyiplem opmmr, q� E¢kpmmv wim un Fnmxm symm Im�ldpkeggiv, mraa, okq:up, pddaap, wm25 yds. wupm wyde. mmq GROW 1] A W by -TVd Pam Mwivg Fgapanu Opemm, Opernupl Equpmnm mm de Pmh -Pal bYem /m�ldpe m� eacrd meryilb. mds®ilpgpe. ow50m Yds. Ynrk) Taplen�Tmcmr Opmam(opmovT mmakrryW vcmv W W Wm -QW 9 av!>imiluq¢I GROIR 19 Rwxr- riREBwMwia6Byalmemawum, apmwvTivramm(w� ,edyamroeamommr ryw iv am cmmu�oa eaclmrlr mnpnim m'aa - airok rre�R. ap b.m iaammq ss ylk. mart) GRO@ 19 Raea fbmek Rdr Opemmr Rlbb innm dEu nnkn, EhdiwRm Opemm.OPmaurq in Taman (MW-, bnly dumps,amamb lypa to am minimum art W 4e osn4ar uon � - mp& noPln. cakmi0ar. cuclid albs w*een. ma d�aarYRigrimyetvo9 w mmcN Om'ass Yda. mt nbmtloclothg JO m YECnrc.a ,,nn Evm MV�F.WINw pKm nnn-mu in cn no, wb bcRY Amt2 y4. nniA DTm k em mlmimtl9n arlmi�p wmasum vein- mE�k min, ry b pd kcloAV; 35 Yds. eevk) CROW f0 RlbEm -TsWB Moi Y'mu{mrnR Opni n.. OPmvL6aTaMml(sn�sv. belh m'nM aN sinW Kamm -rte Pam M.wilg &WPmW r Dwain[ GPmaonR in nmem (p�ev. baW draws, am vmly GROUP 21 Rob6ar-radE MOaApEqupmcmOpmlor. Op® tilg in Tavbn(ptgm, betty dmmn, am mv21b GROUP 22 Robbm Earm MwpTFgv AGpembr.Op Equ,,rnmw me TaclemPUh 1TYmm GROwu Rvbbm-TRd Fain MOaroEquprcvOpnabn Opmliog Fglyoaewimme TamemPVSIrRE1 SYmm Robber -Mdd Mw Bgmnn kowabr. OpembR ETrOm+vlwYhme Tavkm Pu61WI&,inn GROW u RMm,- PVm Mwiro Ppulxrcmopamb[ Opr® 8P.mWmvwimmc TasdcvPUd'Pu8 S7'dmn fmgk ®Biv. -50 Yin. snr Rrm Mnnl Emh Modro EgliprcmOwamr. Opnaad FRapmcv withme TavkmT PO8 Syi= (mdrpk mime. =K mlmp0p and mmib, wv 25 yds. and ry b!0 Ydn nUn*) GROW M CacRR Petry Opemmr -TV k Momvm R�Wcr -TRtl �lh Kiq o oWuand Opamb[OM.. YEglgmcmwimme TaohmAe4PoR Syaem fmEdpk engm emm, ink IPill]I am nndb over w m. rigs mint) 1. op.mmammkuwimlkmd�mp shun RwivefdkenmaBOk ) whvnmRdmm parmme apuv vkorpay. Tle mtiEOmlpay smuhr mdmmrheragap mm mdhsome lle sine mkrorlrc mlRssu 2. Allhmry Any Rlmmmudrpsy Ammmbhusivlebell RRircnrcvry- fivamm RlE)whvvmol mpwarre inmmuovbudr RSOlavk o fpm emlhis sba86ewm tlwvbv9 MCafWy. 3. PrvpNYRLILQwmlbmil up advwk ivalpvmo6 imkrklermYOmlpy1, 51061BYivehvOONhrs( T2. 00) w6iuwaWtiovmrhafR® Ja1kCUPTy. am mkmkigll bre ®eslCbrle bllVty'mCOfw'. A 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: #OPERATING ENGINEER (Special Shift) DETERMINATION: SG23 -63 -2. 2005.1 ISSUE DATE: Augua7 22, 2005 EXPIRATION DATE OF DETERMINATION: June 30,2006-- The rate to be paid for work performed after this date has been determined. If work will extend pest this date, the new rate must be paid and should be incorporated in contracts entered into now. Content the Division of Labor Statistics and Research for specific rates at (415) 703 -4774. LOCALITY: All localities within Imperial, layo, Kern, Los Angeles, Mon, Orange, Riverside, San Bernardino, San Luis Obispo, Same Barbara, and Ventura counties. Emulovm R,vments 51aidn -Im,e OverdmeHwdv RUe CLASSIFICATION panic Hourly Me sad Pe ¢ion vaewoN Taimig Ocher Hours Toiel Hourly Daily Saturday (d) S-*1 (lomneypason) Rate Weltbre Hdidar (a) Payments Rate (c) Halidsy 1 1/LX 1 ]/23f 2% Classification Groups (b) Group, $30.60 7.80 3.75 2.7$ 0.65 0.11 9 545.660 $60,960 360.960 $76.260 Group 2 31.38 7,80 375 2.75 0.65 011 8 346440 362.130 562.130 S77.am Group 3167 7.80 3.75 2.75 065 0.11 a $46.73D $62.565 $62.565 578.400 Gmup4 33.16 7.8D 3.75 2.75 0.65 0.11 a 548.220 S" am 564500 ial.380 Gap 33.35 7.8D 3.75 2.75 0.65 0.11 8 548.440 S65.130 365,130 381.820 GouP5 33.49 7.8D 3.75 275 0.65 0.11 a 548.550 SO 295 $65."5 382010 Gram ID 33.61 7.8D 3.75 235 0.65 0.11 8 548.670 S65.475 565.475 582.220 C., 12 33.78 7.9D 3.75 2.75 0.65 0,11 8 Masao $65.730 $65.730 5826" CW, 13 33.88 7.8D 3.75 2.75 0.65 0.11 8 548940 $65,880 565.880 3828" Coo, 14 33.91 7.80 3.73 2.75 0,65 0,11 8 Uavl0 365.925 $65.925 582880 Growls 33,99 7.8D 3.75 2.75 0.65 0.11 8 549.050 $66.005 566.045 583.040 Go, 16 34.11 7.8D 3.75 2.75 0.65 0.11 a 349.170 566.225 566.225 $83.280 Coup 17 34.28 7.110 335 2.75 0.65 0.11 8 349.340 566480 $66.480 583.620 Gaup 18 34.38 7.80 3.75 275 065 0.11 R M9.MD 366.630 $66.630 $83.820 Group 19 34.49 7.80 3.75 2.75 0.65 0.11 8 $49.55D $66,795 566.795 MW G., 20 34.61 7.8D 335 2.75 0.65 0.11 8 MD.670 $66.975 $66.975 5842nD C., 21 34.78 7.80 3.75 2.75 0.65 0.11 8 M9.MD 567,230 $6790 584.6" Gmup Z2 34.88 7.8D 3.75 2.75 065 011 8 "9.940 $67.380 567.330 "4820 Gc,23 34.99 7,80 3.75 2.75 0.65 0.11 8 550.050 561545 S67.M5 565.040 Group 35.11 7.80 3.75 2 .75 ass 0.11 8 550.170 $67.725 $67915 "5.280 Group 25 35.28 7.80 3.75 2.75 0.65 0.11 8 $50.340 $67,980 $67.980 385620 e 3ndcaus an appmatic5ablu cre0. Rata for Wrantices are available in de General Prevvhs, Wage Apprentice Srhaddn 'Includes an urnman wid.1d forsupplementel dues, 'F. dasift5atiom within each lmW, sae ppSm 8 and 9. `Rare appliesmde firx4 avostimc hours. All oiler daily owrom4is paidmde3wdey ran ° Rate applies m do first 12 bours.wrYM. All other time is paid at de Surxh, 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 agrrement, applicable to the particular erafy 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 6710 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet at bly:ll,w dir.ca.gov/DLSR/PVM. Holiday provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit m (415) 703 -4774, TRAVEL AND /OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel soldier 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) 7034774. You may obtain the Travel and/or subsistence provisions for the current determinations on the Internet at httpW/A S di g /I)LSRIF WD. Travel andtar 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 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS CRAFT: #OPERATING ENGINEER(Mubi-Shift) DETERMINATION: SC- 23 -63 -2- 2005 -2 ISSUE DATE: August 22, 2005 EXPIRATION DATE OF DETERMINATION: June 30, 2006" 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, Kem, Los Angeles, Mon, Orange, Riverside, San Bernardino, San Luis Obispo, Saida Barbara, and Ventura counties. 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 W 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 6701 of the Govcnmtwt Code. You may obtain the holiday provisions for the current determinations on the Internet at TRAVEL ANDIOR SUBSISTENCE PAYMENT: In accordance with Labor Cade Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments m each worker to execute the work. Travel and/or subsistence requirements for each craft, classification or type of worker maybe obtained from the Prevailing Wage Unit at (415) 7034774. You may obtain the Travel and/or subsistence provisions fw the current determinations on the Inttt athttp : //www.dir.ca.Rm•/DLSR/PWD. Travel and/or subsistenceprovisions forcurrent or superseded determinations maybe obtained by contacting the Prevailing Wage Unit at (415) 703 -4774. 9B- Hmylova Pavmarn SaaiW -tune Ovucmewurlv Marc CLASSIFICATION aasicibivly Heellhand P Rion Vawua✓ Treinins Other Flo9a(e) Toed Haaly Daily Saaaday(d) Suaday/ (IOUmeypeson) lute w0are Head, (a) Paymeaa Rate (c) Holiday I M 11/2X 2X Classification Groups (b) Groapt a31.10 7.80 3.75 2.75 0,65 0.11 8 546.160 561.710 $61.710 rA.260 CFO,2 31.88 7.80 3.75 2.75 065 0.11 8 546.940 561880 163880 578.820 Group3 32.17 7.80 375 275 065 0.11 8 547.230 563315 163.315 SW.400 Group4 33.66 7.80 375 2.75 0.65 0.11 8 $48.720 165.550 $65.550 $82.30 Gro,5 33.76 7.80 3.75 275 065 all 8 $48.820 565.700 565.700 $82580 Group6 33.88 280 375 275 0.65 0.11 8 $48.940 $65.880 $65880 $81820 Group? 33.98 7.80 3.75 1" 0.65 011 8 549.040 566.030 366030 $83.020 Group8 33.99 2E0 3.75 275 0.65 0.11 8 $49.050 $66.045 ULM $83.040 Gmup9 34,09 7,80 3.75 2.75 0.65 0.11 8 549.150 566195 $66.195 183240 Caoup 10 34.11 280 3.75 2.75 0.65 0]1 8 $49.170 $66.225 366.225 $83.280 Group 11 3421 7.80 3.75 2.75 065 nil 8 549.270 566375 366375 $83.480 Group 12 34.28 780 3.75 275 065 all 8 549340 366,480 166AN 183.620 Gmup 13 3438 7.80 375 2.75 065 0.11 8 549.440 566.630 166.630 185.820 Group 14 34.41 7.110 175 2.75 0.65 oil 8 349A70 166.675 $66.675 583.880 Group 15 3449 7,80 3.75 2.75 065 0.11 8 $49,550 $66,795 WW5 $84.040 Group 16 34.61 7.80 3.75 275 065 0 .11 8 549.670 $66.975 166.975 184.280 Group 17 34.78 280 3.75 2.75 0.65 Oil 8 $49,840 162230 267230 Us620 Group la 34.88 7.80 3.75 2.75 065 0.11 8 549.940 $67.380 567.380 384320 Group 19 34.99 280 375 2.75 0.65 0.11 8 150,050 262545 567.505 $85040 Group 20 35.11 7.80 3.75 2.75 065 oAl 8 550.170 567.725 $67725 $85280 Group 21 35.28 7.80 3.75 2.75 0.65 all 8 $50.340 167.980 567.980 $85.620 Group 22 35.38 7.80 3,75 2.75 065 0.11 8 S50.440 168,130 $68.130 $85.820 Group 23 35.49 280 3.75 2.75 065 0.11 8 $50.550 568295 $68.295 $86.040 Group 24 35.61 Tire 3.75 2.75 0.65 0.11 8 $50670 $68,175 $68A75 56UN Group 25 35.78 7.80 3.75 2.75 0.65 011 8 $50.840 $68.730 $68.730 $86.620 #Indicaaanapprwti.blccratt Rates for apprantica ere availableaitlu: General tbevailirs Wage Apprentice Srhedule. 'Includes an amount widduld rot mpplaamtal dues. 'For das.•ifiead. sviffiin each group, see pages 8 and 9. `Rare appliesm We Bmtd overtime hours. All od.,datlyovaomeuPaidatbe Swd,. e ltaeappliasmthefical2hoursworked. Allodae fimeispaidmthe5undayru, ,76e1tiN Sbia rhea work 6.56oua.o lurive ormed paiaE, 6rrhicM1 BM1OUrs rinighl -4ma rWll6e pWd aMerm- ahiflrMe, MoMmd,mu�Fridry. 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 W 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 6701 of the Govcnmtwt Code. You may obtain the holiday provisions for the current determinations on the Internet at TRAVEL ANDIOR SUBSISTENCE PAYMENT: In accordance with Labor Cade Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments m each worker to execute the work. Travel and/or subsistence requirements for each craft, classification or type of worker maybe obtained from the Prevailing Wage Unit at (415) 7034774. You may obtain the Travel and/or subsistence provisions fw the current determinations on the Inttt athttp : //www.dir.ca.Rm•/DLSR/PWD. Travel and/or subsistenceprovisions forcurrent or superseded determinations maybe obtained by contacting the Prevailing Wage Unit at (415) 703 -4774. 9B- 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: # DREDGER (OPERATING ENGINEER) DETERMINATION: SC- 63- 12.23- 2005.2 ISSUE DATE: August 22, 2005 EXPIRATION DATE OF DETERMINATION: July 31, 2006 "• The rate to be paid for work performed after this date has been determined. If work will extend past this dam, 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) 7034774 for new rams 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 Ventura counties. Employer Payments Straieht -Thee Overtime Hourly Ram CLASSIFICATION Basic Health Pension Vacation/ Training Other Hours Total Daily Saturday Sunday Holiday (Joureyperson) Hourly and Holiday Hourly Rate Welfare Rate 11/2X 11RX 2X 3X Chief Engineer, Deck Captain $35.10 7.80 3.75 '2.75 0.65 0.05 8 50.10 67.650 67.650 85.200 120.300 Leverman 38.10 7.80 3.75 '2.75 0.65 0.05 8 53.10 72.150 72.150 91.200 129.300 Watch Engineer, Welder, Deckmam 33.52 7.80 3.75 '2.75 0.65 0.05 8 48.52 65.280 65.280 82.040 115.560 Winchman (Stem Winch on Dredge) 32.97 7.80 3.75 `2.75 0.65 0.05 8 47.97 64.455 64.455 80.940 113.910 Fireman- Oiler, Leveehand Deckhand (can operate anchor scow under direction of mate) Bargeman 32.43 7.80 3.75 '2.75 0.65 0.05 8 47.43 63.645 63.645 79.860 112.290 Dozer Operator 33.63 7.80 3.75 x2.75 0.65 0.05 8 48.63 65.445 65.445 82.260 115.890 Hydrographic Surveyor 34.39 7.80 3.75 x2.75 0.65 0.05 8 49.39 66.585 66.585 83.780 118.170 Barge Maw 33.04 7.80 3.75 '2.75 0.65 0.05 8 48.04 64.560 64.560 81.080 114.120 # Indicates an apprenticeable craft. Rates for apprentices are available in the General Prevailing Wage Apprentice Schedule. Includes an amount for supplemental dues. RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage raw 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 Goverment Code. You may obtain the holiday provisions for the current determinations on the Internet at http,// w .dir.ca.gov/DI,SR/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 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 previsions for the current determinations on the Intemetathtti3://www.dir.ca.gov/DLSR/PWD. Travel and/or subsistence requirements for current or superseded determinations maybe obtained by contacting the Prevailing Wage Unit at (415) 703 -4774. 10 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: XCranes, Pile Driver and Hoisting Equipment (Operating Engineer) DETERMINATION: SC -23 -63-2- 2005 -1B ISSUE DATE: August 22, 2005 EXPIRATION DATE OF DETERMINATION: June 30, 2006•• The rate to be paid for work performed aft" this date has been determined. If wmk 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) 7034774. LOCALITY: All localities within Imperial, Inyo, Kem, Los Angeles, Mono, Orange, Riverside, San Bernadine, Sal Luis Obispo, Santa Barbara, and Venmm counties. Pmelover Pavmen¢ Sea hg_r-Time overtime Houdv Rase CLASSIFICATION Red.Hourly HWO..d P. VmedoN Tru ias Other R. ToW Howly Daily Saturday(d) Suodayi (3omaeypfma) Rase Wdfase Holiday (a) Peymen¢ Rate (p) Holidy 112% 112% a Classification Groups (b) Gaon1 V1.45 710 In 2.75 0.65 all 8 896.510 862.235 362.235 $77.960 GroW2 32.21 7.60 3.75 275 0.65 0.11 8 547390 263,405 563.405 879.520 Govp3 3252 7.80 3.75 2.75 0.65 0.11 8 507.580 $63.640 861890 $80.100 Goap4 3266 TO 3.75 2.75 0.65 0.11 8 547.720 564.050 364.050 580.380 Gaup S 3288 7.80 3.75 2.75 0.65 0.11 8 547.940 S64380 $64.380 s8082o G4up6 3299 ]60 3.75 2.75 0.65 0.11 8 548,050 864.545 864.545 581.040 Gaup? 33.11 7.80 3.75 2.75 0.65 0.11 8 548,170 261.725 $M,725 WIN Cmoup8 33.28 7.80 3.75 275 065 0.11 8 518.340 $64.980 $64.930 $81.620 Goup9 33.45 7.80 3.75 2.75 065 all 8 548.510 565235 SOMS SBI.960 Gaup 10 34.45 7.80 3.75 2.75 0.65 0.11 8 509.510 566.735 866735 $83.960 Cosa 11 35.43 7.80 3.75 275 065 all 8 $50,510 266.235 566.235 $B5.960 Gosh 12 36.45 7.80 375 2.75 0.65 0.11 8 351.510 369.735 569735 587.960 Group 13 37.45 7.80 375 2.75 065 0.11 8 852510 48.235 871.235 289.960 alodiomssusp9ren136 1ecmft Ratan EU soornmcf me avail<hlc in the (curd Prevailing Wage Ap Rice SdmedWe ' Ncludf no unount withhold tar suppl.astal duff b For dasifiuoom vnthin each gow, seep IOR. `Raseyryliesmthe Ornlover6m4nom. Alladserd4dyovuemeispaidadle Sundayram. e Rase WE. m the first 12 hours wor8d. All oil. time is paid urhe Sundry rote. NOTE: For Special Shift and Multi -Shift, see pages I OA -1 and I OA -2. RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall he all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of work" employed m 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 cote 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 al http: //www.dir.ca.kov/DLSR/PWD Holiday provisions for current or superseded determinations maybe obtained by contacting the Prevailing Wage Unit m (415)703-4774. TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contract "s 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 work" may be obtained from the Prevailing Wage Unit at (415) 703-4774. You may obtain the Travel and/or subsistence provisions for the Wrr<pl determinations on the Internet ar htm: / /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) 7034774. 10A. IMermmatimv: SC- 2}6}2- Ilh SG2} 20 ]Bl; SC- 2L61L2WSIH2 GROUP Engineer OBer GROUP2 Track Crane Oiler GROUP3 A -Frame or Winch Track Opeator Ross Carrier Operator (Jobsoc) GROUP4 Bridge -Type Umloader and Turmoble Operator Helicopter Hoist Operator GROUP Hydraulic Baom Track Stinger Crone (Austin- Westem or similar type) Tugger Hoist Operator (1 drum) GROUP6 Bridge Creme Operator Crater Cram Operator Hoist Operator (Chicago Boom and similar type) Lift Mobile Operator Lift Slab Machine Operator (Vagdmg and similar types) Material Hoist and/or Man ift Operator Polar Gantry C. Operator Self Climbing Scaffold (or similar type) Shovel, Backhoe, Doglme, Cleambdl Operator (ova 314 yd and up to 5 ca yds, M.RO) SOmt Pifer Toner Hoist Operator (2 drum) GROUP? Pedestal Cone Operator Shovel, Backhoe, Dogline, Clamshell Operaer (over 5 cu yds, MAC.) Tower Cora Repairman, Tugger Hoist Operator (3 dram) GROUPS Create Operator (up to and including 25 tea capacity) Crawler Transporter Operator Derrick Berge Operator (up to and including 25 too capacity) Hoist Operator, Stiff Legs, Guy Derrick or similar type (up to and including 25 ton capacity) Shovel. BackhM Dateline. Claurshe6 Operator (over 7 cu yds M.R.C.) GROW 9 C. Operator (over 25 tons, up to and including 50 tat M.R.C.) Derrick Barge Operator (ova 25 tons, up to and including 50 tar M.R.C.) HigWhte Cableway Operator Hoist Operator, StifLegs, Guy Derrick or similar type (over 25 tons, up W and including 50 tom M.R.C.) K -Crone Polar Come Operator Self Fretting Town, Crme Operator Maximum Lifivg Capacity ten (10) was MISCELLANEOUS PROVISIONS: GROUP 10 Cruse Operator (over 50 tons, up to and including 100 on M.R C.) Derrick Sorge Operator (over 50 toms, up to and including 100 tan M.R.C.) Hoist Operator, Stiff Legs, Guy Detrick or similar type (ova 50 tons, up to and including 100 ton M.R.C.) Mobile Tower Crane Operator (ova 50 tons, up W and including 100 We MR.C.) GROUP 11 Crane Operator (over 100 coos, up to and including 200 tan MR.C.) Derrick Barge Operator (over 100 tors, up to and including 200 tans M.R.C.) Hoist Operater, Stiff Legs, Guy Derrick or similar type (over 100 tons, up to and including 200 ton M.RC.) Mobile Tower Come Operator (over 100 tons, up W and including 200 ten M.RC.) Tower Create Operator and Tower Gantry GROUP 12 Came Operator (over 200 Wits, up W and including 300 tons M.R.C.) Derrick Barge Operator (ovm200 tons, up to and including 300 tons M.R.C.) Hoist Operator, Stiff Logs, Guy Derrick ear sinla type (over200 tons, up W and including 300 tan M.R.C.) Mobile Tower Cone Operator (over 200 tons, up to and including 300 ton M.R.C.) GROUP 13 Cove Operator (over 300 tons) Derrick Berge Opeoner (over 300 Was) Helicopter Pilot Hoist Operator, Stiff Legs, Guy Derrick or similar type (over 300 tons) Mobile Tower Crane Operator (over 300 tons) 1. Operators on hoists with three dams shall receive fiftean cents (150) per Moat additional pay to the regular rote of pay. The additional pay shall be added to the regular raze and become the base rate for the entire shift. 2. AB heavy duty repairman and heavy duty combination shall receive twenty- five cents (250) per how too[ allowance is addition to their regular rate of pay and this shall became 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 W their regular rate of pay, and that rare shall become the basic hourly rate of pay. IOB - 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: #Cranes, Pile Driver and finishing Equipment (Operating Engineer, Mufti-Shift) DETERMINATION: SC- 23-63 -2- 2005 -1131 ISSUE DATE: August 22, 2005 EXPIRATION DATE OF DETERMINATION: June 30, 2006'• The rate to be paid for work performed after this date has been determined. If work will =land 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) 7034774. LOCALITY: All localities within Imperial, Inyo, Keno, Las Angeles, Mono, Orange, Riverside, San Bernardino, San Luis Obispo, Santa Barbara, and Ventura counties. Pmolovm Pavmmb Suaieht - Time Overtime Road, Rote CLASSIFICATION Basic Korrly Haelthend Pension Va w Tnirma #her 11u (e) ToWHoorly Daily Saturday (d) Sundry/ occoneyperson) Rate Welfare Hoiidry(a) Paymentt Rao (p) Hd-hy 1im IIM 2X Classifica0on Groups (b) Gm 1 $3245 7.80 3.75 2.75 065 011 8 547.510 563.735 563.735 579.960 C 9 2 33.23 7.80 375 275 0.65 011 8 548.390 564.905 564.905 581.520 G a, 3 33.52 7.80 3.75 2.75 0.65 0.11 8 548.580 565.340 $65.340 =100 Goup4 33.66 7.80 375 275 0.65 011 8 S48.TD $65.550 $65.550 582380 Goup5 3188 7.80 3.75 275 0.65 0.11 8 548.940 $65.880 $65.880 582820 Go,6 3393 7.80 375 295 065 0.11 8 SOMD 566.045 $66.045 $83.040 Grmp7 34.11 7.80 375 275 0.65 0.11 8 549.170 $66.225 $66.225 583.280 G 8 3428 7.8D 3.75 2.75 065 011 8 549.340 566.480 WAN 583.620 Cm 9 3445 780 3.75 275 0.65 0.11 8 $49.51D $66.735 $66.715 583.960 Coup 10 35.45 7.80 3.75 2.75 065 0.11 8 550.510 568.235 $68.235 585.960 Coup 11 3645 7so 375 275 0.65 0.11 8 $51.510 $69.735 $69735 587.960 Cows 12 37.45 7.80 3.75 2.75 065 011 8 $52.510 571.235 $71.235 589.960 Goup 13 38.45 79D 3.75 2.75 0.65 all 8 $53.510 $72.735 S72M5 S91.%o #talicaesanapficeablemah Rates for apprentices are availAde in the ameml Prevdli% Wage Apprmtim Schedule ' Sncludes an arrmum auithheld for aupplemeuW dues. For daesifieatimu vitlmi each ®aq, ue page I OB. `Rae appliesmtlro fira4overtime truant AlotherdailyvoerirreispaidmtheSwdq , rma. t Rate p li.Wthe11rm12hoursxorkad All othm ante ispeidame Sundry rate. e TheT'd Shift shall .,k 65 hours,euJusiw ofined period, for wi a 8 hourssmigN -time Audi bepaid m the wn- sliftrnh,h &y dxrugh Friday. RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be pad, 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 late shall be pad shall ben provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet at hpp. /www dir caggyaUR/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 Cade 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) 7034774. You may obtain the Travel and/or subsistence provisions for the current determinations on the Internet at httpPlivvew dir.ca.gov/DLSRIPWD. Travel and/or subsistence provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 7034774. 10A -1- 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: #Cranes, Pile Driver and Hoisting Equipment (Operating Engineer, Special Shift) DETERMINATION: SC-23 -63 -2- 2005 -1132 ISSUE DATE: August 22, 2005 EXPIRATION DATE OF DETERMINATION: 1=0 0,2006-- 25106•• The raze 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, Kem, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Luis Obispo, Santa Barbara, and Ventura counties. 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 We Government Code. You may obtain the holiday provisions for the current determinations on the Internet at htmJ /www.dirca.uowDLSR/PWD. Holiday provisions for current or superseded determinations maybe obtained by contacting the Prevailing Wage Unit ar (415) 7034774. 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 fm each crag, 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 Intemd at h�tp:' /www dir cauovIDLSR/PWD. Travel and/or subsistence provisions for current or superseded determinations maybe obtained by contacting the Prevailing Wage Unit at (415) 703 -4774. 1 0A -2- Emnlover Pavmm6 Strwdu -Time Overrime HOmly Bete CLASSIFICATION Basic Hourly Health and P..w. VamnoN Tmming ONer Houn Total Hoody Daily Saturday (d) Sos byl (Jomneyperson) Bate Weltue Holiday(.) Peymean Brae (C) Holiday 1 H2X I Im a Classification Groups (b) G.P 1 531.95 180 3.75 275 0.65 0.11 8 547.050 862.985 862.985 878.960 Gru,2 3273 7.80 3.75 2.75 065 0.11 8 547.790 $64.155 869.155 $80.520 Gmop 3 33.02 7.80 3.75 2,75 0.65 0.11 8 848.080 864.590 869.590 581.100 Group4 33.16 7.80 3.75 2.75 065 0.11 8 843.220 $64,800 564.800 581.380 Coup5 33.38 7.80 3.75 2.75 065 0111 8 548.440 565.130 $65.130 $91.820 Croup 33.49 7.80 3.75 275 a65 0.11 8 548.550 $65.295 $65.295 581040 Gmup7 33.61 7.80 3115 2.75 065 0,11 8 548.670 $65.475 $65,475 $82.280 Coup 9 33.78 7.80 3.75 275 a65 0.11 8 $48.840 $65.T3o 56s.M 582.620 Gmup9 33.95 7.80 3.75 275 065 0.11 8 $49,010 $65,985 $65,985 $82960 Coup 10 34.95 7.80 3.75 275 0,65 011 8 $50,010 367AB5 $67,485 589.960 Gmup 11 35.95 7.8D 3.75 275 0.65 all 8 $51.010 $68,985 $68.985 586.960 Coup 12 36.95 7.8D 3.75 275 0.65 0.11 8 852.010 870.985 870485 $88.960 Coup 13 37.95 7.8D 3.75 275 065 0.11 8 $53.010 $71985 $71985 590.960 N Indicates as appteauceeble cNt Bates for eppusuice, aR aveilshle N du General Prevailing Wage Appmaux Sdredvle. 'ladudea as..= A&hEld for suppkm td dues 'For du sificuions withw each ,up, sw page loB. 'Bakuw0estoth.flut4overumehoum. Allothmdailyoverumei.pvdatthe Swdayrau. s Btte ePP11ee W dw ficu 12 hums worked AB othaume is paid m tlse 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 We Government Code. You may obtain the holiday provisions for the current determinations on the Internet at htmJ /www.dirca.uowDLSR/PWD. Holiday provisions for current or superseded determinations maybe obtained by contacting the Prevailing Wage Unit ar (415) 7034774. 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 fm each crag, 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 Intemd at h�tp:' /www dir cauovIDLSR/PWD. Travel and/or subsistence provisions for current or superseded determinations maybe obtained by contacting the Prevailing Wage Unit at (415) 703 -4774. 1 0A -2- 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: # LANDSCAPE OPERATING ENGINEER DETERMINATION: SC- 63- 12 -33- 2005 -1 ISSUE DATE: February 22, 2005 EXPIRATION DATE OF DETERMINATION: September 30, 2005" The rate to be paid for work performed after this data 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) 7034774. 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 CLASSIFICATION Basic Health Pension Vacation Training Other Hours Total (JOURNEYPERSON) Hourly and and Hourly Rate Welfare Holiday Rate Landscape Operating Engineer Backhoe Operators Forklifts -Tree Planting Equipment Oobsite) HDR Welder- Landscape, Irrigation, Operating Engineers' Equipment Roller Operators Rubber -tired r& Track Earthmoving Equipment Skiploader Operators Trencher -31 horsepower and up $23.76 7.40 3.75 '2.75 0.65 0.05 8 38.36 Overtime Hourly Rate Daily Sunday Holiday 112X 2X 3X 50.24' 62.12 85.88` # 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. 'Rate applies to the fast four overtime hours daily and the first twelve hours on Saturday. Thereafter use the Sunday overtime rate. `All work performed on a dewatering operation on holidays and all other work on holidays except Labor Day and the Ist Saturday following the 1 st 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 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 http: /Av .dir.ca.gov/DLSRIPWD. 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.dir.cagov/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. 10-C 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: 4Tuand (Operating Engineer) DETERMINATION: SC- 23- 63- 2- 2005 -IC ISSUE DATE: August 22, 2005 EXPIRATION DATE OF DETERMINATION June 30, 2006 "" The mare to be Paid fm work performed after this date has born dent mined. Ifwak will extend past this dace the new mac must be paid and should be moorporatcd in contracts eacamd into now. Contact the Division of Labor Statistics and Research fm specific rates at(415) 7034n4. LOCALITY: All localities within Imperial, Inyo, Rem, Los Angela, Mono, Orange, Riverside, San Bernardino, San Luis Obispo, Santa Barbara, and Venous counties. A Indimces m alincomeable coal Rues fn'apprentices sat available in the Gmua Prevaling Wege Apprentice Schedde 'beludes men 1 witMdd for zupplanead dun. bR rtapliesmthefirst4overtmehours. All otlur duly ov¢rtimeis padmNe Sunday rate. c Rneappliestothefnal2bacal.ked. AllmhmtimeislviduMe Swldsyran, RECOGNIZED HOLIDAYS: Holidays upon which the general permitting homty wage rate fm Holiday work shall be paid shall be all hohdays in the collective bargaining agreement applicable to the particular at classification, or type of worku employed on the project which is on file with the Director oflndustrial Relations. Htheprevoiling rain is not based can collectively bargained rate, the holidays upon which the providing cote shall be paid shill be" provided in Section 6700 ofthe Govemmm[ Code. You may obmvr the holiday provisions for the current determinations on the lmemed datfirNwwwd'rca mv/DISR/PWq Holiday provisions for wurent a superseded demrmulatoas may be obtained by contacting the Prevailing Wage Unit m (415) 703 -4774. TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sectors 1773.1 and 17719, contractors shall make travel and/or subsistence payments to each worker to eseca2 the work. Travel and/or subsistence requiremerte, for each mat classification or type of worker may be obtained from the Prevailing Wage Unit M (415) 703 -4774. You may obtain the Travel and/or subsistence provisions for the clnrmtt determmdions no the hhtemd atom f/www.dirca%mviDLSR/PWU Travel and/or subsis[eare provisions fm comet or superseded detemhimticas may be obtained by Woo lg the Pravailing Wage Unit at(415) 703 -4774, CIASSIPJGTIONS: crow n Homy Dky l l,a'vmm aelpm cram 2 skllm er(w6 lrypem m inn YJ, whon•aecmvem) Green 3 Clnbmm Paxa4hivmJumba Poe SamrOleret« Geoap 4 Dbkey LmommlvcmMOtwmn (m m ano censure 10 can Rufumn $lip rams Pump Opamkr(gwer dwen h3smu5e loft device Our uorvem nuts) Tooter Han 0pemew(1 bun, Tunnel Lommmye 0,cmw(over to «q up m anal Including 30 Was) Gmupe aadmae cpanal (up am lududbg 3/4 Ss.) small find. Case or aural Doll Dolor (race, Marmne Operator He", uhiaal opermca Homy Duty "I. (n e, kCOncr eA e IX r shandar ly tape) Prunueetc Here Sheld (roman Puru mGun Operator Opacof« Tmdor Conpaamrar( Cortltim0on OOera1« Tunnel Howl op«emr r dram) Tunnel Lotounotiw OPomlm (ow 20tons) meant Has, Only RepeimumMid., ComtlnMen Grevp s Parry Chef Groin 5 Jumbo Rpe tamer Group f B+a6vpner Mun*1n opal Eudid. ydmebodsaniler typo) Tunnel MCm roduG MeehluwOperator L.ul P Iui¢aerl GUemr(GUme Tructl Mugdilp MeaMne Operator (114 p ruroartlmd.lnil «bark type) Inrvuveamm MISCELLANEOUS PROVISIONS: 1. t3p«mrsramerhsvdN tivce drums shall roceive fifteen «nth(15 {)puhom additions pay mtlra mlmlar ram of pay. Theadditimal Pay seal be addMmthe rcgulucom andhecome the base mm for rate entiro �fl. 2. All henvy duty repam usedhavy duty combination seal raceivetwesty -fin onw(250)perhourmol slowanwm addition to theirregularmtrop ,mdthisrlWlbaomtluarbue rueofpay. 3. EmploycezraryirNmsui[ up and wont:Nah� don mamda mvimnment shall receive Two Dogars( I2. 00) perbem Nadditionm Aar regulu nut of Pal. mdilm rue anal be«melbe basic houdy cote ofm. 10-D - Emplevn Pavmeas Sbaeht - Tian e Overtime Hourly Rate CLASSIFICATION Baeiclbmly Heathead Pension VecatioN Trawgq Mar Hours ToW Hourly Daily Saturday Sunday/ (lomneyperson) Rate Welflre Holiday (a) Payments Rata (b) (p) Mid, 11/SX 112X 2X ClassiRCatican Groups Gan,1 531.95 7.80 375 275 065 0.11 8 347.010 $62.985 362985 $78.960 Gm, 2 32,73 7.80 3.75 2.75 065 0.11 8 347.790 SM 155 564.155 580.520 Gmup3 33.02 780 3.75 275 065 011 8 548.080 561.5911 561.590 581.100 (iroup4 33.16 7.80 3.75 275 0.65 011 8 348.220 564800 Wall) 381.380 Group s 3398 7.80 3.75 2.75 D.65 0.11 8 348.440 565.130 555.130 381.820 (ho'6 3349 7.80 3.75 275 065 0.11 8 Sol 550 365.295 $65395 58204D Group7 33.61 7,80 3.75 2.75 065 0.11 8 548.670 565.475 565.475 S82.28D Go,8 3378 7,80 3.75 2.75 0.65 DU 8 548.840 565.730 565.73D 382.620 Gmup9 33.91 7.80 3.75 2.75 0,65 0.11 8 us 970 $65.925 565.925 $82.880 A Indimces m alincomeable coal Rues fn'apprentices sat available in the Gmua Prevaling Wege Apprentice Schedde 'beludes men 1 witMdd for zupplanead dun. bR rtapliesmthefirst4overtmehours. All otlur duly ov¢rtimeis padmNe Sunday rate. c Rneappliestothefnal2bacal.ked. AllmhmtimeislviduMe Swldsyran, RECOGNIZED HOLIDAYS: Holidays upon which the general permitting homty wage rate fm Holiday work shall be paid shall be all hohdays in the collective bargaining agreement applicable to the particular at classification, or type of worku employed on the project which is on file with the Director oflndustrial Relations. Htheprevoiling rain is not based can collectively bargained rate, the holidays upon which the providing cote shall be paid shill be" provided in Section 6700 ofthe Govemmm[ Code. You may obmvr the holiday provisions for the current determinations on the lmemed datfirNwwwd'rca mv/DISR/PWq Holiday provisions for wurent a superseded demrmulatoas may be obtained by contacting the Prevailing Wage Unit m (415) 703 -4774. TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sectors 1773.1 and 17719, contractors shall make travel and/or subsistence payments to each worker to eseca2 the work. Travel and/or subsistence requiremerte, for each mat classification or type of worker may be obtained from the Prevailing Wage Unit M (415) 703 -4774. You may obtain the Travel and/or subsistence provisions for the clnrmtt determmdions no the hhtemd atom f/www.dirca%mviDLSR/PWU Travel and/or subsis[eare provisions fm comet or superseded detemhimticas may be obtained by Woo lg the Pravailing Wage Unit at(415) 703 -4774, CIASSIPJGTIONS: crow n Homy Dky l l,a'vmm aelpm cram 2 skllm er(w6 lrypem m inn YJ, whon•aecmvem) Green 3 Clnbmm Paxa4hivmJumba Poe SamrOleret« Geoap 4 Dbkey LmommlvcmMOtwmn (m m ano censure 10 can Rufumn $lip rams Pump Opamkr(gwer dwen h3smu5e loft device Our uorvem nuts) Tooter Han 0pemew(1 bun, Tunnel Lommmye 0,cmw(over to «q up m anal Including 30 Was) Gmupe aadmae cpanal (up am lududbg 3/4 Ss.) small find. Case or aural Doll Dolor (race, Marmne Operator He", uhiaal opermca Homy Duty "I. (n e, kCOncr eA e IX r shandar ly tape) Prunueetc Here Sheld (roman Puru mGun Operator Opacof« Tmdor Conpaamrar( Cortltim0on OOera1« Tunnel Howl op«emr r dram) Tunnel Lotounotiw OPomlm (ow 20tons) meant Has, Only RepeimumMid., ComtlnMen Grevp s Parry Chef Groin 5 Jumbo Rpe tamer Group f B+a6vpner Mun*1n opal Eudid. ydmebodsaniler typo) Tunnel MCm roduG MeehluwOperator L.ul P Iui¢aerl GUemr(GUme Tructl Mugdilp MeaMne Operator (114 p ruroartlmd.lnil «bark type) Inrvuveamm MISCELLANEOUS PROVISIONS: 1. t3p«mrsramerhsvdN tivce drums shall roceive fifteen «nth(15 {)puhom additions pay mtlra mlmlar ram of pay. Theadditimal Pay seal be addMmthe rcgulucom andhecome the base mm for rate entiro �fl. 2. All henvy duty repam usedhavy duty combination seal raceivetwesty -fin onw(250)perhourmol slowanwm addition to theirregularmtrop ,mdthisrlWlbaomtluarbue rueofpay. 3. EmploycezraryirNmsui[ up and wont:Nah� don mamda mvimnment shall receive Two Dogars( I2. 00) perbem Nadditionm Aar regulu nut of Pal. mdilm rue anal be«melbe basic houdy cote ofm. 10-D - 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: #Tunnel (Operafing Eogineer)(Multi-Shift) DETERMINATION: SC-23.63 -2- 2005 -ICI ISSUE DATE: August 22, 2005 EXPIRATION DATE OF DETERMINATION: June 30, 2006"• The rote to be paid for work performed after this data has been determined Ifwork will extend past this date the new rate must be paid and should be mompomhd ram contracts canard into Nev. Conrad the Division of Labor Sesames and Research for specific rites At (415) 7034774. LOCALITY: All localities within hopeful, Inyo, Rase, Los Angeles, Mono, Orange, Riverside, San Bemmdhm, San Luis Obispo, Sane Barbra, and Venture counties. Nlndirns m apprartisable tine Bator for apprmtium are available in the Gan and Pravaifing Wage A1Armt6m Selsedule 'Included as wort edttheld for supplemental dues. b sae applim to the firs 4 overtime hours. All other daily overtime is paid a de, Sunday rate. c Rae epplies ro dte five 12 hom worked Ml oana mne is pod atthe Smday rem. RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rte for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particulm coat, dassifimmou, or type ofwurker employed on (he project which is on file with the Director of Iraltetrial Relations. IfOse prevadmg one is act based on a cofledively bargained me, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 ofthe Goverment Code, You may obtain the holiday provisions for the cmenr deeroiaa ons on the Interne tat" / /www.drsat sovmt ARryWD Holiday provisionsfr murmt or superseded detrnninations may be obtained by contacting the Prevailing wage Unit at (415) 7034774. TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contrdms shall make travel mllor subsistence paymerns m each workermexecule the work. Treed and/or subsistence requhemrnefor each craft, classification or type ofworker may be obeived from the Prevailing Wage Unit x(415) 703 -4774. You may obtain The Travel and/or subsistence provisions for the current determinations on the Internet abtp :dwww.dirxoRm!DLSR/PWD Trveland/mmbsimnce provisions fr dnrmt or superseded deteminatiom may be obtained by contacting the Prevailing Wage Unit m (415) 7034774. CL 1711[GMoNS Guam,I Huey Derry Pc drmn Mtyn Gnep2 SS�U W a (wrcl type up m 3/4 yd widg4 abctmttl) cranes Chateau, FtmvmDriverruvboFOmt $rnOpctaar creep older I.ocwoaivc mTbtnnesI, In and ialedina Io em) Reserve Sap Fool Fump Operator u conudrban hkdmurc litre device rot cencmta runes) Tosser Hum operator It dorm) Tunnel LamtMM operator (ever 10 eM up toed Ind llW lane) Wetter -General Groups Backhoe Operator (up anal Indmina 3/4 W.) Stoll Fwd, Case or similar UVll Doctor Granting MmM1ina Opmdor Head, Shied Operator Heavy Duer Repalmm� Pneunaic Coneude Mace, taaahlra Opasmr (Hacrua,p savor or simile type) Pnoraretk HBaong Shield(runm0 Purtpmele Gun Operator Tntler Cdo resca DO Comanvlbn operator TuNer Hdst Opamor Q( dorm) Tunnel Lomr W Ae Operator (own m toll) GroupT He., Duty RepalmemYtMaCatGrtetlon Group pod Laid Greep5 Junto Rea Carrkr croups Bb Slurpmr t.oeler Opersear(ANey, Eudid. Vane end uselartyped Tunnel Mob Baits Marine Opatater Fampmd Gnam(.hasse TOO:) Muen, Madtlna Operator (114 yd robber and, rat or oak up) Mummer® MISCELLANEOUS PROVISIONS: I. Opmmorsmhoisrs with tlecodrums shall rewivo fitloeo wan USd)per horn adrOtimd m totheregulamnofpay Thai additiwd pay shallbeaddcdmt6e mgulu tae mdbaemethe beaemefortheentimahift 2. All heavy dory rcpamm mdheavy dory combioviw shell receive twmry -fiw wns(25p)pm hour roar allowmrin udkdm mthev mgdm nmofp¢Y and Otis:lulibemmotlrcirbax rate dpey. 3. Entployms remerdMSUit up and wwkmehaxardous mamda mvinnmmt, ahMlrwciw Twv 3bBam{ f2. t) D) pe r hour in adtitim ra dcr regWunM dP %. and Waraeahallbunme the basic homty rancefpay. 10 -D -1- Easpl.pesmmn Snsivht -Time OYUtime Hourh Han CLASSIFICATION Basicliowly Hedthmd Pram Vastcn/ Trueness Cdo, Bonn Total Hourly Day Saturday Sao*/ (Jotuneyperson) Rate Welme Holiday la) Paymmn Rae (b) (c) Hdiduy 11 /LY 112x 3X Classification Groups Group 1 $31.95 7.80 3.75 2.75 0.65 0.11 7.5 847,010 862.985 $62.985 (78.960 choup2 32.73 7.80 3]3 2.75 065 0.11 7.5 $47,790 5 ASS 36,1355 $80.520 Gnep3 33,02 7.80 3.75 2.75 0.65 0.11 7.5 848,080 $64.5% $64390 $81.IN Group 33,16 7.80 3.75 2.75 065 0.11 7.5 (48.220 364.800 364.800 $81380 Groups 33.33 7.80 3.75 2.75 0.65 0.11 7.5 348440 365.130 $65.Im $91.820 Group 3349 7.80 3.75 2.75 065 0.11 7.5 848.550 865195 365295 $82.040 GW7 33.61 7.80 3 ,75 2 .75 0.65 0.11 7.5 $48.670 $61475 %5475 $82.280 Group8 33.78 7.80 3.75 2 .75 0.65 0.11 7.5 848.840 865.730 %5.730 $82.620 racep9 33.91 7.80 3.75 2.75 0.65 0.11 7.5 548.970 %5.925 %5.925 sn.880 Nlndirns m apprartisable tine Bator for apprmtium are available in the Gan and Pravaifing Wage A1Armt6m Selsedule 'Included as wort edttheld for supplemental dues. b sae applim to the firs 4 overtime hours. All other daily overtime is paid a de, Sunday rate. c Rae epplies ro dte five 12 hom worked Ml oana mne is pod atthe Smday rem. RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rte for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particulm coat, dassifimmou, or type ofwurker employed on (he project which is on file with the Director of Iraltetrial Relations. IfOse prevadmg one is act based on a cofledively bargained me, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 ofthe Goverment Code, You may obtain the holiday provisions for the cmenr deeroiaa ons on the Interne tat" / /www.drsat sovmt ARryWD Holiday provisionsfr murmt or superseded detrnninations may be obtained by contacting the Prevailing wage Unit at (415) 7034774. TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contrdms shall make travel mllor subsistence paymerns m each workermexecule the work. Treed and/or subsistence requhemrnefor each craft, classification or type ofworker may be obeived from the Prevailing Wage Unit x(415) 703 -4774. You may obtain The Travel and/or subsistence provisions for the current determinations on the Internet abtp :dwww.dirxoRm!DLSR/PWD Trveland/mmbsimnce provisions fr dnrmt or superseded deteminatiom may be obtained by contacting the Prevailing Wage Unit m (415) 7034774. CL 1711[GMoNS Guam,I Huey Derry Pc drmn Mtyn Gnep2 SS�U W a (wrcl type up m 3/4 yd widg4 abctmttl) cranes Chateau, FtmvmDriverruvboFOmt $rnOpctaar creep older I.ocwoaivc mTbtnnesI, In and ialedina Io em) Reserve Sap Fool Fump Operator u conudrban hkdmurc litre device rot cencmta runes) Tosser Hum operator It dorm) Tunnel LamtMM operator (ever 10 eM up toed Ind llW lane) Wetter -General Groups Backhoe Operator (up anal Indmina 3/4 W.) Stoll Fwd, Case or similar UVll Doctor Granting MmM1ina Opmdor Head, Shied Operator Heavy Duer Repalmm� Pneunaic Coneude Mace, taaahlra Opasmr (Hacrua,p savor or simile type) Pnoraretk HBaong Shield(runm0 Purtpmele Gun Operator Tntler Cdo resca DO Comanvlbn operator TuNer Hdst Opamor Q( dorm) Tunnel Lomr W Ae Operator (own m toll) GroupT He., Duty RepalmemYtMaCatGrtetlon Group pod Laid Greep5 Junto Rea Carrkr croups Bb Slurpmr t.oeler Opersear(ANey, Eudid. Vane end uselartyped Tunnel Mob Baits Marine Opatater Fampmd Gnam(.hasse TOO:) Muen, Madtlna Operator (114 yd robber and, rat or oak up) Mummer® MISCELLANEOUS PROVISIONS: I. Opmmorsmhoisrs with tlecodrums shall rewivo fitloeo wan USd)per horn adrOtimd m totheregulamnofpay Thai additiwd pay shallbeaddcdmt6e mgulu tae mdbaemethe beaemefortheentimahift 2. All heavy dory rcpamm mdheavy dory combioviw shell receive twmry -fiw wns(25p)pm hour roar allowmrin udkdm mthev mgdm nmofp¢Y and Otis:lulibemmotlrcirbax rate dpey. 3. Entployms remerdMSUit up and wwkmehaxardous mamda mvinnmmt, ahMlrwciw Twv 3bBam{ f2. t) D) pe r hour in adtitim ra dcr regWunM dP %. and Waraeahallbunme the basic homty rancefpay. 10 -D -1- 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: #BUILDING /CONSTRUCTION INSPECTOR AND FIELD SOILS AND MATERIAL TESTER DETERMMATION: SC -23 -63-2- 2005 -ID ISSUE DATE: August 22, 20n5 EXPIRATION DATE OF DETERMINATION: Lune 30, 2006" The rate w be paid Car work peformed af=this date has been determined. Ifwork will extend past this date the new one, a st be paid and should be incorporated in contracts entered into now. Contact the Division ofLabm Statistics cord Research for specific rates a (415)7034774. LOCALITY: Ail localities within Imperial, Inyo, Kern, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Luis Obispo, Some Barbera, and Vepaaa counties. 9Indicstes an epprenMesble cmR Raps for apprentices m available in the GeneN Prevailing Wags Apmentica 9 Nodule Includes an mnomt wddteld for supplemennl dues. bRm applierb McRmloveefimehoun. Mloffia ilyoveremeispaidmfie Smdayrate c gate applies to the first 12 Mars worked All other now is paid m the Send, ran. 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 bawd on a collectively bargained rare, the holidays upon which the prevailing rate shall be paid shag be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Iatemet at hffD Pwww.dir caaov,DLSR/PWD. Holiday provisions for current or superseded determinations maybe 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 "type of worker maybe 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 htm "1 d' p /DLSR/PWD. Travel and/or subsistence provisions for current or superseded determinations maybe obtained by contacting the Prevailing Wage Unit a[ (415) 7034774. CLASSIFICATIONS: GROUP Field Soils and Matetials Tester Field Asphaltic Concrete (Soils and Mateials Tester) Field Earthwork (Grading Excavation and Filling) Grouts II AWS -CWI Welding Inspector Building / Construction Inspector Licensed Grading Inspector Reinforcing Steel Reinforced Concrete PraTensimn Concrete Post - Tenslon 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 Plan Spray - Applied Fireproofing Structural masonry 10-E - Group 111 Nondestructive Testing (MDT) Emolover pavmens smsaht -75me Overtime Hsurly Rare CLASSIFICATION Base Bourly Healthand Pension vaestioN Teaming other Hours Toni Harty Daily Saturday Stmdw/ (Ionsegp"nos) Ran W.1f. Holiday (a) Payments Rate (b) (a) Holiday 1im 1IM a Classification Groups Group $30.88 7.80 3 ,75 2.75 0.65 0.11 8 V5.MD $61.38D $61.380 $76.820 Group 32.66 7.80 3.75 2,75 065 0.11 S 547.720 564.050 564.050 580.380 Grs,3 3466 7,80 3.75 275 e65 0.11 8 $49.72D $67.050 367.050 584.380 9Indicstes an epprenMesble cmR Raps for apprentices m available in the GeneN Prevailing Wags Apmentica 9 Nodule Includes an mnomt wddteld for supplemennl dues. bRm applierb McRmloveefimehoun. Mloffia ilyoveremeispaidmfie Smdayrate c gate applies to the first 12 Mars worked All other now is paid m the Send, ran. 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 bawd on a collectively bargained rare, the holidays upon which the prevailing rate shall be paid shag be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Iatemet at hffD Pwww.dir caaov,DLSR/PWD. Holiday provisions for current or superseded determinations maybe 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 "type of worker maybe 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 htm "1 d' p /DLSR/PWD. Travel and/or subsistence provisions for current or superseded determinations maybe obtained by contacting the Prevailing Wage Unit a[ (415) 7034774. CLASSIFICATIONS: GROUP Field Soils and Matetials Tester Field Asphaltic Concrete (Soils and Mateials Tester) Field Earthwork (Grading Excavation and Filling) Grouts II AWS -CWI Welding Inspector Building / Construction Inspector Licensed Grading Inspector Reinforcing Steel Reinforced Concrete PraTensimn Concrete Post - Tenslon 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 Plan Spray - Applied Fireproofing Structural masonry 10-E - Group 111 Nondestructive Testing (MDT) 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: #BUILDING /CONSTRUCTION INSPECTOR AND FIELD SOILS AND MATERIAL TESTER (SPECIAL SHIFT) DETERMINATION: SC- 23-63.2.2005.1131 ISSUE DATE: Augaal22,2005 EXPIATION DATE OF DETERMINATION: June 30, 2006** The rate to be paid fm work performed afLr this date has bem determined. Ifwork will extend past this date the new rare must be paid and should be momporated m coatracta entered into now. Contact the Division ofLSbor Statistics and Research for specific rates a (415) 7034774. LOCALITY: AD localities within Impenal, lnyq Kern, Los Angeles, Mm, Orange, Riverside, San Bermudian, San Luis Obispo, Sang Barbara, and Veneta counties. k lndicves an apprmriwble it Rata for appal. ore available in the (keedd Prevailing Wage Appmrdce S hW. ' hidudes m mnowt withheld Por supplcawul dues. b Rare applies m the first 4 ovemme hours. All other dsily ovem.a paid a the Sunday rate. c Raze apPliamrhe fires l2 bows vwAM. All adiatim is Psidaztlrc S,mday tax RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage tale 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 baud 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' / /wwv, dir ca RovlDLSRlPWD. Holiday provisions for convent 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 novel 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) 7034774. You may obtain the Travel and/or subsistence provisions for the cannot determinations on the Internet al http.b* w.dir.ca Rov/DLSR/PWD. Travel and/or subsistence provisions for murent or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 7034774. GROUPI Field Soils and Me[aials Tester Field Asphaltic Concrete (Soils and Materiels Tesler) Field Earthwork (Grading Excavator, and Figmg) Group II AW$ -CWI Welding Inspector Building /Construction Inspector Licensed Grading Inspector Reinforcing Steel Reinforced Concrete Pre - Tension Concrete Pos- Tension Concrete Structural Steel and Welding Inspector Glue -Lam and truss Joints Truss -Type Joint Construction Shear Well and Floor System used as diaphragms Concrete batch Plant Spray - Applied Fireproofing Structural masonry 10-G - Group 111 Nondestructive Testing (NDT) Emnlover Pavmmd stmisht -'lime Overtime Hourly Rata CLASSIFICATION Baac Hourly Hmhhand Pension VecaeoN 'Reining Other Moms Todd Brady Daily Saaaday Sunday/ (Jowneype4son) Rine welfare Hdidey(s) Paymenp Rate (b) (c) Hdidry II= 112# 2X Classiftcetion Groups C.,I 531.38 7.80 3.75 2]5 065 0.11 8 546.440 862.130 562.130 mm Coup 2 33.16 7.80 3.75 2.75 0.65 0.11 8 548.220 564.8013 564.800 $81.380 Gmup3 35.16 7.80 3.75 2.75 0.65 O.II 8 $50.220 $67.800 $67.800 $85.380 k lndicves an apprmriwble it Rata for appal. ore available in the (keedd Prevailing Wage Appmrdce S hW. ' hidudes m mnowt withheld Por supplcawul dues. b Rare applies m the first 4 ovemme hours. All other dsily ovem.a paid a the Sunday rate. c Raze apPliamrhe fires l2 bows vwAM. All adiatim is Psidaztlrc S,mday tax RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage tale for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director of Industrial Relations. If the prevailing rate is not baud on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet at htto' / /wwv, dir ca RovlDLSRlPWD. Holiday provisions for convent or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703 -4774. TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make novel and/or subsistence payments to each worker to execute the work. Travel and/or subsistence requirements for each craft, classification or type of worker may be obtained from the Prevailing Wage Unit at (415) 7034774. You may obtain the Travel and/or subsistence provisions for the cannot determinations on the Internet al http.b* w.dir.ca Rov/DLSR/PWD. Travel and/or subsistence provisions for murent or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 7034774. GROUPI Field Soils and Me[aials Tester Field Asphaltic Concrete (Soils and Materiels Tesler) Field Earthwork (Grading Excavator, and Figmg) Group II AW$ -CWI Welding Inspector Building /Construction Inspector Licensed Grading Inspector Reinforcing Steel Reinforced Concrete Pre - Tension Concrete Pos- Tension Concrete Structural Steel and Welding Inspector Glue -Lam and truss Joints Truss -Type Joint Construction Shear Well and Floor System used as diaphragms Concrete batch Plant Spray - Applied Fireproofing Structural masonry 10-G - Group 111 Nondestructive Testing (NDT) 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, CRAFT: BBUILDINGlCONSTRUCTION INSPECTOR AND FIELD SOILS AND MATERIAL TESTER (MULTI-SHIFT) DETERMINATION: SC- 2363 -2- 2005 -ID2 Ierae Date: August 22, 2005 EXPIRATION DATE OF DETERMINATION: J. 30,2006 -- The one to be paid fm work performed after this date has been decesmined. Ifwork will extend past this date the new one most be paid and should be incorporated in contracts entered into now. Counsel the Division of Labor Statistics and Resevch for specific rates U(415)703.4n4. LOCALITY: AR localities within Imperial, Inyo, Kem, Los Angeles, Mono, Orange, Riverside, San Bernadine, San Luis Obispo, Seem Barbara, and Ventura counties. alndicasa an gryvmthmNe watt Rata for apprentices oft available m the General PrevaOihhg Wage Apprentce SrhedWa ' lnduda an amount withheld for sPplem Wdues. b Rmeapplicotothefim4overfi.hours. All otherdeilYOwromeiapaid Wdx,Sundayrme. c Rmeapp0asothefirstl2housswo ui AIIothertimeispmdetthe Srmdwrna 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 buy: / %www.dir.gg,govDLS%?WD. 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 Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistette 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 out the Internet at hfty,/www.dir.c&cov/DLSRTWD. Travel and/or subsistence provisions for current car superseded determinations may be obtained by concocting the Prevailing Wage Unit at (415) 7034774. CLASSIFICATIONS: GROUP 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 10-H- Group III Nondestructive Testing (NDT) EmovyPamsects Straiam -Time Ov .floudv Rae CLASSIFICATION Ban.1looly Healthand Poses vxatoN Training (Nio, Hours Total Heody Daily Saturday Sooky/ (Jahvneyperson) Rose W01foc Holi&Y(a) Payments Rae (b) (p) mi&y 1 im 11/2X 2% Classification Groups Gmupl S31.aa 280 3.75 2 .75 0.65 0.11 a 546940 362880 S62.880 3]8.820 Oroup2 33.66 7.80 3.75 225 0.63 0.11 8 Vans $65.550 $65.550 $82.380 Cxoup3 35.66 780 3.75 2.75 0.65 0.11 a Slone $68.550 $68.550 586380 alndicasa an gryvmthmNe watt Rata for apprentices oft available m the General PrevaOihhg Wage Apprentce SrhedWa ' lnduda an amount withheld for sPplem Wdues. b Rmeapplicotothefim4overfi.hours. All otherdeilYOwromeiapaid Wdx,Sundayrme. c Rmeapp0asothefirstl2housswo ui AIIothertimeispmdetthe Srmdwrna 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 buy: / %www.dir.gg,govDLS%?WD. 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 Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistette 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 out the Internet at hfty,/www.dir.c&cov/DLSRTWD. Travel and/or subsistence provisions for current car superseded determinations may be obtained by concocting the Prevailing Wage Unit at (415) 7034774. CLASSIFICATIONS: GROUP 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 10-H- Group III Nondestructive Testing (NDT) 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: LANDFILL WORKER (OPERATING ENGINEER) DETERMINATION: SC- 63- 12 -41- 2001 -1 ISSUE DATE: August 22, 2001 EXPIRATION DATE OF DETERMINATION: July 24, 2002' 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, Inyo, Kem, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Diego, San Luis Obispo, Santa Barbara, and Ventum Counties. Employer Payments Straight -Time Overtime Hourly Rate CLASSIFICATION Basic Health Pension Vacation/ Training Other Hours Total Daily Saturday` Sunday/ (Journeyperson) Hourly and Holiday Payments" Hourly Holiday Rate Welfae Rate 112X l 1/2X 2X Mechanic $22.15 $4.21 $1.05 $1.78 $.06 $3.80 8 $33.05 $44.125 $44.125 $55.20 Lead Equipment Operator 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 Track 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 Of Transfer Station Loader Operator/Maimenance/ Fueler/Mechanic Helper 17.15 3.98 .80 1.35 .06 2.90 8 26.24 34.815 34.815 43.39 Scale House 16.15 3.93 .75 1.27 .06 2.72 8 24.88 32.955 32.955 41.03 Load Checker/Water Truck Driver/Parts Runner 11.15 3.70 .50 .85 .06 1.81 8 18.07 23.645 23.645 29.22 Laborer 9.15 3.61 .40 .68 .06 1.45 8 15.35 19.925 19.925 24.50 ' Includes an amount for Sick Leave. 'Amount for employee stock ownership. ` 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 bgp://ww.dir.ca.gov/DLSR/PVFD. 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: //% w .dir.ca,gcv_/D_LSR/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. 1017 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: LIGHT FIXTURE MAINTENANCE DETERMINATION: SC -61441 -2- 2002 -2 ISSUE DATE: August 22, 2002 EXPIRATION DATE OF DETERMINATTON: November 30,2002* 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 Orange County. For other counties please contact the Division of Labor Statistics and Research prior to Bid Advertisement at (415) 7034774 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 httv: / /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. 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. I Emnlover Payments Straight-Time Overtime Hourly Rate CLASSIFICATION Basic Health Pension Vacation Training Hours Total Daily Sunday (Joureyperson) Hourly and and Hourly Holidayb Rate Welfare Holiday Rate 11/2X 2X Maintenance Electrician $20.27 3.30 3.05 a b .25 8 27.48 37.92 48.36 Outdoor Lighting Technician $18.62 3.30 3.05 a b .25 8 25.78 35.37 44.96 Serviceman Stan $10.54 2.05 .75 a b .25 8 13.91 19.33 24.76 6 months $11.57 2.05 .75 a b .25 8 14.97 20.93 26.88 12 months $12.37 2.05 .75 a b .25 8 15.79 22.16 28.53 18 months $14.15 2.05 .75 a b .25 8 17.62 24.91 32.20 24 months $15.84 2.05 .75 a b .25 8 19.37 27.52 35.68 Fixture Cleaner` Start $ 7.28 2.05 .75 a b .25 8 10.55 14.30 18.05 3 months $ 7.91 2.05 .75 a b .25 8 11.20 15.27 19.34 9 months $ 9.01 2.05 .75 a b .25 8 12.33 16.97 21.61 12 months $10.73 2.05 .75 a b .25 8 14.10 19.63 25.15 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) Vacation/Holiday pay is included in straight -time hourly rate. Double time is paid for work on the following holidays: New Year's Day, Memorial Day, Fourth of July, Labor Day, Veteran's Day, Thanksgiving Day, Day after Thanksgiving, and Christmas Day. c) An additional $0.95/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 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 httv: / /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. 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. I 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: LIGHT FIXTURE MAINTENANCE DETERMINATION: SC- 61- 569 -20- 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 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 county. For other counties please contact the Division of Labor Statistics and Research prior to Bid Advertisement at (415) 703 -4774. Employer Pavments Straight -Time Overtime Hourly Ra[e CLASSIFICATION Basic Health Pension Vacation Training Hours Total Daily Sixth Seventh (Joumeyperson) Hourly and and Hourly Day Day Rate Welfare Holiday Rate 112X 11 /2X 2X Fixture Cleaner Start 6.46 1.04 .02 .35 c 8 7.87 11.10 11.10 1433 6 months 6.83 1.04 .02 .37c _ 8 8.26 11.675 11.675 15.09 9 months 7.20 1.04 .02 .39 c _ 8 8.65 12.25 12.25 15.85 12 months 7.57 1.04 .02 .41 c _ 8 9.04 12.825 12.825 16.61 15 months 7.94 1.04 .02 .43 c _ _ 8 9.43 13.40 13.40 17.37 18 months 8.31 1.04 .02 .45 c 8 9.82 13.975 13.975 18.13 21 months 8.68 1.04 .02 .47 c _ _ 8 10.21 14.55 14.55 18.89 24 months 9.04 1.04 .02 .66 c _ 8 10.76 d 15.28 d 15.28 d 19.80 d Serviceman Start 9.59 1.04 .02 .52 c 8 11.17 15.965 15.965 20.76 3 months 9.89 1.04 .02 .53 c _ 8 11.48 16.425 16.425 21.37 6 months 10.19 1.04 .02 .55 c _ _ 8 11.80 16.895 16.895 21.99 9 months 10.49 1.04 .02 .56 c 8 12.11 17.355 17.355 22.60 12 months 10.79 1.04 .02 .58 c _ 8 12.43 17.825 17.825 23.22 15 months 11.09 1.04 .02 .60 c _ _ 8 12.75 18.295 18.295 23.84 18 months 11.39 1.04 .02 .61c _ 8 13.06 18.755 18.755 24.45 21 months 11.69 1.04 .02 .63 c 8 13.38 19.225 19.225 25.07 24 months 11.96 1.04 .02 .87 c _ _ 8 13.89 d 19.87 d 19.87 d 25.85 d ' 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. n Vacation/Holiday pay is included in straight -time hourly rate. Double time is paid for work on the following holidays: New Year's Day, Memorial Day, Fourth of July, Labor Day, Veteran's Day, Thanksgiving Day, Day after Thanksgiving, and Christmas Day. ` Holiday 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. a 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 "c ". 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 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. I lA 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: LIGHT FIXTURE MAINTENANCE DETERMINATION: SC- 830 -61 -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 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 Riverside county. For other counties please contact the Division of Labor Statistics and Research prior to Bid Advertisement at (415) 703 -4774. Straight -Time Overtime Hourly Ra[e Hours Total Daily Saturday Holiday Hourly & Sunday Rate 11/2X I 112 2X 11.63 17.13 17.13 22.63 DETERMINATION: SC- 830 -61 -2- 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 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 San Bernardino county. For other counties please contact the Division of Labor Statistics and Research prior to Bid Advertisement at (415) 703 -4774. Employer Payments CLASSIFICATION Basic Health Pension Vacation Training Hourly and and Rate Welfare Holiday Lighting Maintenance Service Person $13.56 2.43 .39 — .50 Straight -Time Overtime Hourly Rate Hours Total Employer Pavments CLASSIFICATION Basic Health Pension Vacation Training Hourly and and Rate Welfare Holiday Lighting Maintenance Service Person $11.00 .29 - - -- .34 - -- Straight -Time Overtime Hourly Ra[e Hours Total Daily Saturday Holiday Hourly & Sunday Rate 11/2X I 112 2X 11.63 17.13 17.13 22.63 DETERMINATION: SC- 830 -61 -2- 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 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 San Bernardino county. For other counties please contact the Division of Labor Statistics and Research prior to Bid Advertisement at (415) 703 -4774. Employer Payments CLASSIFICATION Basic Health Pension Vacation Training Hourly and and Rate Welfare Holiday Lighting Maintenance Service Person $13.56 2.43 .39 — .50 Straight -Time Overtime Hourly Rate Hours Total Daily Sunday Hourly Holiday Rate 11/2X 11 /2X 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 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 hfp: / /www.dir.ca.gov/DLSRIPWD. 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. 1113 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 DETERMINATION: SC- 3 -5-4- 2005 -2 ISSUE DATE: August 22, 2005 EXPIRATION DATE OF DETERMINATION: June 30, 2006' The rate to be paid for work performed after this date has been determined. it 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, Kem, Los Angeles, Mono, Orange, Riverside, San Bemarhno, San Diego, San Luis Obispo, Santa Barbara, and Ventura counties. $527 $3.44 $1.00 $0.10 Employer Payments Straight-Time Overtime Hourly Rate CLASSIFICATION Basic Health Pension Vacation/ Other Hours Total Dail? Saturday' Sunday (JOURNEYPERSON) Hourly and Holiday Hourly and Rate° Welfareb Rate 1112X 1112X Holiday ASBESTOS WORKER (20014000 hit) $16.33 $527 Fire Safety Technician - Class I ` $1.50 $0.10 8 (0 -2000 hrs) $11.02 $5.17 $4.46 $0.63 - 8 $21.48 $26.99 $26.99 $32.50 Fire Safety Technician - Class II ` (20014000 Inns) $15.82 $5.17 $4.46 $1.19 - 8 $26.64 $34.55 $34.55 $42.46 Fire Safety Technician - Class III` (4001 -6000 hrs) (4001 -6000 1-rs) $10.75 $5.17 $4.46 $1.26 - 8 $27.64 $36.02 $36.02 $44.39 Fire Safety Technician - Class IV` 8 $27.84 $36.31 (6001 or more hrs) $19.39 $5.17 $4.46 $1.45 - 8 $30.47 $40.17 540.17 $49.86 DETERMINATION: SC- 2D4 -X -18- 2005 -2 ISSUE DATE: August 22, 2005 EXPIRATION DATE OF DETERMINATION: June 3D, 2006" 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 pad and should be incorporated in contracts entered into now. Contact the Division of Labor Statistics and Research at (415) 703 -4774. $3.44 $2.50 $0.10 PLUMBER Fire Safety Technician - Class I ` (0 -2000 hrs) $11.67 $527 $3.44 $1.00 $0.10 6 $21.46 $27.32 $27.32 $33.15 Fire Safety Technician - Class It ` (20014000 hit) $16.33 $527 $3.44 $1.50 $0.10 8 $26.64 $34.81 $34.81 $42.97 Fire Safety Technician - Class Ill` (4001 -6000 hrs) $17.33 $527 $3.44 $1.50 $0.10 8 $27.84 $36.31 $36.31 $44.97 Fire Safety Technician - Class IV` (6001 or more hrs) $19.16 $5.27 $3.44 $2.50 $0.10 6 $30.47 $40.05 $40.05 $49.63 ° 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. b Includes an amount for Occupational Health and Research (Applies to Asbestos Worker classifications only). ` The 1 at man on a jab site shall be a Class IV Fire Safety Technician. A Class IV must be on a job site at all times. Includes an amount per hour worked for Administrative 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 collectivey, 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 Intemet at http:/Aw .dlr.p.00v /DLSR/PWD. Holiday provisions for current or superseded determinations maybe obtained by contacting the Prevailing Wage Unit at (415) 7034774. 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) 7034774. lic 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 -541- 2005 -2 ISSUE DATE: August 22, 2005 EXPIRATION DATE OF DETERMINATION: June 30, 2006" 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) 70341774. LOCALITY: All localities within Imperial, Inyo, Kem, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Diego, San Luis Obispo, Santa Barbara, and Ventura counties. $5.27 Employer Payments Straight -Time Overtime Hourly Rate CLASSIFICATION Basic Health Pension Vacatlord Other Hours Total Daily' Saturdaya Sunday (JOURNEYPERSON) Hourly and Holiday Hourly and Rate° Welfare° Rate 1 112X 1 = Holiday ASBESTOS WORKER Fire Safety Technician - Class I ` (0 -2000 his) $11.57 $5.17 $4.46 $0.83 - 8 $22.03 $27.82 $27.82 $33.60 Fire Safety Technician - Class II ` (2001 -4000 his) $16.61 $5.17 $4.46 $1.19 - 8 $27.43 $35.74 $35.74 $44.04 Fire Safety Technician - Class III` (20014000 his) (4001.6000 hm) $17.59 $5.17 $4.46 $1.26 - 8 $28.48 $37.28 $37.28 $46.07 Fire Safety Technician - Class IV` $1.50 (6001 or more his) $20.36 $5.17 $4.46 $1.45 - 8 $31.44 $41.62 $41.62 $51.80 DETERMINATION: SC -204- X -18- 2005.2 $36.04 ISSUE DATE: August 22, 2005 $44.61 EXPIRATION DATE OF DETERMINATION: June 30, 2006" 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. PLUMBER Fire Safety Technician - Class I ` (0.2000 hrs) $12.25 $5.27 $3.44 $1.00 $0.10 8 $22.06 $28.19 $28.19 $34.31 Fire Safety Technician - Class II ° (20014000 his) $17.15 $5.27 $3.44 $1.50 $0.10 8 $27.46 $36.04 $36.04 $44.61 Fire Safety Technician - Class III` (4001.6000 his) $18.20 $5.27 $3.44 $1.50 $0.10 8 $28.51 $37.61 $37.61 $46.71 Fire Safety Technician - Class N` (6001 or more hrs) $20.12 $5.27 $3.44 $2.50 $0.10 8 $31.43 $41.49 $41.49 $51.55 ° 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. b Includes an amount for Occupational Health and Research (Applies to Asbestos Worker classifications only). ` The 1 at man on a jab site shall be a Class IV Fire Safety Technician. A Class IV must be on a job site at all times ° Includes an amount per hour worked for Administrative 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, appllceble 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 http: /Mw .dir.m.00%gDLSR/PWD. Holiday provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703 -4774. TRAVEL ANWOR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel andfor 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) 70341774. HD 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: # 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 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, Inyo, Kern, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Diego, San Luis Obispo, Santa Barbara, and Ventura counties. # Indicates an apprenticeable craft. Rates for apprentices are available in the General Prevailing Wage Apprentice Schedules. a 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 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 Goverment Code. You may obtain the holiday provisions for the current determinations on the Internet at htto://www.dir.ca.gov/DLSRIPWD. 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.dir.cagov /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. 12 -A Employer Payments Straight -Time Overtime Hourly Rate CLASSIFICATION Basic Health Pensionb Vacation/ Training Other Hours Total Daily Saturday Sunday/ (Joumeyperson) Hourly and Holiday Payments Hourly Holiday Rate Welfare Rate 11/2X 11/2X 2X Boilermaker/ Boilermaker Welder $28.31 $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. a 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 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 Goverment Code. You may obtain the holiday provisions for the current determinations on the Internet at htto://www.dir.ca.gov/DLSRIPWD. 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.dir.cagov /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. 12 -A 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 CRAFT: #LABORER AND RELATED CLASSIFICATIONS DETERMINATION: SC -23- 102 -2- 2005 -1 ISSUE DATE: August 22, 2005 EXPIRATION DATE OF DETERMINATION: Jane 30, 2006' 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, 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. Employer Payments Straiaht-Time Overtime Hourly Rate CLASSIFICATION' Basic Health Pension Vacation Training Other Hours Total Daily Saturday Sunday (IOURNEYPERSON) Hourly and and Payment Hourly and Rate Welfare Holiday° Rate 11/2X 11/2X Holiday CLASSIFICATION GROUPS Group 1 $21.24 $4.16 $5.35 $3.01 $0.37 $027 8 $34.40 $45.02 $45.02 $55.64 Group 2 $21.79 $4.16 $5.35 $3.01 $0.37 $0.27 8 $34.95 $45.845 $45.845 $56.74 Group 3 $22.34 $4.16 $5.35 $3.01 $0.37 $0.27 8 $35.50 $46.67 $46.67 $57.84 Group 4 $23.89 $4.16 $5.35 $3.01 $0.37 $0.27 8 $37.05 $48.995 $48.995 $60.94 Group 5 $2424 $4.16 $5.35 $3.01 $0.37 $0.27 8 $37.40 $49.52 $49.52 $61.64 # Indicates an apprenticeable craft. Rates for apprentices are available in the General Prevailing Wage Apprenticeship Schedules. 'For classification within each group, see page 14. Any hours worked over 12 hours in a single workday are double (2) time. ` Saturdays in the same work week may be worked at straight -time ifjob is shut down during work week due to inclement weather. 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 act 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 Cade. You may obtain the holiday provisions for the current determinations on the Internet at httv://www.dir.ca.gov/DLSR/PVrD ' 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 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 hno: /lwww.dir.ca eov/DLSR/P WD. Travel and/or subsistence requirements for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 7034774. 13 SC- 23- 102 -2- 2004 -1 CLASSIFICATION GROUPS GROUP Boring Machine Helper (Outside) Cleaning and Handling of Panel Forms Concrete Saeeding 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 Fibereptic Installation, Blowing, Splicing, and Testing Technician on public right-of- way only Fire Watcher, Limbers, Brash Loaders, Pilers and Debris Handlers Flagman Gas, Oil and/or Water Pipeline Laborer Laborer, General or Construction Laborer, General Cleanup Laborer, Jetting Laborer, Temporary Water and Air Lines Material Hosemm (Walls, Slabs, Floors and Decks) Plugging, Filling of Shee -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 Tannan 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 GROUP2 Asphalt Shoveler Cement Damper (on 1 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, Roots, 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 Headaboanl 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 Installer (leadmin) Tank Scaler and Cleaner Tree Climber, Faller, Chain Saw Operator, Pittsburgh Chipper and similar type Brash Shredders Underground Laborer, including Caisson Bellower GROUP Buggymobile Man Compactor (all types including Tampers, Berko, Wacker) Concrete Cutting Torch Concrete Pile Cutter Driller, Jackhammer, 212 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 Scala (including drilling of same) Impact Wrench, Multi -Plate Kettlemen, Portion and Men applying asphalt, lay -kohl, creosote, lime caustic and similar type materials Laborer, Fence Bolder 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 Pipelayers backup man, coating, grouting, making ofjoints, sealing, caulking diapering and including rubber gaskajoints, pointing and any and all other services Power Post Hole Digger Rock Slinger Rotary Scarifier or Multiple Head Concrete Chipping Scarifier Steel Headerboard Man and Guideline Setter Trenching Machine, Hand Propelled GROUP4 Any Worker Exposed to Raw Sewage Asphalt Raker, Luteman, Ironer, Asphalt Datapoint, and Asphalt Spreader Boxes (all types) Concrete Core Cutter (walls, from or ceilings), Grinder or Sander Concrete Saw Man, Cutting Wells or Flat Work, Scoring old or new concrete Cribber, Sharer, Lagging, Sheeting and Trench Bracing Hand - Guided Lagging Hammer Head Rock Slinger Laborer, Asphalt - Rubber Distributor Boomran Laser Beam in connection with all Laborers work Oversize Concrete Vibrator Operator, 70 pounds and ova Pipelayer Prefabricated Manhole Installer Sandblaster (Nozzdemm), Water Blasting, Ports Shot -Blast Traffic Lane Closure, certified GROUPS Blasters Powdemran 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 1, 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- 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 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, Inyo, Kem, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Luis Obispo, Santa Barbara, and Ventura Counties. Emulover Payments Strai t -Time Overtime Hourly Rate Classification Basic Health Pension Vacation/ Training Other Hours Total Daily Saturday Sunday (Journeyperson) Hourly and Holiday Payments Hourly and Rate Welfare Rate ll /2X` 1 1/2X° Holiday Group 1 $24.28 $4.16 $5.35 13.07 $37 $025 8 $37.48 $49.62 $49.62 $61.76 Group H 24.60 4.16 5.35 °3.07 .37 $0.25 8 37.80 50.10 50.10 62.40 Group IH 25.06 4.16 5.35 '3.07 .37 $0.25 8 38.26 50.79 50.79 63.32 Group IVb 25.75 4.16 5.35 a3.07 .37 $0.25 8 38.95 51.825 51.825 64.70 a 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. ` All work performed over 12 hours in a single work day shall be paid for at double time (2x). CLASSIFICATIONS Group I Batch Plant Laborer Group III Changehouseman Blaster Dumpman Driller Outside Dumpman Powderman Loading and Unloading Agitator Cars Cherry Pickerman Nipper Grout Gunman Pot Tender using mastic or other materials Jackleg Miner Rollover Dumpman Jumbo Man Shotcrete Man (helper) Kemper and other Pneumatic Concrete Placer Operator Swamper (Brakeman and Switchman on tunnel work) Miner - Tunnel (hand or machine) Tool Man Micro- Tunneling, Micro - Tunneling Systems Tunnel Materials Handling Man Nozzleman Group H Bull Gang Mucker Trackman Chemical Grout Jetman Chucklender Cabletender Concrete crew- include Rudders and Spreaders Grout Mixenmm Grout Pumpman Operating of Trawling and/or Grouting Machines Vibratorman Jack Hammer Pneumatic Tools (except driller) Powderman- Primer House Primer Man Sandblaster Segment Erector Steel Form Raiser and Setter Timbetman, Retimberman, wood or steel Tunnel Concrete Finisher Group tV 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 crag 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 detemtinations on the Internet at h1: / /www.dir.ca.euv/ULSR/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 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 m hnn: / /www.Qir.ca.eov /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. 15 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: GUNITE WORKER (LABORER) DETERMINATION: SC -102- 345 -1- 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 Industrial Relations. 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. ' Includes an amount per hour worked for Supplemental Dues. t Rate applies to the first 3 overtime hours. ' Rate applies to the first 11 overtime hours. 'Employees working from a Bos'n's Chair or suspended from a rope or cable shall receive $0.40/hour above this rate. 'Ratio is one entry- level Gunite worker for the 1' 4 Journeymen (although the entry-level Gunite worker may be the 2 °' on the job) and 1 entry-level Gunite worker for every 4 Journeymen thereafter (the entry-level Gunite worker may not be on the job until all 4 Journeymen are on the job). '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 http: / /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 htt�J /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. 16 Employer Payments Straight -Time Overtime Hourly Rate Classification Basic Health Pension Vacation Other Hours Total Daily Saturdays Sunday (Joumeyperson) Hourly and and Payments Hourly and Rate Welfare Holiday Rate 11 /2X" 2X 11/2X` 2X Holiday Nozzleman, Rodman $23.69" 4.15 8.80 ' 3.41 0.02 8 40.07 51.915 63.76 51.915 63.76 63.76 Gunman 22.74' 4.15 8.80 83.41 0.02 8 39.12 50.49 61.86 50.49 61.86 61.86 Reboundman 19.20" 4.15 8.80 ' 3.41 0.02 8 35.58 45.18 54.78 45.18 54.78 54.78 Entry -Level Gunite Worker Step V (0 -1000 hours) 12.95° 0.00 3.45 13.41 0.02 8 19.83 26.305 32.78 26.305 32.78 32.78 Entry-Level Gunite Worker Step 2' (1001- 2000 hours) 14.95d 0.00 3.45 ' 3.41 0.02 8 21.83 29.305 36.78 29.305 36.78 36.78 ' Includes an amount per hour worked for Supplemental Dues. t Rate applies to the first 3 overtime hours. ' Rate applies to the first 11 overtime hours. 'Employees working from a Bos'n's Chair or suspended from a rope or cable shall receive $0.40/hour above this rate. 'Ratio is one entry- level Gunite worker for the 1' 4 Journeymen (although the entry-level Gunite worker may be the 2 °' on the job) and 1 entry-level Gunite worker for every 4 Journeymen thereafter (the entry-level Gunite worker may not be on the job until all 4 Journeymen are on the job). '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 http: / /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 htt�J /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. 16 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: 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 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, if no subsequent determination is issued. LOCALITY: All localities within Imperial, htyo, Kern, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Luis Obispo, Santa Barbara and Ventura Counties Emnlover Payments Straight -Time Overtime Hourly Rates Classification Basic Health Pension Vacation/ Hours Total Daily Saturdayb Sunday (Joumeyperson) Hourly and Holiday Hourly and Rate Welfare Rate 11 /2X 11 /2X Holiday Housemover $15.37 $4.00 $3.14 '$1.05 8 $23.56 $31.245 $31.245 $38.93 Yard Maintenance Worker 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 'Includes an amount per hour worked for supplemental dues. n 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 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 bM://www.dir.ca.pov/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. 17 STATE OF CALIFORNIA Office of the Director 455 Golden Gate Avenue, lON Floor San Francisco, CA 44102 August 22, 2005 MAILING ADDRESS: P. O. Box 420603 San Francis% CA 94142 -0603 NOTICE REGARDING ADVISORY SCOPE OF WORK FOR THE SOUTHERN CALIFORNIA AND SAN DIEGO LANDSCAPE/IRRIGATION LABORER/TENDERS' GENERAL PREVAILING WAGE DETERMINATIONS Governor 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, 2005 issuance of the Southern California and San Diego Landscape/Irrigation Laborer/Tenders' general determinations, SC- 102 -X -14- 2005 -1 and SD- 102 -X -14- 2005 -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 Tvnes 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- 2005 -1), Operating Engineers (SC- 23 -63 -2- 2005 -1 and SD- 23 -63 -3- 2005 -1), and Teamster (SC- 23- 261 -2- 2005 -1 and SD -23- 261 -3- 2005 -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 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS CRAFT: #LANDSCAPEARRIGATION LABORER/TENDER DETERMINATION: SC- 102 -X -14- 2005 -1 ISSUE DATE: August 22, 2005 EXPIRATION DATE OF DETERMINATION: July 31, 2006 ** 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. DETERMINATION: SC- 102 -X -14- 2005 -1A ISSUE DATE: August 22, 2005 EXPIRATION DATE OF DETERMINATION: July 31, 2006 ** 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. Landscape/Irigation Tender` $10.40 $3.05 -- $0.51° -- $0.21 8 $14.17 $19.37 $19.37 $24.57 # Indicates an apprentioeable craft. Rates for apprentices are available in the General Prevailing Wage Apprenticeship Schedules. Includes an amount per hour worked for supplemental dues. s 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 Landscape/Irrigation Laborer. The second employee on the jobsite may be a Tender. Thereafter, Tenders may be employed with Landscape/Irrigation Laborers in a 50150 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 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 http: / /www.dir.ca.gov/DLSR/PVID. 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: /Arvw.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 Employer Payments Straight -Tune Overtime Hourly Rate CLASSIFICATION Basic Health Pension Vacation Training Other Hours Total Daily' Saturdays Sunday/ (Joumeyperson) Hourly and and Hourly Holiday Rate Welfare Holiday Rate i 12X 1 1/2X 2X Landscape/Irrigation Laborer $21.09 $4.15 $5.35 $3.01' $37 $.27 8 $34.24 $44.785 $44.785 $55.33 Landscape Hydro Seeder $22.19 $4.15 $5.35 $3.01° $37 $.27 8 $35.34 $46.435 $46.435 $57.53 DETERMINATION: SC- 102 -X -14- 2005 -1A ISSUE DATE: August 22, 2005 EXPIRATION DATE OF DETERMINATION: July 31, 2006 ** 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. Landscape/Irigation Tender` $10.40 $3.05 -- $0.51° -- $0.21 8 $14.17 $19.37 $19.37 $24.57 # Indicates an apprentioeable craft. Rates for apprentices are available in the General Prevailing Wage Apprenticeship Schedules. Includes an amount per hour worked for supplemental dues. s 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 Landscape/Irrigation Laborer. The second employee on the jobsite may be a Tender. Thereafter, Tenders may be employed with Landscape/Irrigation Laborers in a 50150 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 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 http: / /www.dir.ca.gov/DLSR/PVID. 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: /Arvw.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 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 CRAFT: ## LANDSCAPE MAINTENANCE LABORER DETERMINATION: SC -LML- 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 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: Imperial Employer Payments Straight -Time Overtime Basic Health Pension Vacation Holiday Training Hours Total 11 /2X Hourly and Hourly Rate Welfare Rate $5.75 - - 40.115 0.17 - 8 c 6.035 ° 8.91 Inyo, Mono and San Bernardino 5.75 - - 0.30 0.17 - 8 6.22 9.095 Kern 5.75 - - ` 0.16 0.17 - 8 n 6.08 " 8.955 10.00 - - d 0.27 0.46 - 8 °10.73 "15.73 Los Angeles 5.75 0.89 - 60.115 0.14 - 8 " 6.895 ° 9.77 Orange 5.75 - 10.11 0.11 - 8 n 5.97 n 8.845 Riverside 5.75 - 90.20 0.16 - 8 s 6.11 ^ 8.985 San Diego 5.75 - 0.22 0.115 - 8 6.085 8.96 6.25 - 0.24 0.12 - 8 6.61 9.735 San Luis Obispo 7.50 - k 0.15 0.15 - 8 7.80 11.55 8.00 - '0.16 0.16 - 8 8.32 12.32 Santa Barbara 6.00 - 10.12 0.12 - 8 s 6.24 ° 9.24 7.00 - '0.13 0.13 - 8 " 7.26 ° 10.76 Ventura 5.75 - 0.115 0.16 - 8 6.025 8.90 7.00 2.97 - 0.19 0.26 - 8 "10.42 '13.92 ## Craft is not apprenticeable. NOTE: If there are two rates, the fast rate is for routine work, the second rate is for complex work a $0.22 after 3 years of service. 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. $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. r $0.22 after 4 years of service a $0.40 after 3 years of service, $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 $0.31 after 2 years of service. 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 http: //w .d r.c&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 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. 18C 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: ASBESTOS AND LEAD ABATEMENT (LABORER) SC- 102 - 882 -1- 2005 -1 ISSUE DATE: February 22, 2005 EXPIRATION DATE OF DETERMINATION: December 31,2005**. 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 RATES Classification Basic Health Pension Vacation/ Training Other Hours Total Daily Saturday Sunday/ (Joumeyperson) Hourly and Holiday' Hourly Holiday Rate Welfare Rate 11/'2X 11 /2X 2X Asbestos and Lead Abatement Worker $22.50 4.16 3.00 2.59 0.35 0.10 8 $32.70 $43.95 $43.95 $55.20 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 (DOSH). 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 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 Goverment Code. You may obtain the holiday provisions for the current determinations on the Internet at http://www.dir.ca.govmLSR/P 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 h=://www.dir.ca.p_ov/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 1, 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- 2005 -1 ISSUE DATE: August 22, 2005 EXPIRATION DATE OF DETERMINATION: June 30,2006* Effective until superseded by anew determination issued by the Director of Industrial Relations. Contact the Division of Labor Statistics & 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, 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 Rates Classification Basic Health Pension Vacation/ Training Other Hours Total Daily 6th & 7th Holiday (Journeyperson) Hourly and Holiday Hourly Day Rate Welfare Rate 11/2X 11 /2X 2X CLASSIFICATION GROUPS Group 1 $22.67 $4.16 $3.02 $3.15' $0.86 $0.27 8 6$34.13 $45.465 `$45.465 $56.80 Group 2 23.97 4.16 3.02 3.15' 0.86 0.27 8 s 35.43 47.415 `47.415 59.40 Group 3 25.98 4.16 3.02 3.15' 0.86 0.27 8 "37.44 50.43 `50.43 63.42 Group 4 27.72 4.16 3.02 3.15' 0.86 0.27 8 '39-18 53.04 ` 53.04 66.90 Indicates an apprenticeable craft. Rates for apprentices are available in the General Prevailing Wage Apprentice Schedules. Apprentice rates apply to all classifications in Groups I, II, If and IV except for those four classifications denoted within 0.....0 below. '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. 'The sixth consecutive day in the same work week may be worked at straight -time ifjob 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 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 httv://www .dir.ca.gov/DLSRIPWD. 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 hU:Hwww,dir,ca.gov/DI.SR/PWD. Travel and/or subsistence requirements for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 7034774. CLASSIFICATION GROUPS: Group 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 Technician Group 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 OSlurry Seal Snueeeeeman tfmisher)O" Group 3 Traffic Delineating Device Applicator Traffic Protective System Installer Pavement Marking Applicator OSlury Seal Applicator Operator (Line Driver )O OShuttleman !loader /slmny machine operations) operation of all related machinery and euaipmentO' Group 4 Traffic Striping Applicator OSlury Seal Mixer ODerator0' 18E 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 1, 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- 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 Industrial Relations. Contact the Division of Labor Statistics & 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, Inyo, Kem, Los Angeles, Mane, Orange, Riverside, San Bernardino, San Luis Obispo, Santa Barbara, and Ventura counties. # Indicates and apprenticeable craft. Rates for apprentices are available in the General Prevailing Wage Apprenticeship Schedules. ' Saturdays in the same work week may be worked at straight -time rates if a job is shut down during normal work week due to inclement weather. n Includes an amount for supplemental dues. '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 Intemet at hftp://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 http://www.dir.ca.povIDLSR/PWD. Travel and/or subsistence requirements for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703 -4774. 20 Emolover Payments Straight-Ti Overtime Hourly Rate CLASSIFICATION Basic Health Pension Vacation/ Training Other Hours Total Daily 'Saturday Sunday (JOURNEYPERSON) Hourly and Holiday Payments Hourly and Rate Welfare Rate 112X I WX Holiday Cement Mason, Curb 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 $25.00 4.54 5.40 "5.06 0.33 0.12 8 40.45 `52.95 152.95 65.45 Magnesite, magnesite- terrazzo and mastic composition, Epoxy, Urethanes and exotic coatings, Dex-0-Tex 25.12 4.54 5.40 °5.06 0.33 0.12 8 40.57 `53.13 `53.13 65.69 Floating and Troweling Machine Operator 25.25 4.54 5.40 °5.06 0.33 0.12 8 40.70 `53.325 `53.325 65.95 # Indicates and apprenticeable craft. Rates for apprentices are available in the General Prevailing Wage Apprenticeship Schedules. ' Saturdays in the same work week may be worked at straight -time rates if a job is shut down during normal work week due to inclement weather. n Includes an amount for supplemental dues. '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 Intemet at hftp://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 http://www.dir.ca.povIDLSR/PWD. 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 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY 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 'Includes an amount for supplemental dues. Subjourneyman may be employed at a ratio of one subjoumeyman for every five journeymen. 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 Sunday/Holiday 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 httl2://www.dir.ca.gov/DLSR/P WD. 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 bft://www.dir.ca.pov/DLSR/PWD. : / /www.dir.ca.eov /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 Employer Payments Straight -Time Overtime Hourly Rates Classification` Basic Health Pension Vacation/ Training Other Hours Total Dallyd Saturday ° Sunday/ (Joumeyperson) 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 32 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 VIII 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 54.115 54.115 66.90 Subjoumeyman" 0 -2000 hours 11.50 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 'Includes an amount for supplemental dues. Subjourneyman may be employed at a ratio of one subjoumeyman for every five journeymen. 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 Sunday/Holiday 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 httl2://www.dir.ca.gov/DLSR/P WD. 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 bft://www.dir.ca.pov/DLSR/PWD. : / /www.dir.ca.eov /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 DETERMINATION: SC -23- 261 -2- 2005 -1 Group I Warehouseman and Teamster Group II Driver of Vehicle or Combination of Vehicles - 2 axles Traffic Control Pilot Car, excluding moving heavy equipment permit load Truck Mounted Power Broom Group lII 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 GrouplV Driver of Transit Mix Truck -Under 3 yds Dumperete Truck Less than 6 1/2 yards water level Truck Repairman Helper Group 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 Group VI Driver of Transit Mix Track - 3 yds or more Dumperete Truck 61/2 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 Group VII A Frame, Swedish Crane or Similar Forklift Driver Ross Carrier Driver Group VIII Dump Truck 25 yds to 49 yards water level Truck Repairman Water Pull Single Engine Welder Group IX Truck Repairman Welder Low Bed Driver, 9 axles or over Group X Water Pull Single Engine with attachment Dump Truck - 50 yards or more water level Group 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, HIGHWAY, 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 Industrial Relations. Contact the Division of Labor Statistics and Research at (415) 7034774 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 Classification` Basic (Journeyperson) Hourly Rate Employer Payments Straight -Time Health Pension Vacation/ Training Other Hours Total and Holiday Payments Hourly Welfare Rate Overtime Hourly Rates Daily' Saturday' Sunday/ Holiday 11 /2X 11 /2X 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 I11 24.32 7.32 4.80 2.608 .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 2.60a .92 .12 8 40.21 52.435 52.435 64.66 Group VI 24.57 7.32 4.80 2.60' .92 .12 8 40.33 52.615 52.615 64.90 Group VII 24.82 7.32 4.80 2.60a .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 2.60a .92 .12 8 41.03 53.665 53.665 66.30 Group X 25.57 7.32 4.80 2.601 .92 .12 8 41.33 54.115 54.115 66.90 Group XI 26.07 7.32 4.80 2.60a .92 .12 8 41.83 54.865 54.865 67.90 Subjoumeymans 0 -2000 hours 12.00 7.32 4.80 1.20a .92 .12 8 26.36 32.36 32.36 38.36 2001 -4000 hours 14.00 7.32 4.80 1.45a .92 .12 8 28.61 35.61 35.61 42.61 4001 -6000 hours 16.00 7.32 4.80 1.70a .92 .12 8 30.86 38.86 38.86 46.86 Over 6000 hours and thereafter at journeyman rates *Includes an amount for supplemental dues. Subjoumeyman may be employed at a ratio of one subjoumeyman for every five journeymen. ` 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 Sunday/Holiday 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 htm: / /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 http: / /www.dir.ca.gov /DLSRIPWD. Travel and/or subsistence requirements for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703 -4774. 21B 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: 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 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 Employer Payments Straight-Ti Overtime Hourly Rates Classification` Basic Health Pension Vacation/ Training Other Hours° Total Daily' Saturday' Sunday/ (Joumeyperson) Hourly and Holiday Payments Hourly Holiday Rate Welfare Rate I1/2X I 112 2X Group 1 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 Subjoumeyman" 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 1.703 .92 .12 8 31.36 39.61 39.61 47.86 Over 6000 hours and thereafter at joumeymen rates 'Includes an amount for supplemental dues. s Subjourneyman may be employed at a ratio of one subjourneyman for every five journeymen. ` For classifications within each group, see page 21A. "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 Sunday/Holiday 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 http:/Avww,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 http: / /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. 21C 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: N DETERMINATION: SC- 102 - 1184 -1- 2005 -1 ISSUE DATE: August 22, 2005 EXPIRATION DATE OF DETERMINATION: June 30,2006- Effective until superseded by a new determination issuded by the Director of industrial Relations. Contact the Division of Labor Statistics & 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, Inyo, Kern, Los Angeles, Mono, Orange, Riverside, San Berardino, San Diego, San Luis Obispo, Santa Barbara and Venter Counties, ti Indicates an apprenticeable crA Rates for apprentices are available in the General Prevailing Wage Apprentice Schedules. ' Includes an amount for Supplemental Does. ° If thejob is shut down during the work week due to indement 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 rare 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 o 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 ben provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the curer determinations on the Internet at hM / /www dir cn govlllLSR/P WD. Holiday provisions for current or superseded determinations maybe 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 "I 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 deerminatons on the Intemdathtm: //w .dir.ca.gov/DLSRPWD. Tmvelmd/orsubsistenc mquirememsfmcurrentors upemodeddeterminatiommaybeebtainedby contacting the Prevailing Wage Unit at (415) 703 -4774. 214) Emaloverpavments Straight-Time Overtime Hourly Rae Classification Basic Health Pension Vacation/ Training Other Hours Total Daily Saturday' Sunday/ (loureyperson) Hourly and Holiday' Payments Hourly Holiday Rate Welfare Rate I lax 1112x 2x GROUP (Drilling Crew Laborer) $22.14 $4.16 $2.30 $1.75 $0.15 $0.20 8 $30.70 $41.77 $41.77 552.84 GROUP II (Vehicle Operlor/Hauler) $22.31 $4.16 $2.30 $1.75 $0.15 $0.20 8 530.87 $42.025 $42.025 553.18 GROUP III (Horizontal Directional Drill Operator) $24.16 $4.16 52.30 $1.75 $0.15 $0.20 8 $32.72 $44,80 $44.80 $56.88 GROUP IN (Electronic Tracking Locator) $26.16 $4.16 $2.30 $1.75 $0.15 $0.20 8 $34.72 $47.80 $47.80 $60.88 ti Indicates an apprenticeable crA Rates for apprentices are available in the General Prevailing Wage Apprentice Schedules. ' Includes an amount for Supplemental Does. ° If thejob is shut down during the work week due to indement 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 rare 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 o 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 ben provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the curer determinations on the Internet at hM / /www dir cn govlllLSR/P WD. Holiday provisions for current or superseded determinations maybe 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 "I 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 deerminatons on the Intemdathtm: //w .dir.ca.gov/DLSRPWD. Tmvelmd/orsubsistenc mquirememsfmcurrentors upemodeddeterminatiommaybeebtainedby contacting the Prevailing Wage Unit at (415) 703 -4774. 214) CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL 2005 -2006 SIDEWALK, CURB & GUTTER REPLACEMENT PROGRAM IN PORT STREETS, ADA RAMPS, EAST COAST HIGHWAY CURB & GUTTER REPLACEMENT, BALBOA PENINSULA BEACH WALKWAY REPLACEMENT & PARK ASPHALT WALKWAY REPLACEMENT CONTRACT NO. 3789 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92663 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials except that material supplied by the City and shall perform all work required to complete Contract No. 3789 in accordance with the Plans and Special Provisions, and will take in full payment therefore the following unit prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 2. Lump Sum Surveying Services 4hree }hov�� one hund.wd @ iifi -me Dollars 311�j �.OD and r) 0 Cents Per Lump Sum Lump Sum Restoration of Public and Private Improvements Seu eavl i-NO ht)nd1;04 $ 3)ol.ov @ Sl Xt -224'1 Dollars h0 and l7'�l(o OD $ 171 2119.00 Per Lump Sum PR2of8 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE Balboa Perfnsula Beach Wal(vva ' Replacement Drawin No. M- 5371 =S Lump Sum Mobilization +e �hoo --aA- Q 4)ree hvnd d @ 5f)t�. n Dollars and V 0 Cents Ib�31b -00 $ 10,311v Cb Per Lump Sum Lump Sum Traffic Control TW0 +h0u5a.xci six @ •-tYWf'N- J WD Dollars and r1 D Cents 'Z) 1022 $ 2, 02-Z • CO Per Lump Sum 14,050 S.F. Remove and Reconstruct 6 -in Thick PCC Sidewalk w/ Thickened Edge @ 52V2n1 Dollars and no Cents $ -1.00 $ 50-00 Per Square Foot 7 Each Replace Existing Electrical Pull Box and Cover @ r hvmtred f if fv L) Dollars and V10 Cents $ 454-OD $ _5,Uil _5,I CO Per Each $ Il 4, H ya oo Subtotal Price Items 3 -6 (Figures) PR3of8 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE Ba' side Drrog Park Asohalt= Walkwa Re lacement_ Drawiri No, P 5201-S 7. Lump Sum Mobilization 58ven 410US� 66veh h0r) lf"ed @ 51 KH Dollars and no Cents i, �mo.l�0 $ _ Per Lump Sum 8. Lump Sum Traffic Control -TWO wv6mnd 5► X h UMxtoal @ 1 W2ntU-JWt7 Dollars and no Cents Per Lump Sum 9. 5,000 S.F. Remove and Construct 6 -in Thick PCC Park Walkway @ 52d,P,V1 Dollars and no Cents Per Square Foot 10. 20 L.F. Remove and Construct Type "B" PCC Curb @ FIf j -OYIe Dollars and no Cents Per Linear Foot $ L4 l,LW2-00 Subtotal Price Items 7 -10 (Figures) 21laga00 $ 2,b22-00 $ 00 $,_15 , 0o0. OD $ -51, 00 $ 1,020-M ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 200-06-Si 4eWalk,," &G,Replacemept in Port Streets.and ADA Cu�b;Access Ramps in' East Bluffs, Sidewalk,in;East Coast Highway (Drawing No. M- 5372=L, and!Work x Schedules) 11. Lump Sum Mobilization C-Wh Woo_--­ ✓IGl ,IA @ hurY(. d Dollars and (pp0.co h D Cents r $ 7 000-CO Per Lump Sum 12. Lump Sum Traffic Control Two 44)0v5a. -tt six hur' . 64 @ thir+N Dollars and 2 (p.30•09 Y)o Cents $ 2, (-30..o Per Lump Sum 13. 31,000 S.F. Remove and Reconstruct 4 -in Thick PCC Sidewalk @ Fj de Dollars and hid Cents $ 5• CO $ 155, OQO• CID Per Square Foot 14. 350 L.F. Remove and Reconstruct Type "A" PCC Curb and Gutter @ OFF Yti(- 51X Dollars hD and $ -5Io.0 $ l-LO . GO Per Linear Foot 15. 2,000 S.F. Remove and Reconstruct PCC Driveway Approach @ F, �dhf (0 Dollars and hr7 Cents $ •(70 $ Per Square Foot ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT PR5of8 TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 16. 22 Each Remove and Reconstruct PCC Curb Access Ramp per Plan Detail -TWO 4 touad seller► hmdre d @ sl Xi ✓1 Dollars and Y10 Cents $ 27160• DD Per Each 17. 15 Each Prune Tree Root and Install Root Barrier -rd ree Nnd Dollars f S and h' > no Cents $ Per Each 18. 4 Each Remove Reconstruct PCC Curb Access Ramp, Case H Three 4w)wO +00 @ K)nhd Dollars and OD Cents Per Each $ 7� Subtotal Price Ite 11 -18 (Figures) $ -720• CD $ $ 31 2UD.Gil $ 1:2 SOO � Yso —,1114 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE k East ,Coast Hi hwa `; -Curti & Gutter Re ' lacement Drawin _ No: R= 5898 -S ' 19. Lump Sum Mobilization f - W005ar i @ Dollars cptI and 00 Cents g, 000.00 $ 8, Oco 00 Per Lump Sum 20. Lump Sum Traffic Control TAO +hov170-ild siX @ hun6i,rfdt Dollars and h0 Cents WO-CO $ 2, (DO0 D0 Per Lump Sum 21. 400 S.F. Remove and Reconstruct 4 -in Thick PCC Sidewalk @ Nine Dollars and h D Cents $I.00 $ —Ak-00. Cc Per Square Foot 22. 250 L.F Remove and Reconstruct Type "A" PCC Curb and Gutter @ H F M - *W Dollars and YT Cents $ 53.00 $ 15250.00 Per Linear Foot 23. 1,270 L.F. Remove Existing Pavement and Construct 2 -Ft Wide PCC Gutter @- r M -Ay-oe Dollars and no Cents $ 33.00 $ L4 I A0.00 Per Linear Foot 24. 800 S.F. Remove and Reconstruct 8 -in Thick PCC Cross Gutter @ FOV}�2VI Dollars and 110 Cents $ 1':00 $ 11 `20000 Per Square Foot talare , ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 25. 400 S.F. Remove Existing Pavement and Construct 8 -in Thick PCC Cross Gutter @ 1Sey6 %P'2V1 Dollars and ho Cents $ 11.00 $ (0Fg(o.(O Per Square Foot 26. 5 Each Remove and Reconstruct PCC Curb Access Ramp, Case H �rhr2 e qu V:�ad @tV140 h0Vh1.reA Dollars and V10 Cents $ �zcacaD $ .JJQQo Per Each 27. 2 Each Remove and Reconstruct PCC Curb Access Ramp per Plan Detail fur i4lovsau-d @ i clhitil -Dollars and ho ho Cents $ i o $ 'S .ifiooO Per Each 28. 1,500 S.F. Cold Mill Asphalt Pavement @ Dollars and V)0 Cents $ ti 0 Per Square Foot 29. 30 TON Variable Thickness Asphalt Pavement Overlay 7hr e, huh�lrreaP @ -t*jrt-4een Dollars and V10 Cents $ -3)300 $ 01 L a0-00 Per Ton 30. 4 Each Replace Street Light Pull Box @ }hiY1( SiX Dollars and no Cents $ 5310 . l v $ 21 144.000 Per Each ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 31. 2 Each Replace Traffic ignal Pull Box Si x hunch' -j @ V iffibt --hNO Dollars and Y1b Cents Per Each Subtotal Price Items 19 -31 (Figures) JC GRAND TOTAL PRICE IN WRITTEN WORDS ' 4ti� urn and Cents 11 C -S. Date Bidder �cIO9) Sao- 2co2ca Bidder's Telephone and Fax Numbers Bidder's 52010 , B, C27 13203 Bidder's License No(s). Bidder's) and Classification(s) f: sm'PbMsha ftmVad Vy 05W�6 sidewalk replacement W78Tpraposal C-789.doc $ (051�t) $ i 3b +•pD red 4Qe- c.{aGlac�a 1tio pa ollars 5-90 9y rand Total Price (Figur s) nature and Title CIS q1110 11/21/2005 MON 14:55 FAX CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ADDENDUM NO. 1 12002/003 Page: 1 of 2 2005 -2006 Sidewalk, Curb & Gutter Replacement Program in Port Streets, ADA Ramps, East Coast Highway Curb & Gutter. Replacement, Balboa Peninsula Beach Walkway Replacement, & Asphalt Walkway Replacement CONTRACT NO. 3789 DATE: November 21,2005 BY TO: ALLPLANHOLDERS The following changes, additions, deletions, or clarifications shall be made to the contract documents — all other conditions shall remains the same. FEDERAL PROVISIONS Replace the FEDERAL DAVIS -BACON ACT PREVAILING WAGE RATES GERERAL DECISION CA 20030035 09/0912005 CA35 (pages GD -1 to GD -21) with the attached updated GENERAL DECISION CA 2003003511/1812005 CA35 11/21/2005 MON 14:55 FAX 003/003 Page: 2 of 2 Bidders must sign this Addendum No.1 and attach it to the bid proposal. No bid will be considered unless this signed Addendum No.1 is attached. I have carefully examined this Addendum and have included full payment in my Proposal. C-s. L-egi c� Con5jTv6tion, Inc. Bidder's Name (Please Print) I 1128/a;5 Date . n i e C-jr -qJ 5yo Kff -Ret), (enf f.\users\pb w\sharedlcontracts\fy 05- 06\05 -06 sidewalk replacement C-37891addendum #1.doc PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS 2005 -2006 SIDEWALK, CURB & GUTTER REPLACEMENT PROGRAM IN PORT STREETS, ADA RAMPS, EAST COAST HIGHWAY CURB & GUTTER REPLACEMENT, BALBOA PENINSULA BEACH WALKWAY REPLACEMENT & PARK ASPHALT WALKWAY REPLACEMENT CONTRACT NO. 3789 INTRODUCTION PART 1--- GENERAL PROVISIONS SECTION 2 SCOPE AND CONTROL OF THE WORK 1 2 -6 WORK TO BE DONE 1 2 -9 SURVEYING 1 2 -9.3 Survey Service 1 2 -9.6 Survey Monuments 2 SECTION 3 CHANGES IN WORK 2 3 -3 EXTRA WORK 2 3 -3.2 Payment 2 3 -3.2.3 Markup 2 SECTION 4 CONTROL OF MATERIALS 3 4 -1 MATERIALS AND WORKMANSHIP 3 4 -1.3 Inspection Requirements 3 4 -1.3.4 Inspection and Testing 3 SECTION 5 UTILITIES 3 5 -1 LOCATION 3 5 -2 PROTECTION 3 5 -7 ADJUSTMENTS TO GRADE 3 5 -8 SALVAGED MATERIALS 3 SECTION 6 PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 4 6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF THE WORK 4 6 -7 TIME OF COMPLETION 4 6 -7.1 General 4 6 -7.2 Working Days 4 6 -7.4 Working Hours 4 6 -9 LIQUIDATED DAMAGES 5 SECTION 7 RESPONSIBILITIES OF THE CONTRACTOR 5 7 -7 COOPERATION AND COLLATERAL WORK 5 7 -8 PROJECT SITE MAINTENANCE 6 7 -8.5 Temporary Light, Power and Water 6 7 -8.6 Water Pollution Control 6 7 -8.6.1 Best Management Practices and Monitoring Program 6 7 -9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS 7 7 -10 PUBLIC CONVENIENCE AND SAFETY 7 7 -10.1 Traffic and Access 7 7 -10.2 Storage of Equipment and Materials in Public Streets 7 7 -10.3 Street Closures, Detours, Barricades 7 7 -10.4 Public Safety 9 7- 10.4.1 Safety Orders 9 7 -10.5 "No Parking" Signs 9 7 -10.7 Notice to Residents and Temp Parking Permits 9 7 -15 CONTRACTOR LICENSES 10 7 -16 CONTRACTOR'S RECORDS /AS BUILT DRAWINGS 10 SECTION 9 MEASUREMENT AND PAYMENT 10 9 -3 PAYMENT 10 9 -3.1 General 10 9 -3.2 Partial and Final Payment 15 PART 2 -- CONSTRUCTION MATERIALS SECTION 201 CONCRETE, MORTAR AND RELATED MATERIALS 15 201 -1 PORTLAND CEMENT CONCRETE 201 -1.1.2 Concrete Specified by Class 201 -2 REINFORCEMENT FOR CONCRETE 202 -2.2.1 Reinforcing Steel 15 15 15 15 SECTION 209 ELECTRICAL COMPONENTS 15 209 -2 MATERIALS 15 209 -2.5 Pull Boxes 15 PART 3 - -- CONSTRUCTION METHODS SECTION 300 EARTHWORK 16 300 -1 CLEARING AND GRUBBING 16 300 -1.3 Removal and Disposal of Materials 16 300 -1.3.1 General 16 300 -1.3.2 Requirements 16 300 -1.5 Solid Waste Diversion 16 SECTION 302 ROADWAY SURFACING 17 302 -5 ASPHALT CONCRETE PAVEMENT 17 302 -5.1 General 17 302 -5.4 Tack Coat 17 SECTION 303 CONCRETE AND MASONRY CONSTRUCTION 17 303 -5 CONCRETE CURBS, WALKS, GUTTERS, CROSS 17 GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 17 303 -5.1 Requirements 17 303 -5.1.1 General 17 303 -5.5 Finishing 18 303 -5.5.1 General 18 303 -5.5.4 Gutter 18 SECTION 307 STREET LIGHTING AND TRAFFIC SIGNALS 18 307 -2.4 Pull Boxes 18 307 -2.9 Signal Interconnect Cable (SIC) 18 SECTION 308 LANDSCAPE AND IRRIGATION INSTALLATTION 19 308.1 GENERAL 19 f \users\pbw\shared\contracts \fy 05 -06 \05-06 sidewalk replacement c- 3789\specs index c- 3789.doc SP CITY OF NEWPORT BEACH (51-No. THAN TRA PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS REPLACEMENT, BALBOA PENINSULA BEACH WALKWAY REPLACEMENT & PARK ASPHALT WALKWAY REPLACEMENT CONTRACT NO. 3789 INTRODUCTION All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions; (2) the Plans (Drawing Nos. M- 5372 -L, R- 5898 -S, M -5371- S, and P- 5201 -S); (3) the City's Standard Special Provisions and Standard Drawings for Public Works Construction, (2004 Edition), including Supplements; (4) Standard Specifications for Public Works Construction (2003 Edition), including supplements. Copies of the Standard Special Provisions and Standard Drawings may be purchased at the Public Works Department. Copies of the Standard Specifications may be purchased from Building News, Inc., 1612 South Clementine Street, Anaheim, CA 92802, 714 - 517 -0970. The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter: PART 1 GENERAL PROVISIONS SECTION 2-- -SCOPE AND CONTROL OF THE WORK 2 -6 WORK TO BE DONE Add to this section, "The work necessary for the completion of this contract consists of removing existing sidewalk, curb and gutter, cross gutter, asphalt walkway, root removal /pruning, and construct new PCC sidewalk, PCC curb and gutter, installing new tree root barriers per City standards, replacing curb access ramps, constructing cross gutters and other incidental items of work." 2-9 SURVEYING 2 -9.3 Survey Service. Add to this section: "The Contractor's California Licensed Land Surveyor shall utilize /follow the existing City survey records used for the project design to provide all construction survey services that are required to construct the SP2OF20 improvements. The design surveyor for this project was Coast Surveying, Inc. and can be contacted at (714) 918 - 6266. At a minimum, two (2) sets of cut - sheets for all areas shall be included in the bid price and copies of each set shall be provided to City 48 -hours in advance of any work. In addition, the filing of a Comer Record and /or a Record of Survey with the County Surveyor's Office is required after the completion of Work. Prior to any demolition Work the Contractor shall prepare and submit the Comer Records for review by the City a minimum of three (3) working days before the anticipated Work. Existing street centerline ties and property corner monuments are to be preserved. The Contractor will be back - charged for the cost of restoring all survey ties and/or monuments damaged by the Work." 2 -9.6 Survey Monuments. The Contractor shall, prior to the beginning of work, inspect the project for existing survey monuments and then schedule a meeting with the City Surveyor to walk the project to review the survey monuments. The Contractor shall protect all survey monuments during construction operations. In the event that existing survey monuments are removed or otherwise disturbed during the course of work, the City will restore the survey monuments at Contractor's expense. The restoration cost to the Contractor will include filing the required Record of Survey or Comer Records with the County of Orange. SECTION 3 - -- CHANGES IN WORK 3 -3 EXTRA WORK 3 -3.2 Payment 3 -3.2.3 Markup. Replace this section with, "(a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1) Labor ............. ............................... 20 2) Materials ........ ............................... 15 3) Equipment Rental ........................... 15 4) Other Items and Expenditures ........... 15 To the sum of the costs and markups provided for in this subsection, 1 percent shall be added for compensation for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in 3- 3.2.3(a) shall be applied to the Subcontractor's actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. SP 3 OF 20 SECTION 4--- CONTROL OF MATERIALS 4 -1 MATERIALS AND WORKMANSHIP 4 -1.3 Inspection Requirements 4 -1.3.4 Inspection and Testing. All material and articles furnished by the Contractor shall be subject to rigid inspection, and no material or article shall be used in the work until it has been inspected and accepted by the Engineer. The Contractor shall furnish the Engineer full information as to the progress of the work in its various parts and shall give the Engineer timely (48 -hours minimum) notice of the Contractor's readiness for inspection. Submittals are required for all construction material. The Engineer shall select an independent testing laboratory and pay for all testing as specified in the various sections of the Standard Special Provisions and these Special Provisions. When, in the opinion of the Engineer, additional tests and retesting due to failed tests or inspections are required because of unsatisfactory results in the manner in which the Contractor executed the work, such tests and inspections shall be paid for by the Contractor. SECTION 5 - -- UTILITIES 5 -1 LOCATION. Add the following after the 3rd paragraph: "upon completion of the work or phase of work, the Contractor shall remove all USA utility markings by a method that does not damage existing surfaces." 5 -2 PROTECTION. Add the following: "In the event that an existing pull or meter box or cover is damaged by the Work and is not re- useable, the Contractor shall provide and install a new pull or meter box or cover of identical type and size at no additional cost to the City." 5 -7 ADJUSTMENTS TO GRADE. The Contractor shall adjust or replace to finish grade City -owned water meter boxes, water valve covers, sewer manholes, sewer cleanouts and survey monuments. The Contractor will be required to contact Southern California Edison, The Gas Company, SBC Telephone, cable television, and other utility facilities to have existing utilities adjusted to finish grade. The Contractor shall coordinate with each utility company for the adjustment of their facilities. 5 -8 SALVAGED MATERIALS. The Contractor shall salvage all existing sewer /storm drain manhole (including grade rings), meter or valve box covers. The Contractor shall salvage all removed cast iron pipes. Salvaged materials shall be delivered to the City's Utility Yard at 949 West 16th Street. The Contractor shall make arrangements for the delivery of salvaged materials by contacting Mr. Ed Burt, Utilities Operations Manager, at (949) 718 -3402. SP4OF20 SECTION 6 - -- PROSECUTION. PROGRESS AND ACCEPTANCE OF THE WORK 6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Add to this section: "The time of completion as specified in Section 6 -7, shall commence on the date of the 'Notice to Proceed." No work shall begin until a "Notice to Proceed" has been issued, a pre - construction meeting has been conducted, and a schedule of work has been approved by the Engineer. The Contractor shall submit a construction schedule to the Engineer for approval a minimum of five working days prior to commencing any work. Schedule may be bar chart or CPM style. The Engineer will review the schedule and may require the Contractor to modify the schedule to conform to the requirements of the Contract Documents. If work falls behind the approved schedule, the Contractor shall be prohibited from starting additional work until Contractor has exerted extra effort to meet the original schedule and has demonstrated that the ability to maintain the approved schedule in the future. Such stoppages of work shall in no way relieve the Contractor from the overall time of completion requirement, nor shall it be construed as the basis for payment of extra work because additional personnel and equipment were required on the job. See Section 6 -11 for Sequence of Construction." 6 -7 TIME OF COMPLETION 6 -7.1 General. Add to this section: "The Contractor shall complete all work under the Contract within 60 consecutive working days after the date on the Notice to Proceed. The Contractor shall ensure the availability of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time for 100 percent completion of work." 6 -7.2 Working Days. Revise 3) to read: "any City holiday, defined as January 1St t the third Monday in January (Martin Luther King Day), the third Monday in February (President's Day), the last Monday in May (Memorial Day), July 4 th , the first Monday in September (Labor Day), November 11th (Veterans Day), the fourth Thursday and Friday in November (Thanksgiving and Friday after), December 24th, (Christmas Eve — half day), December 25th (Christmas), and December 31St (New Year's Eve — half day). If January 1st, July 4th, November 11th or December 25th falls on a Sunday, the following Monday is a holiday." 6 -7.4 Working Hours. Normal working hours are limited to 8:00 a.m. to 4:30 p.m., Monday through Friday. SP5OF20 The Contractor, subcontractors, suppliers, etc., shall not generate any noise at the work site, storage sites, staging areas, etc., before or after the normal working hours prescribed above. Should the Contractor elect to work outside normal working hours, Contractor must first obtain special permission from the Engineer. The request may be for 4:30 p.m. to 6:30 p.m. on weekdays or 8:00 a.m. to 6 p.m. on Saturday only. A request for working during any of these hours must be made at least 72 hours in advance of the desired time period. A separate request must be made for each work shift. The Engineer reserves the right to deny any or all such requests. Additionally, the Contractor shall pay for supplemental inspection costs of $123.90 per hour when such time periods are approved. 6-9 LIQUIDATED DAMAGES. Revise sentence three to read: "For each consecutive calendar day after the time specified in Section 6 -7 -1 for completion of the work, the Contractor shall pay to the City or have withheld from moneys due it, the daily sum of $500. Revise paragraph two, sentence one, to read: "Execution of the Contract shall constitute agreement by the Agency and Contractor that $500.00 per day is the minimum value of the costs and actual damage caused by the failure of the Contractor to complete the Work within the allotted time. The intent of this section is to emphasize to the Contractor the importance of prosecuting the work in an orderly preplanned continuous sequence so as to minimize inconvenience to residences, businesses, vehicular and pedestrian traffic, and the public as a result of construction operations." 6 -11 SEQUENCE OF CONSTRUCTION. Balboa Peninsula Beach Walkway; (2) replacement; (3) other locations. The order of construction shall be (1) East Coast Highway curb and gutter No work shall start on other locations until (1) & (2) are completed. Also each sequence location of work shall be completed prior to beginning work at another site. SECTION 7--- RESPONSIBILITIES OF THE CONTRACTOR 7 -7 COOPERATION AND COLLATERAL WORK. Add to this section: "City forces will perform all shut downs of water facilities as required. The Contractor shall give the City seven calendar days notice of the time he desires the shut down of facilities to take place. A four -hour shut down of water facilities during the daytime hours of 10:00 a.m. to 2:00 p.m. or a six -hour shut down between the hours of 11:00 p.m. to 5:00 a.m. will be allowed. The Contractor will be responsible for completing all water connections within SP6OF20 the time period allowed. The times and dates of any utility to be shut down must be coordinated with the City of Newport Beach, Utilities Department. The City must approve any nighttime work in advance." 7-8 PROJECT SITE MAINTENANCE 7 -8.5 Temporary Light, Power and Water. Add to this section: "if the Contractor elects to use City water, he shall arrange for a meter and tender an $813 meter deposit with the City. Upon return of the meter to the City, the deposit will be returned to the Contractor, less a quantity charge for water usage and repair charges for damage to the meter." Water used during construction shall be paid for by the Contractor. This includes water for flushing and pressure testing water lines, compaction, irrigation during maintenance period for landscaping, etc." 7-8.6 Water Pollution Control. Add to this section, "Surface runoff water, including all water used during sawcutting operations, containing mud, silt or other deleterious material due to the construction of this project shall be treated by filtration or retention in settling basin(s) sufficient to prevent such material from migrating into any catch basin, Newport Harbor, the beach, or the ocean. The Contractor shall also comply with the Construction Runoff Guidance Manual which is available for review at the Public Works Department or can be found on the City's website at http://www.citv.newport - beach.ca.us /pubworks /links. htm." 7 -8.6.1 Best Management Practices and Monitoring Program. The Contractor shall submit a Best Management Practice (BMP) plan for containing any wastewater or storm water runoff from the project site including, but not limited to the following: a. No placement of construction materials where they could enter storm drain system, which includes gutters that lead to catch basins. b. Checking construction vehicles for leaking fluids. c. Providing a controlled area for cleaning or rinse -down activities. d. Monitoring construction activities. e. Minimizing usage of water when saw - cutting and vacuum the residue. f. Providing measures to capture or vacuum -up water contaminated with construction debris. g. Removing any construction related debris on a daily basis. h. Protecting work areas from erosion. The BMP Plan will be approved by the Engineer prior to any work. The City of Newport Beach will monitor the adjacent storm drains and streets for compliance. Failure of the Contractor to follow BMP will result in immediate cleanup by City and back - charging the Contractor for all costs plus 15 percent. The Contractor may also receive a separate Administrative Citation per Section 14.36.030A23 of the City's Municipal Code. SP7OF20 7 -9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS. Replace the first sentence of the second paragraph with, "The Contractor shall repair, restore, or reconstruct all existing public and private improvements disturbed or damaged by the work which are not designated for removal. Such restoration work may include, but not be limited to: turf, plants and planters, shrubs, trees, irrigation components, electrical components, fences, brick and brick pavers, concrete, painting of various surfaces, ornaments and other decorative items, property corner survey markings, etc." Replace the last sentence of the third paragraph with, "Lawns shall be repaired with sod identical to the existing type." Add to this section, "The Contractor is advised to photograph, videotape and keep records of the existing work site conditions prior to the start of any construction work." 7 -10 PUBLIC CONVENIENCE AND SAFETY 7 -10.1 Traffic and Access. Add to this section: "The Contractor shall provide traffic control and access in accordance with Section 7 -10 of the Standard Specifications and the Work Area Traffic Control Handbook (WATCH), also published by Building News, Inc. Pedestrian access to all storefronts, offices, residences, etc., within the limits of work must be maintained at all times. The Contractor shall cooperate with the Engineer to provide advance notice to any and all establishments whose access will be impacted by construction operations, particularly sidewalk construction. The Contractor shall furnish and install signage, barricades, delineators, yellow safety ribbon, and any other measures deemed necessary by the Engineer to safely direct the public around areas of construction, and into (and out of) the affected establishments. Such measures shall be shown on the Detailed Traffic Control Plans (see Section 7- 10.3)." 7 -10.2 Storage of Equipment and Materials in Public Streets. Delete the first paragraph and add the following: "Construction materials and equipment may only be stored in streets, roads, or sidewalk areas if approved by the Engineer. It is the Contractor's responsibility to obtain an area for the storage of equipment and materials. The Contractor shall obtain the Engineer's approval of a site for storage of equipment and materials prior to arranging for or delivering equipment and materials to the site. Prior to move -in, the Contractor shall take photos of the laydown area. The Contractor shall restore the laydown area to its pre - construction condition. The Engineer may require new base and pavement if the pavement condition has been compromised during construction." 7 -10.3 Street Closures, Detours and Barricades. Add to this section: "The Contractor shall submit to the Engineer - at least five working days prior to the pre - construction meeting - a traffic control plan and detour plans(s) for each street and parking lot. The Contractor shall be responsible for processing and obtaining approval of a traffic control plans from the City's Traffic Engineer. The Contractor shall adhere to SP8OF20 the conditions of the traffic control plan. Traffic control plans shall be prepared by a licensed Traffic Engineer and conform to the provisions of the WORK AREA TRAFFIC CONTROL HANDBOOK (W.A.T.C.H), Latest Edition. Traffic Control Plans shall be signed and sealed by a California licensed traffic engineer. Traffic control and detour plans shall meet the following requirements: 1. Emergency vehicle access shall be maintained at all times 2. The locations and wordings of all barricades, signs, delineators, lights, warning devices, parking restrictions, and any other required details shall ensure that all pedestrian and vehicular traffic will be handled in a safe manner with a minimum of inconvenience to the public. 3. All advanced warning sign installations shall be reflectorized and /or lighted. 4. The Contractor shall accommodate the City's trash collection. If the Contractor elects to work on a street during its trash collection day, it shall be the Contractor's responsibility to make alternative trash collection arrangements by contacting the City's Refuse Superintendent, at (949) 718 -3468 and all affected property owners. 5. Type II barricades shall be located at the beginning and end of each individual closed sidewalk area from time of removal until placement of backfill and final cure of the sidewalk. 6. On Ocean Front, the sidewalk may be closed continuously during non -work hours only during concrete curing operations on weekdays. The sidewalk shall be open for public use from 5:00 p.m. on Friday to 8:00 a.m. the following Monday. 7. On Ocean Front, the Contractor shall ramp each end of the sidewalk removal whenever the sidewalk is open and a "step -down" condition exists between the removed sidewalk and the existing improvements. 8. On Ocean Front, the Contractor shall detour sidewalk users to use Balboa Boulevard and street ends adjacent to the work while the sidewalk is closed. 9. On East Coast Highway (ECH), parking restrictions are only allowed every other block. 10.Lane nearest the median on SIB ECH shall be open at all times. A lane closure nearest the construction area is allowed only between 8:00 AM to 3:00 PM on SIB ECH. For any proposed lane closures, a Traffic Control Plan will need to be submitted for review and approval by the City." SP9OF20 7 -10.4 Safety 7- 10.4 -1 Safety Orders. Add to this section: "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, and the Contractor shall fully comply with all State, Federal and other laws, rules, regulations, and orders relating to the safety of the public and workers. The right of the Engineer or the City's Representative to conduct construction review or observation of the Contractor's performance shall not include review or observation of the adequacy of the Contractor's safety measures in, on, or near the construction site." 7 -10.5 "No Parking" Signs. The Contractor shall install, and maintain in place "NO PARKING -TOW AWAY" signs (even if streets have posted "NO PARKING" signs) which he shall post at least forty -eight hours in advance of the need for enforcement. The signs will be provided at no cost to the Contractor. However, the City reserves the right to charge $1.50 per sign following any excessive abuse or wastage of the signs by the Contractor. In addition, it shall be the Contractor's responsibility to notify the City's Police Department at (949) 644 -3717 for verification of posting at least forty -eight hours in advance of the need for enforcement. The signs shall (1) be made of white card stock; (2) have minimum dimensions of 12- inches wide and 18- inches high; and (3) be City of Newport Beach "Temporary Tow Away, No Parking" signs available at the Public Works Department public counter. The Contractor shall print the hours and dates of parking restriction on the "NO PARKING -TOW AWAY" sign in 2 -inch high letters and numbers. A sample of the completed sign shall be reviewed and approved by the Engineer prior to posting. 7 -10.7 Notices to Residents. Ten .working days prior to starting work, the Contractor shall deliver a construction notice to residents within 500 feet of the project, describing the project and indicating the limits of construction. The City will provide the notice. Forty -eight hours prior to the start of construction, the Contractor shall distribute to the residents a second written notice prepared by the City clearly indicating specific dates in the space provided on the notice when construction operations will start for each block or street, what disruptions may occur, and approximately when construction will be complete. An interruption of work at any location in excess of 14 calendar days shall require re- notification. The Contractor shall insert the applicable dates and times at the time the notices are distributed. The written notices will be prepared by the City, but shall be completed and distributed by the Contractor. Errors in distribution, false starts, acts of God, strikes or other alterations of the schedule will require Contractor re- notification using an explanatory letter furnished by the City. SP 10 OF 20 7 -15 CONTRACTOR'S LICENSES. At the time of the award and until completion of work, the Contractor shall possess a General Engineering Contractor "A", or "C -8" License. At the start of work and until completion of work, the Contractor and all Sub- contractors shall possess a Business License issued by the City of Newport Beach. 7 -16 CONTRACTOR'S RECORDSIAS BUILT DRAWINGS. A stamped set of approved plans and specifications shall be on the job site at all times.. In addition, the Contractor shall maintain "As- Built" drawings of all work as the job progresses. A separate set of drawings shall be maintained for this purpose. These drawings shall be up -to -date and reviewed by the Engineer at the time each progress bill is submitted. The "As- Built" plans shall be submitted and approved by the Engineer prior to final payment or release of any bonds. The Contractor shall maintain books, records, and documents in accord with generally accepted accounting principles and practices. These books, records, and documents shall be retained for at least three years after the date of completion of the project. During this time, the material shall be made available to the Engineer. Suitable facilities are to be provided for access, inspection, and copying of this material. SECTION 9 -- MEASUREMENT AND PAYMENT 9 -3 PAYMENT 9 -3.1 General. Revise paragraph two to read: "The unit and lump sum prices bid for each item of work shown on the proposal shall include full compensation for furnishing the labor, materials, tools, and equipment and doing all the work, including restoring all existing improvements, to complete the item of work in place and no other compensation will be allowed thereafter. Payment for incidental items of work not separately listed shall be included in the _prices shown for the other related items of work. The following items of work pertain to the bid items included within the Proposal: Item No, 1 Survey: Work under this item shall include providing any and all surveying required to complete the work in place, including restoration of survey monuments and filing the comer records /record of survey with the County of Orange. Item No. 2 Restoration of Public and Private Improvements: Work under this item shall include removal of USA markings, repair, restoration, or reconstruction all existing public and private improvements disturbed or damaged by the work which are not designated for removal. Such restoration work may include, but not be limited to: turf, plants and planters, shrubs, trees, irrigation components, electrical components, fences, brick and brick pavers, concrete, painting of various surfaces, ornaments and other decorative items required to complete the work in place. SP 11 OF 20 Balboa Peninsula Beach Walkway Replacement (Drawing No. M- 5371 -S) Item No. 3 Mobilization: Work under this item shall include providing bonds, insurance and financing, establishing a field office, preparing the SWPPP or BMP Plan and construction schedule, and all other related work as required by the Contract Documents. Item No. 4 Traffic Control: Work under this item shall include delivering all required notifications and temporary parking permits, post signs and all costs incurred notifying residents. In addition, this item includes preparing traffic control plans prepared and signed by a California licensed traffic engineer, and providing the traffic control required by the project including, but not limited to, signs, cones, barricades, flashing arrow sign, K -rail, temporary striping, flag persons. This item includes furnishing all labor, tools, equipment and materials necessary to comply with the W.A.T.C.H. Manual, Latest edition, and City of Newport Beach Requirements. Item No. 5 Remove and Reconstruct 6 -Inch Thick P.C.C. Sidewalk with Thickened Edge per Plan Detail (M- 5371 -S): Work under this item shall include removing and disposing of the existing sidewalk, retaining curb, subgrade compaction, constructing the 6 -inch thick P.C.C. sidewalk with thickened edge per plan detail, and all other work items as required to complete the work in place. Item No. 6 Replace Existing Electrical Pull Box and Cover: Work under this item shall include the cost to remove and dispose of the existing and install new traffic grade pull box, conduit if necessary and cover; reconnect existing street light wirings within the pull box, and complete all other items as required per the applicable City of Newport Beach Standard Plans. Bayside Drive Park Asphalt Walkway Replacement (Drawing No. P- 5201 -S) Item No. 7 Mobilization: Work under this item shall include providing bonds, insurance and financing, establishing a field office, preparing the SWPPP or BMP Plan and construction schedule, and all other related work as required by the Contract Documents. Item No. 8 Traffic Control: Work under this item shall include delivering all required notifications and temporary parking permits, post signs and all costs incurred notifying residents. In addition, this item includes preparing traffic control plans prepared and signed by a California licensed traffic engineer, and providing the traffic control required by the project including, but not limited to, signs, cones, barricades, flashing arrow sign, K -rail, temporary striping, flag persons. This item includes furnishing all labor, tools, equipment and materials necessary to comply with the W.A.T.C.H. Manual, Latest edition, and City of Newport Beach Requirements. Item No. 9 Remove and Construct 6 -Inch Thick P.C.C. Park Walkway per Plan Detail (P- 5201 -S): Work under this item shall include removing and disposing of the SP 12 OF 20 existing A.C. walkway, subgrade compaction, constructing the 6 -inch thick P.C.C. walkway per plan detail, and all other work items as required to complete the work in place. Item No. 10 Remove and Construct Type "B" P.C.C. Curb: Work under this item shall include removing and disposing of the existing A.C. curb, compacting subgrade, constructing Type "B" P.C.C. Curb per City Standard STD - 182 -L, restoring all existing improvements damaged by the work, and all other work items as required for performing the work complete and in place. 2005 -06 Sidewalk, C &G Replacement in Port Streets and ADA Curb Access Ramps in East Bluffs. Sidewalk in East Coast Highway (Drawing No M- 5372 -L and Work Schedules) Item No. 11 Mobilization: Work under this item shall include providing bonds, insurance and financing, establishing a field office, preparing the SWPPP or BMP Plan and construction schedule, and all other related work as required by the Contract Documents. Item No. 12 Traffic Control: Work under this item shall include delivering all required notifications and temporary parking permits, post signs and all costs incurred notifying residents. In addition, this item includes preparing traffic control plans prepared and signed by a California licensed traffic engineer, and providing the traffic control required by the project including, but not limited to, signs, cones, barricades, flashing arrow sign, K -rail, temporary striping, flag persons. This item includes furnishing all labor, tools, equipment and materials necessary to comply with the W.A.T.C.H. Manual, Latest edition, and City of Newport Beach Requirements. Item No. 13 Remove and Reconstruct 4 -Inch Thick P.C.C. Sidewalk: Work under this item shall include removing and disposing of the existing sidewalk, subgrade compaction, constructing the 4 -inch thick P.C.C. sidewalk, and all other work items as required to complete the work in place. Item No. 14 Remove and Construct Type "A" P.C.C. Curb and Gutter: Work under this item shall include removing and disposing of the existing curb and gutter, compacting subgrade, reconstructing curb openings of existing curb drains, constructing Type "A" P.C.C. curb and gutter per City Standard STD - 182 -L, AC patch back, re- chiseling of curb face for existing underground utilities, restoring all existing improvements damaged by the work, and all other work items as required for performing the work complete and in place. Gutter width shall be matched existing. Item No. 15 Remove and Construct P.C.C. Driveway Approach: Work under this item shall include removing existing improvements and constructing P.C.C. driveway approach and all other work items as required to complete the work in place. SP 13 OF 20 Item No. 16 Remove and Construct P.C.C. Curb Access Ramp per Plan Detail (M- 5372-L): Work under this item shall include removing existing improvements and constructing P.C.C. Curb Access Ramp, per plan detail in Drawing No. M- 5372 -L and all other work items as required to complete the work in place. Item No. 17 Prune Tree Root and Install Root Barrier: Work under this item shall include root pruning and disposal, providing and installing root barriers per Section 308- 1.4, removal and disposal of excess soil, and all other work required to complete the work in place. All utilities or other improvements damaged by the work shall be immediately repaired at the expense of the Contractor and no additional compensation shall be made. Item No. 18 Remove and Reconstruct P.C.C. Curb Access Ramp, Case H: Work under this item shall include removing existing improvements and constructing P.C.C. Curb Access Ramp, per City Standard Plan STD - 181 -L -B, Case H and all other work items as required to complete the work in place. East Coast Highwav Curb & Gutter Replacement (Drawing No. R- 5898 -S) Item No. 19 Mobilization: Work under this item shall include providing bonds, insurance and financing, establishing a field office, preparing the SWPPP or BMP Plan and construction schedule, and all other related work as required by the Contract Documents. Item No. 20 Traffic Control: Work under this item shall include delivering all required notifications and temporary parking permits, post signs and all costs incurred notifying residents. In addition, this item includes preparing traffic control plans prepared and signed by a California licensed traffic engineer, and providing the traffic control required by the project including, but not limited to, signs, cones, barricades, flashing arrow sign, K -rail, temporary striping, flag persons. This item includes furnishing all labor, tools, equipment and materials necessary to comply with the W.A.T.C.H. Manual, Latest edition, and City of Newport Beach Requirements. Item No. 21 Remove and Reconstruct 4 -Inch Thick P.C.C. Sidewalk: Work under this item shall include removing and disposing of the existing sidewalk, subgrade compaction, constructing the 4 -inch thick P.C.C. sidewalk, and all other work items as required to complete the work in place. Item No. 22 Remove and Construct Type "A" P.C.C. Curb and Gutter: Work under this item shall include removing and disposing of the existing curb and gutter, compacting subgrade, reconstructing curb openings of existing curb drains, constructing Type "A" P.C.C. curb and gutter per City Standard STD - 182 -L, AC patch back, re- chiseling of curb face for existing underground utilities, restoring all existing improvements damaged by the work, and all other work items as required for performing the work complete and in place. Gutter width shall be matched existing. SP 14 OF 20 Item No. 23 Remove Existing Pavement and Construct 2 -Ft Wide P.C.C. Gutter per Plan Detail (R- 5898 -S): Work under this item shall include the cost of saw -cuts, doweling, rebar, cement epoxy adhesive, dispose of the existing pavement, subgrade compaction, constructing 2 -Ft P.C.C. gutter per plan detail, AC patch back, and all other work items as required to complete the work in place. Item No. 24 Remove and Reconstruct 8 -Inch Thick P.C.C. Cross Gutter: Work under this item shall include removing and disposing of the cross gutter and spandrels, subgrade compaction, placing crushed miscellaneous base, base compaction, constructing 8 -inch thick P.G.C. cross gutter, adjusting City utility facilities such as street lighting, sewer, water, etc. boxes and covers to grade, and all other work items as required to complete the work in place. Item No. 25 Remove existing PCC pavement and Construct 8 -Inch Thick P.C.C. Cross Gutter: Work under this item shall include removing and disposing of the existing PCC pavement, subgrade compaction, placing crushed miscellaneous base, base compaction, constructing 8 -inch thick P.C.C. cross gutter, adjusting City utility facilities such as street lighting, sewer, water, etc. boxes and covers to grade, and all other work items as required to complete the work in place. Item No. 26 Remove and Reconstruct P.C.C. Curb Access Ramp, Case H: Work under this item shall include removing existing improvements and constructing P.C.C. Curb Access Ramp, per City Standard Plan STD - 181 -L -B, Case H and all other work items as required to complete the work in place. Item No. 27 Remove and Construct P.C.C. Curb Access Ramp per Plan Detail (R- 5898-S): Work under this item shall include removing existing improvements and constructing P.C.C. Curb Access Ramp, per plan detail in Drawing No. R- 5898 -S and all other work items as required to complete the work in place. Item No. 28 Cold Mill Asphalt Pavement: Work under this item shall include cold milling the asphalt roadway to a depth below existing finished grade as shown on the drawings and all other work items as required to complete the work in place. Item No. 29 Complete Variable Thickness Asphalt Pavement Overlay: Work under this item shall include constructing variable thickness asphalt pavement overlay and all other work items as required to complete the work in place. Item No. 30 Replace Existing Street Light Pull Box and Cover: Work under this item shall include the cost to remove and dispose of the existing and install new pull box, conduit if necessary and cover; reconnect existing street light wirings within the pull box, and complete all other items as required per the applicable City of Newport Beach Standard Plans. Item No. 31 Replace Existing Traffic Signal Pull Box and Cover: Work under this item shall include the cost to remove and dispose of the existing and install new traffic SP 15 OF 20 signal pull box, conduit if necessary and cover; reconnect existing wirings within the pull box, and complete all other items as required per Caltrans Standard Plan ES -8. 9 -3.2 Partial and Final Payment. Add to this section: 'Partial payments for mobilization and traffic control shall be made in accordance with Section 10264 of the California Public Contract Code." PART 2 CONSTRUCTION MATERIALS SECTION 201 -- CONCRETE. MORTAR, AND RELATED MATERIALS 201 -1 PORTLAND CEMENT CONCRETE 201 -1.1.2 Concrete Specified by Class. Add to this section: "Portland Cement concrete for construction shall be Class 560 -C -3250, Type V." 201 -2 REINFORCEMENT FOR CONCRETE 201 -2.2.1 Reinforcing Steel. Add to this section: "Reinforcing steel shall be Grade 60 steel conforming to ASTM A 615 with 2 -inch minimum cover unless shown otherwise on the plans." SECTION 209 - -- ELECTRICAL COMPONENTS 209 -2 MATERIALS 209 -2.5 Pull Boxes. On Balboa Peninsula Beach Walkway, all replacement pull boxes shall be Eisel Enterprises #3 -1/2F concrete pull box (E35FPB) complete with an Armorcast Products 20K traffic cover (A6001922SMT- Electric). On East Coast Highway, all traffic signal pull boxes shall be replaced in -kind per Caltrans Standard Plan ES -8. Pull boxes, pull box covers, and pull box extensions shall be concrete. SP 16 OF 20 PART 3 CONSTRUCTION METHODS SECTION 300 - -- EARTHWORK 300 -1 CLEARING AND GRUBBING 300 -1.3 Removal and Disposal of Materials Add to this Section: "Removal and disposal of material shall be done by City approved Licensed and Franchised Commercial Solid Waste Haulers. A current list of approved haulers can be provided upon request or be found on the City's website at http: / /www.city.newport- beach. ca. us /GSV /Frachised %20Haulers.htm. Any disposal bins used on project will be from one of the City's list of approved sources." 300 -1.3.1 General. Add to this section: "The work shall be done in accordance with Section 300 -1.3.2 of the Standard Specifications except as modified and supplemented herein. Joins to existing pavement lines shall be full depth sawcuts. Final removal between the sawcut lines may be accomplished by the use of jackhammers or sledgehammers. Pavement breakers or stompers will not be permitted on the job. The Engineer must approve final removal accomplished by other means. The Contractor shall maintain the job site in a clean and safe condition. The Contractor will remove any broken concrete, debris or other deleterious material from the job site at the end of each workday." 300 -1.3.2 Requirements (c) Concrete Curb, Walk, Gutters, Cross Gutters, Driveways, and Alley Intersections. Replace the first sentence of this Section with: "Saw cuts shall be neatly made to a minimum of two (2) inches." Replace the words "1? /z inch" of the last sentence with the words "two (2) inches ". 300 -1.5 Solid Waste Diversion. Non - reinforced concrete and asphalt wastes generated from the job site shall be disposed of at a facility that crushes such materials for reuse. Excess soil and other recyclable solid wastes shall not be disposed of at a sanitary landfill. The Contractor shall maintain monthly tonnage records of total solid wastes generated and solid wastes disposed of at a sanitary landfill. The Contractor shall report said tonnage monthly to the Engineer on a form provided by the Engineer and provide appropriate confirmation documentation from the recycling facility. SP 17 OF 20 SECTION 302 - -- ROADWAY SURFACING 302 -5 ASPHALT CONCRETE PAVEMENT 302 -5.1 General. Add to this section: "The asphalt concrete (A.C.) used for surface caps shall be III -C3 -AR -4000. The A.C. for base course shall be III -132 -AR -4000. All cracks Y< -inch or greater in width shall be cleaned, have weed kill applied and sealed with a hot - applied crack sealant approved by the Engineer. In residential areas no highway rated equipment or trucks are to be used (eg. no super trucks). Use truck and trailers or transfers. Use of heavier rated trucks must be approved by Engineer. The top 1 ?/2 inches of asphalt shall be placed in a separate lift. Holes, spalls, and cracks greater than 1 -inch in width shall be filled and compacted 95% minimum with an F -AR 4000 asphalt concrete mix. The pavement shall then be cleaned with a power broom." 302 -5.4 Tack Coat. Add to this section: "Prior to placing the asphalt concrete patches, a tack coat of Type SS -1 h asphaltic emulsion at a rate not to exceed one — tenth (1/10) of a gallon per square yard shall be uniformly applied to existing A.C. and P.C.C. surfaces and edges against which asphalt concrete is to be placed." SECTION 303- -- CONCRETE AND MASONRY CONSTRUCTION 303 -5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 303 -5.1 Requirements 303 -5.1.1 General. Add to this section: 1. "Driveway approaches shall be reconstructed and open for use within three calendar workdays after the commencement of driveway approach removal. 2. Driveway approaches shall be constructed one half at a time so that garage access is continuously maintained, unless signed agreement with the property owner can be obtained. 3. Curb access ramps, sidewalk, curb and gutter shall be reconstructed and open for use within five calendar workdays after the commencement of their removal. 4. All curb and gutter shall be constructed on top of 10 inches of 95 percent relative compacted subgrade. 5. Reconstructed sidewalk and curb access ramps shall be opened to public use on the day following concrete placement. SP 18 OF 20 6. All forms shall be removed, irrigations systems shall be repaired, and backfill or patch -back shall be placed within 72 hours following concrete placement. 7. All damaged private improvements shall be repaired in -kind to the satisfaction of the respective owner within 72 hours of reconstructed work. 8. P.C.C. work subjected to vehicle loads such as driveways and gutters shall not be opened to traffic until the concrete has cured to a minimum strength of 3,000 psi. The Contractor shall detour traffic around such work until the work is ready for public use." 303 -5.5 Finishing 303 -5.5.1 General. Add to this section: "The Contractor shall patch back A.C., P.C.C. and brick within private property at locations shown on the plans in a manner that matches the adjoining existing private property in structural section, texture and color." 303 -5.5.2 Curb. Add to this section: "The Contractor shall install or replace curb markings that indicate sewer lateral or water valve location on the face of the curb. The Contractor shall mark the curb with a chiseled "S" or "W" for sewer or water lateral and a chiseled °V -X" for water valve locations. "X" shall indicate the number of feet from the curb face to the valve. To determine the location of sewer laterals and water services, the Contractor must call the City's Utilities Superintendent, Mr. Ed Burt, at (714) 718- 3402." 303 -5.5.4 Gutter. Add to this section: "The Contractor shall hold the flow line tolerances to within 0.01 feet of those elevations shown on the plan." SECTION 307 - -- STREET LIGHTING AND TRAFFIC SIGNALS 307 -2.4 Pull Boxes. Add to this section: "Where the sump of an existing pull box is disturbed by the Contractor's operations, the sump shall be reconstructed and, if the sump was grouted, the old grout shall be removed and new grout placed. On East Coast Highway, no new pull boxes shall be installed in or within one foot of any curb ramp. Caltrans Standard Plan ES -8, Pull Box Details, Note 4 -a.5 and b.10, shall not apply to this project." 307 -2.9 Signal Interconnect Cable (SIC). Traffic signal interconnect cables shall not be spliced unless shown otherwise on the plan. The number of pairs to be provided shall be as shown on the plans. SIC shall be AWG #19 and conform to IMSA Specification 40 -2. A minimum of 3 -feet of slack shall be provided at each pull box and 6 -feet of slack at each traffic signal controller cabinet. The ends of unused SIC conductors shall be folded back and taped securely to the cable. SP 19 OF 20 SECTION 308 - -- LANDSCAPE AND IRRIGATION INSTALLATION 308 -1 General. Add to this section: "The Contractor is responsible for clearing and grubbing, pruning and removing tree roots that interfere with the work. The Contractor shall submit recommendations by its arborist to the City for review for safely pruning and removing tree roots. No roots shall be pruned or removed unless this submittal is returned to the Contract as satisfactory. Prior to the submittal, the Contractor shall arrange to meet with the City's Urban Forester, Mr. John Conway (949 - 644 -3083) at the site to discuss City standards and requirements. The submittal shall adhere to the following guidelines: 1. Root Prunina a. Prior to removal of the damaged concrete, no root pruning will be allowed after the new concrete has been installed. b. Whenever possible, root pruhing.shall only be done on one side of the tree unless specifically authorized by the City's Urban Forester. c. Roots shall be cleanly severed using a root - pruning machine, approved by the City's Urban Forester and Field Maintenance Superintendent prior to the start of the contract. 2. Arbitrary Root Cut a. A straight cut with a root - cutting machine (Vermeer or Dosko) shall be made to the length of the repair as indicated. b. The cut shall be a minimum 12' below grade for sidewalks and 18" for curbs, and shall be made as far away from the tree base as possible. 3. Selective Root Pruning a. This process involves selectively removing offending roots when a tree trunk or root flare is less than 2 feet from the sidewalk and/or the size, species or condition of the tree warrants a root cut to be hazardous to the tree or when there is only one minor offending root to be removed and /or the damage is minimal (i.e., only one panel uplifted, etc.). b. Selective root pruning shall be performed with aroot- pruning machine. c. All tree roots that are within the sidewalk construction area shall be removed or shaved down. SP 20 OF 20 d. Roots greater than two inches in diameter that must be removed, must be pre- approved by the City's Urban Forester. e. Roots shall be selected for removal on the basis that will have the least impact on the health and stability for the tree. 4. Root Barrier Specifications: a. Install root barrier panels with the length of each root pruning cut at a minimal of 12" below grade for sidewalk and 18" for curbs. b. The product shall be a minimal of 0.085 thickness and material of polyethylene plastic with ultra violet inhibitors (e.g., Century Root Barrier Panels, CP- Series, CP12 -2). c. The product shall be installed per manufacture's specifications. F:WSERS\PBW\Sh.r d Cwtrad 'FY 05-08\05-06 SIDEWALK REPLACEMENT C3789\SPECS C- 37894m APPENDIX A WORK SCHEDULE: 2005 -06 EAST COAST HIGHWAY PCC CONTRACT WORK SCHEDULE: 2005 -06 East Coast Hiahwav PCC Contract Loc. No. I LOCATION STREET NAME& NO. SIDEWALK SQ.FT. C & G LF. ACCESS RAMP -EA ROOT PRUNING Remarks South Bound E. Coast Highway 1 S/E corner of E. PCH & Jamboree Blvd. 200 10 1 CASE "A" 2 2101 E. PCH 160 3 2345 E. PCH 280 4 2411 E. PCH 60 5 2435 E. PCH 180 6 2515 E. PCH 300 1 7 2743 E. PCH 270 8 2823 E. PCH 150 9 2867 E. PCH 36 10 2929 E. PCH 72 11 2933 E. PCH 48 12 3007 E. PCH 16 13 13049 E. PCH 240 14 3107 E. PCH 200 15 3141 E. PCH 60 16 3309 E. PCH 200 17 3339 E. PCH 180 18 3347 E. PCH 180 19 3637 E. PCH 80 20 3653 E. PCH 120 21 13707 E.PCH 120 22 3801 E.PCH 25 North Bound E. Coast Highway 23 E.PCH 200' before Morning Canyon Rd. 20 24 E.PCH 100' before Moming Canyon Rd. 160 25 4352 E.PCH 20 26 14320 E.PCH 50 27 4252 E.PCH 60 28 4220 E.PCH 60 29 NAN comer of Seaward & E. PCH 75 30 3700 E. PCH (Poinsettia) 165 31 3520 E. PCH 60 32 3446 E. PCH 15 1 CASE "H" 33 3420 E. PCH 15 34 13330 E. PCH 110 35 3250 E. PCH 110 36 3242 E. PCH 220 37 3200 E. PCH 220 38 3050 E. PCH 130 39 3034 E. PCH 100 40 3024 E. PCH 21 41 3000 E. PCH 44 42 2948 E. PCH 60 43 12920 E. PCH 42 44 2900 E. PCH 160 10 1 1 CASE "H" 45 2852 E. PCH 55 46 2846 E. PCH 235 47 2842 E. PCH 200 F:\USERS\PBW\Shared\Contracts\FY05-06\05-06 SIDEWALK REPLACEMENT C3789\2005.06 PCC Contract- 100:6.xIs,E PCH Contract 112 WORK SCHEDULE: 2005 -06 East Coast Highway PCC Contract Loc. No. LOCATION STREET NAME& NO. SIDEWALK SQ.FT. C & G LF. ACCESS RAMP -EA ROOT PRUNING Remarks 48 2700 E. PCH 30 49 E. PCH Newport Center Dr. 80 1 CASE "H" 50 E. PCH 600' before Jamboree Rd. 200 1 51 E..PCH 100' before Jamboree Rd. 630 Totals 6468 76 4 3 F :IUSERS\PBW19hared\Contracts\FY DS- 06105 -06 SIDEWALK REPLACEMENT C- 376952005 -06 PCC Contract- 700%.xls,E PCH Contrad 212 APPENDIX B WORK SCHEDULE: 2005 -06 BUFFALO HILLS PCC CONTRACT & EAST BLUFF CURB ACCESS RAMPS Work Schedule: 2005 -06 Buffalo Hills PCC Contract & Eastbluff Curb Access Ramps Loc. No. LOCATION STREET NAME & No. SIDEWALK (SF) C & G (LF ) ACCESS RAMP (EA ROOT PRUNING DRIVEWAY APPROACH SF 1 1742 Port Sheffield PI. 236 2 1712 Port Sheffield PI. 88 3 1707 Port Sheffield PI. 68 4 1715 Port Sheffield PI. 24 5 1723 Port Sheffield PI. 120 2 36 6 1735 Port Sheffield PI. 16 7 1741 Port Sheffield PI. 112 8 1801 Port Sheffield PI. 60 9 1815 Port Sheffield PI. 40 10 1800 Port Sheffield PI. 500 11 1730 Port Abbey PI. 80 12 1607 Port Abbey PI. 88 13 1621 Port Abbey PI. 80 1 14 1715 Port Abbey PI. 72 1 15 1729 Port Abbey Pl. 36 16 1747 Port Abbey PI. 35 17 1829 Port Abbey PI. 104 18 1841 Port Abbey PI. 48 19 1859 Port Abbey PI. 60 20 1848 Port Abbey PI. 92 21 1818 Port Abbey PI. 80 22 11800 Port Abbey PI. 80 23 1736 Port Margate PL. 132 24 1730 Port Margate PL. 16 25 1724 Port Margate PL. 120 26 1715 Port Margate PL. 80 27 1729 Port Margate PL. 100 28 1735 Part Margate PL. 130 1818 Port Magate PL. 30 1 29 11836 Port Margate PL. 100 30 1830 Port Margate PL. 16 31 1800 Port Margate PL. 20 32 1724 Port Charles PL. 48 33 1712 Port Charles PL. 48 34 1706 Port Charles PL. 72 35 1700 Port Charles PL. 100 36 1607 Port Charles PL. 48 37 1707 Port Charles PL. 16 38 11721 Port Charles PL. 80 39 1735 Port Charles PL. 160 1 40 1850 Port Charles PL. 124 41 1845 Port Westbourne PL. 60 42 1851 Port Westbourne PL. 168 3 43 1854 Port Westboume PL. 130 44 1824 Port Westbourne PL. 64 45 1806 Port Westbourne PL. 96 46 11724 Port Barmouth PL. 140 1 47 1710 Port Barmouth PL. 80 48 1601 Port Barmouth PL. 80 49 1627 Port Barmouth PL. 100 50 1707 Port Barmouth PL. 96 11 51 1721 Port Barmouth PL. 64 * 100 F :\USERS\PBWGShared \Contracts\FY 05-06\05-06 SIDEWALK REPLACEMENT C- 3769\2005 -06 PCC Contract- 100 %.As,Burfalo Hills 1/6 Whorl( Schedule: 2005 -06 Buffalo Hills PCC Cnntrarf R Fasthluff Ceirh Amass Ramnc Loc. No. LOCATION STREET NAME & No. SIDEWALK SF ) C & G (LF) ACCESS RAMP EA ROOT PRUNING DRIVEWAY APPROACH (SF) 52 1836 Port Barmouth PL. 48 53 1830 Port Barmouth PL. 76 54 1712 Port Ashley PL. 80 55 1700 Port Ashley PL. 180 56 1715 Port Ashley PL. 72 57 1812 Port Ashley PL. 64 58 1700 Port Sterling PL. 16 59 1615 Port Sterling PL. 72 60 1842 Port Sterling PI. 74 61 1830 Port Sterling PL. 68 62 1807 Port Seaboume Way 220 63 1984 Port Seaboume Way 20 64 AF 1839 Port Seaboume Way 80 65 N/W of Newport Hills Dr. East at 66 Port Cardiff PL. 700 67 JAF 1971 Port Cardiff PL. 64 51 * 55 68 1900 Port Cardiff PL. 52 69 1941 Port Cardiff PL. 84 70 1965 Port Cardiff PL. 20 71 1971 Port Cardiff PL. 128 * 110 72 1977 Port Cardiff PL. 50 73 2001 Port Cardiff PL. 165 74 2011 Port Cardiff PL. 100 75 12025 Port Cardiff PL. 60 20 76 1AF 2025 Port Cardiff PL. 120 77 12024 Port Cardiff PL. 24 78 12012 Port Cardiff PL. 120 79 2006 Port Cardiff PL. 48 80 2000 Port Cardiff PL. 400 81 1972 Port Bristol Cir. 120 * 110 82 1954 Port Bridtol Cir. 76 83 1942 Port Bristol Cir. 100 84 1921 Port Bristol Cir. 60 85 1975 Port Bristol Cir. 90 86 12001 Port Bristol Cir. 210 87 12045 Port Bristol Cir. 120 * 60 88 12049 Port Bristol Cir. 44 = 89 2067 Port Bristol Cir. 48 20 90 2032 Port Bristol Cir. 50 91 2000 Port Bristol Cir. 180 92 1972 Port Weybridge PL. 150 93 1966 Port Weybridge PL. 80 * 20 94 1948 Port Weybridge PL. 68 95 1942 Port Weybridge PL. 88 = 96 11924 Port Weybridge PL. 44 97 11918 Port Weybridge PL. 80 98 1912 Port Weybridge PL. 160 99 1906 Port Weybridge PL. 24 100 1901 Port Weybridge PL. 50 101 1963 Port Weybridge PL. 120 102 1969 Port Weybridge PL. 150 103 2001 Port Weybridge PL. 75 F:IUSERSIPBW1SImred\Contracts\FY 05- 06105 -06 SIDEWALK REPLACEMENT C3789W05-06 PCC Contract - 100 %.xls,Buffalo Hills 2/6 Work Schadula- 2005 -06 Buffalo Hills PCC Contract & Eastbluff Curb Access Ramps Loc. No. LOCATION STREET NAME & No. SIDEWALK (SF) C & G (LF ) ACCESS RAMP (EA ) ROOT PRUNING DRIVEWAY APPROACH SF 104 2007 Port Weybridge PL. 92 * 180 105 2030 Port We brid a PL. 16 106 2024 Port We bridge PL. 60 107 1972 Port Provence PL 325 8 108 1964 Port Provence PL. 60 109 1958 Port Provence PL. 120 110 1928 Port Provence PL. 48 111 1910 Port Provence PL. 120 112 1900 Port Provence PL. 72 113 1925 Port Provence PL. 160 114 1931 Port Provence PL. 90 115 1937 Port Provence PL. 100 116 1943 Port Provence PL. 120 117 1955 Port Provence PL. 60 118 1967 Port Provence PL. 192 119 1973 Port Provence PL. 292 120 2007 Port Provence PL. 72 121 2015 Port Provence PL. 24 64 122 2027 Port Provence PL. 68 123 2012 Port Provence PI. 112 124 2000 Port Provence PI. 270 125 1972 Port Ramsgate PL. 104 126 1931 Part Ramsgate PL. 150 127 1955 Port Ramsgate PL. 72 128 1967 Port Ramsgate PL. 134 129 1979 Port Ramsgate PL. 88 130 2001 Port Ramsgate PL. 32 131 2007 Port Ramsgate PL. 112 132 1978 Port Chelsea PL. 350 133 1972 Port Chelsea PL. 48 134 1960 Port Chelsea PL. 84 135 1931 Port Chelsea PL. 108 136 2001 Port Chelsea PL. 75 137 2006 Port Chelsea PL. 124 138 2000 Port Chelsea PL. 96 139 1982 Port Albans PL. 112 140 1960 Port Albans PL. 68 141 1948 Port Albans PL. 92 142 2011 Port Albans Cir. 20 143 2006 Port Albans Cir. 80 144 1966 Port Cardigan PL. 84 145 1948 Port Cardigan PL. 64 1 146 2200 Port Cardigan PL. 100 147 1987 Port Dunleigh Cir. 100 148 1998 Port Claridge PL. 36 149 1992 Port Claridge PL. 124 150 1984 Port Claridge PL. 108 151 1960 Port Claridge PL. 128 152 1943 Port Claridge PL. 120 153 1949 Port Claridge PL. 100 154 1961 Port Claridge PL. 28 55 155 1996 Port Nelson PL. 94 F:\ USERS \PBW\Shared \Contracts\FY 05- 06\05 -06 SIDEWALK REPLACEMENT 63789\200506 PCC Contract- 100 %.As,Buttalo Hills 3/6 Work Schedule: 2005 -06 Buffalo Hills PCC Contract & Eastbluff Curb Access Ramns Loc. No. LOCATION STREET NAME & No. SIDEWALK SF ) C& G (LF ) ACCESS RAMP (EA) ROOT PRUNING DRIVEWAY APPROACH SF 156 1966 Port Nelson PL. 60 157 1936 Port Nelson PL. 160 158 1930 Port Nelson PL. 10 159 1991 Port Nelson PL. 30 " 1601999 Port Nelson PL. 50 161 1978 Port Locksleigh PL. 23 162 1958 Port Lockslei h PL. 76 163 1950 Port Lockslei h PL. 60 164 1930 Port Lockslei h PL. 32 165 1951 Port Lockslei h PL. 84 166 1974 Port Edward PL. 80 13 167 1962 Port Edward PL. 124 168 1938 Port Edward PL, 168 169 1935 Port Edward PL. 64 170 1939 Port Edward PL. 60 171 1943 Port Edward PL. 80 172 1947 Port Edward PL, 64 173 1959 Port Edward PL. 120 174 1977 Port Edward Cir. 75 175 1981 Port Edward Cir. 32 176 1986 Port Edward Cir. 40 177 1958 Port Carney PL. 200 178 1942 Port Carney PL. 96 179 1950 Port Bishop PL. 100 180 1944 Port Bishop PL. 64 181 1930 Port Bishop PL. 48 " 182 1942 Port Townsend Cir. 60 183 1939 Port Bishop PL. 17 184 1955 Port Bishop PL. 120 185 1942 Port Trinity PL. 56 186 1964 Port Laurent PL. 80 187 1956 Port Laurent PL. 60 188 1952 Port Laurent Cir. 80 189 1948 Port Laurent Cir. 56 190 1959 Port Laurent Cir. 108 191 1975 Port Laurent Cir. 72 192 1971 Port Trinity Cir. 56 " 193 1979 Port Trinity Cir. 40 194 1978 Port Trinity Cir. 100 195 Port Sutton from Newport Hills Dr East to 196 San Miguel Dr. 197 #1 55 1981#2 75 199 Port Sutton from San Miguel Dr. to 200 1 Newport Hills Dr. East 201 #1 50 202 #2 80 203 #3 75 204 #4 75 205 #5 75 206 #6 60 207 Newport Hills Dr. East from Port Sutton Dr. F: \USERS \PB\N\Shared\Contracts\FY 05. 06\05 -06 SIDEWALK REPLACEMENT C- 37WVDO PCC Contract- 100%.)d%Buffalo Hills 416 Work Schedule: 2005 -06 Buffalo Hills PCC Contract & Eastbluff Curb Access Ramps Loc. No. LOCATION STREET NAME & No. SIDEWALK (SF) C & G (LF) ACCESS RAMP EA ROOT PRUNING DRIVEWAY APPROACH SF 208 to Port Edward Cir. 209 #1 120 210 #2 448 211 #3 120 13 212.#4 160 213 Newport Hills Dr. East from 214 Port Carney PL. to Port Sutton Dr. 215 #1 50 216 #2 50 217 #3 360 218 #4 320 219 Eastgate Dr. from Newport Hills Dr. East 220 to San Miguel Dr. 221 #1 75 222 #2 115 223 Eastgate Dr. from San Miguel to 224 Newport Hills Dr. East 225 #1 80 226 1843 Newport Hills Dr. East 32 227 1839 Newport Hills Dr. East 48 228 1831 Newport Hills Dr. East 52 229 1819 Newport Hills Dr. East 76 230 1919 Newport Hills Dr. West 68 231 1715 Newport Hills Dr. West 76 232 1804 Newport Hills Dr. East 72 233 1840 Newport Hills Dr. East 80 234 1772 Port Manleigh Cir. 135 235 1760 Port Manleigh Cir. 40 90 236 1754 Port Manleigh Cir. 32 237 1712 Port Manleigh Cir. 76 238 1700 Port Manleigh Cir. 88 239 1707 Port Manleigh Cir. 48 240 1747 Port Manleigh Cir. 40 241 1801 Port Manleigh PI. 185 242 1830 Port Manleigh PL. 48 243 1824 Port Manleigh PI. 44 244 1812 Port Manleigh PL. 52 245 1815 Port Kimberly PL. 60 246 1825 Port Kimberly PL. 104 247 1831 Port Kimberly PL. 40 248 1837 Port Kimberly PL. 64 249 1847 Port Kimbelry PL. 64 250 1851 Port Kimberl y PL. 64 251 1863 Port Kimberly PL. 72 252 1854 Port Kimberl y PL. 140 253 1848 Port Kimberly PL. 104 254 1842 Port Kimberly PL. 100 255 1830 Port Kimberly PL. 76 256 1806 Port Kimberly PL. 116 257 1800 Port Kimberly PL. 40 258 1801 Port Wheeler PL. 180 259 1848 Port Wheeler PL. 72 F: WSERS \PBW\Shered \Contraets\FY05-06105-06 SIDEWALK REPLACEMENT C3789\2005.06 PCC Contract- 100%.)ds,Buffalo Hills 5/6 Work Schedule: 2005 -06 Buffalo Hills PCC Contract & Eastbluff Curb Access Ramps Loc. No. LOCATION STREET NAME & No. SIDEWALK (SF) C & G (LF) ACCESS RAMP EA ROOT PRUNING DRIVEWAY APPROACH SF 260 1829 Port Taggart PL. 84 261 1859 Port Taggart PL. 80 262 1872 Port Taggart PL. 180 263 1830 Port Taggart PL. 48 264 1812 Port Taggart PL. 56 265 1806 Port Taggart PL. 104 266 1794 Port Carlow PL. 100 267 1817 Port Carlow PL. 16 268 1829 Port Carlow PL. 68 269 1860 Port Carlow PL. 68 40 270 1842 Port Carlow PL. 72 271 1800 Port Carlow PL. 52 272 1824 Port Renwick PL. 24 273 1795 Port Tiffin Cir. 116 274 1827 Port Tiffin PL. 64 275 1800 Port Tiffin PL. 140 276 1833 Port Stanhope PL. 80 277 1845 Port Stanhope PL. 180 278 1851 Port Stanhope PL. 40 279 1824 Port Stanhope PL. 64 280 1818 Port Stanhope PL. 60 281 1812 Port Stanhope PL. 64 Curb Access Ramps in Eastbluff 282 Alta Vista & Bison 4 ** 283 Alta Vista & Basswood N 1 ** 284 Alta Vista & Basswood S 1 ** 285 Alba & Aralia 2 ** 286 Alta & Vista & Bellis 4 *' 287 Alta Vista & Citrus 2 ** 288 Alta Vista & Aleppo 4 ** 289 Cacao & Catalpa 2 290 Bbda & Bamboo 2 `* TOTALS 24093 228 22. 11 1968 Note: (1) * Contractor to protect in place root barriers next to trees, and remove any roots under the sidewalk before placing new sidewalk. (2) ** Curb Access Ramps shall be constructed per detail on Sheet 2, Drawing M- 5372 -L FAUSERSIPBW\Shared4ContractsTY 05- 06105 -06 SIDEWALK REPLACEMENT C3789\2005 -06 PCC Contract - 100 %xlsAuffalo Hills 6/6 PROJECT AREA JOHN WAYNE ADA CURB ACCESS �� AIRPORT x RAMPS IN EASTBLUI I: 1 CITY OFP COSTA MESA m CITY OF In, VICTORIA ST _ IRVINE 'UNIVLR� P UPPB YEWPOR o TY -�' PROJECT AREA ,9 � SIDEWALK, C & G 171} ST IN PORT STREETS 5 Q s ,per 81SOy ANE BUFFALO HILLS 15TH STN_ a ate RD Sr -. - w�YSauac WES ISLAND l JOq !y HI ~ 6A[80A: • 8, _ N PROJECT AREA Pa�N SIDEWALK, C &G IN EAST COAST HIGHWAY (JAMBOREE RD. TO MORNING CANYON RD.) o r PACiFic VICINITY MAP NOT TO SCALE ooEAN = GENERAL NOTES: 1. SEE WORK SCHEDULES OF 2005 -06 EAST COAST HIGHWAY PCC CONTRACT AND 2005 -06 BUFFALO HILLS PCC CONTRACT & EAST BLUFF CURB ACCESS RAMPS FOR SPECIFIC LOCATION 2. CONTRACTOR TO REMOVE AND RECONSTRUCT TYPE °A° CURB & GUTTER PER CNB STANDARD m PLAN STD- 182 -L, VARIED CURB FACE TO MATCH EXISTING. 3. CONTRACTOR TO SAWCUT AND REMOVE EXISTING PCC IMPROVEMENTS AND CONSTRUCT PCC CURB ACCESS RAMP PER DETAIL ON SHEET 2 0 s U 9V 6 L N C- 3789' CITY OF NEWPORT BEACH APPROVED PUBLIC WORKS DEPARTMENT *rINCIPAL tt 02 05 L ALTON R.C.E. 19111 DATE 2005 -06 SIDEWALK, CURB, GUTTER, & CURB P CIVIL ENGINEER DATE 09/i6/05 SCALE N.T.s ISIT 1 of 2 ACCESS RAMPS REPLACEMENT PROGRAM DESIGNED: m I DRAWN: m I M- 5372 -L PA - 10' 4� r2%. MAX.) EXISTING BACK .33% (MAX.) OF SIDEWALK; RETAINING CUR I IF NECESSARY SECTION A - A ' EXISTING EXISTING SIDEWALK DEPRESSED SIDEWALK AS REQUIRED ,/� 5' VARIABLE HEIGHT FULL CF ` RETAINING CURB EXISTING SIDEWALK -- - - - - -- STD- 181 -L -A CASE "E A R_5, PLANTING AREA 0" LIP --------- - - - - -- --------------- - - - - -- FULL CF CURB ACCESS RAMP, CASE "E" N.T.S. 1. FOR GENERAL NOTES, SEE CNB STD -181 -L 2. ALL CONCRETE SHALL BE REMOVED AND REPLACED TO THE NEXT JOINT CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2005 -06 SIDEWALK, CURB, GUTTER, & CURB ACCESS RAMPS REPLACEMENT PROGRAM C -3789 APPROVED 11/02/05 L D DALTON R.C.E. 19111 DATE P NCIPAL CIVIL ENGINEER N.T.S ' " 2 OF 2 FTT I M- 5372 -L Lift Min �� I] mm l %jY TaM Hush LI length sleeve fMlsnea &d.d frame Pal t With brass bolt RW1 MnlmmN Box Thickness do (] L R —. SOB Nate 2 li mm I$ "1 o Gaols DIMENSION TABLE Depth M M1:1m 1IM ONO Depth m N and LO NO -- Box and I L y N e• x E.d.,Mg b.naulT yob . Tap aimBnsbn mC R Trdphness I Taper I] mm l %jY TaM Hush Goh,ar a Z -bm- length sleeve fMlsnea &d.d frame Pal t With brass bolt grade adx Gone. 566 Note 3 BDMInq✓� MinlmUP %'M Mlnlmum Oepm Rmx \ E� J. See Edge Box Box ma Note 5 NO L N I - PCC Mickinss ck Taps, so am Thickness Extension 16, Mr.M+i Extanalon ON 80 mm %.T a� (3•'1 In 730 t 25 mm "SS Clean crushed aY 0 r0Wq ~~III FFF GWMI09 p Pushing rock sum Noon SECTION A -A 10 mm (0 /j) No. 31/2(T). No. SIT) AND No. 6(T) TRAFFIC PULL BOX do (] L R —. SOB Nate 2 li mm I$ "1 o Gaols DIMENSION TABLE Depth M M1:1m 1IM ONO Depth m N and LO NO -- Box and I L y N e• x E.d.,Mg b.naulT yob . Tap aimBnsbn mC R Trdphness I Taper to Sf W GOlii nuts \— Letters to pal'tZ. CONCRETE BOX NON -PCC Bo% STEEL COVERS In vet for run. TOP VIEW Pull Minimum if Minimum DeOtn 20 mm I'%( "1 Nax Up Gone. 566 Note 3 MinlmUP %'M Mlnlmum Oepm Rmx Lxf Rx'x R Edge Box Box ma LO NO L N I Thlckne55 one Mickinss ck Taps, Thickness Extension Extanalon "1 %.T 310 1 M %11 t 220 mm t 25 mm 730 t 25 mm "SS Does Nat Npdy 519 mm 120 "I 1 350 mm 1 O�'9 i 0 IS mm 1 % "1 Noon H..3-/,TI 10 mm (0 /j) 300 me 1 Q 530 mm Q0 t mm i0 " t I "1 10 19 "I "1 "I 330 mm t 25 mm 650 mm t 25 mm Does Not Apply 690 mm 122 11 t ono mm (%-I t 0 13 mm I' /l "1 None No. 5 IT) 25 mm I I� 3aa be 1 Q 250 mm 129'/1 1 t 280 am t I9 t 113" t Po ( " S "I No.6 RI 50 mm 12 "I 300 mm 1 Q"1 900 mm 135'/'9 t 60D mm 123' /j'I i 220 t 25 mm mr 260 ma t 25 mm Doos set Apply MO mm 133 "1 t 90 mm CV) t 0 I3 mm 1' /j'I Man. I Iq" t It 130" t r"1 to Sf W GOlii nuts \— Letters to pal'tZ. Ma mm in to 6 and Lift notes z p�r Wx. Recess Ts mm (Y) Max NON, In vet for run. TOP VIEW Sea nose 2. BOmO Ju�roe 12 mm I["I 4th GOUndhg W01ng 20 mm I'%( "1 Nax Up Gone. 566 Note 3 Sad HDte 2 `$..I WouM consul, Al. moot., .At, Ex1Bn5bn on box nW5B8 50 mm ,.former, WIMSt, .r I6 "1 MM vnon sooclf106 GW Ed. Crushed rack PUN clump Ir \ Ground rod rban specifies or .non ask house. transformer SECTION B -B INSTALLATION DETAILS NOTES ON PULL BOXES I. Traffic PUN box shall be provided with steel cover and d speal amner -t6 ni footing. Steel cover Al lave BmDOaaed non-skid pattern. 2. steel reinforcing shall be as requb'1y used In the standard products ofpme respective manufacturer. 1th 3. adlacenf c1b. ..pt than Inhunpaved arMS'wlgiargs WII Lox 1 oMt Immediately aalacent tp al, P,.Xtetl Dy a MCYB1a faand.t1m, pole or h protacHVe cmafr ac}lon, in. box sMll be placed with its top 30 mm il' / "i .pore surrounalnq grade. KnCe practicable, pull Wxas shaven in the vicinity of curbs mall be pecOd adlacent to the baQ of .1b. ona WII boxes shown adjacent to stanaords shat W placed on slag of foundation facing away from traffic, uNev a, or be Mled. When pull box Is InsfaW In siaewbll, ore.. Me depth of the Pud box mall be aa)usted so tWt the top of the pull box Is fluahad with the too Of the eldawalk. A. P11A box eaxars anal be marked as f0NOVA al No.3 '/t un Dox. N•'SIGNAL' Traffic signal circuits with or wltMut street al, /or sign lighting clrcWfs. 21 "ST LICNTW' Street and/or sign IIgh1Nq circuits wMre M voltage Is abov. 605 V. 31"SERVICE" 5.100. circuits Wtween sarvlce Wlnts and serulo. dlac.Mect. 41 "SPRRN(LER -CONTR SMlrkler cmt,ol clrcull; 50 V or Iea6. SI "CALTRANS" On OR Dull WxBi exCepl DWI boxes marked 'SPRINKLER-CONTR ". 61'•TELEPNOI(f• TVOe M Mrvlca. IN N0. 5, 5.9 Or 94 DUN boxes 0 7RAFFK SIGNAL" Traffic Signal circuits rHh or ."out street OM /pr sign flo'l, wouits. 21 'STREET LIGHTING" S11001 onel., sign aplting cW Nt, .Nre he voltage Is DOn`. BOB V. 31 -STREET LIGHTING - HIGH VOLTAIb:" Street aMror AA h BgMMg Wroulta wnorm vollg0 Is above No V. 21 "SEHVKE" SerApd circuit. Wwteen servlc. point .0 mbrvko 45cVMect. A•5PRINxLER40xiRq.° SorIMMOr control clyduBS. 50 v or less 6)"IRIOGATOx' circuits to Irrigation conlrolde 1W v or more. D•RAMP AFTER "Roma mater clroulls R)'L019NT STATION" Count and /ar speed monitor circuits. 9)'WMWNICATION' Communication clrbuil . 0 TALTRANS" p1 ON pull boxes, except pun boxes marked "SMWLM- CONTROL". NO'TELEPIRIf" T65DMM Service. Q) "TOS COMMUNICATIONS" TOS comm.tloaHons trunk line. IA "TOS POKER' TOS poser. IU "MC KNEW Telephone demorcOtlan CabMat poyN. 15) `0CTv" (bode orwlf 1alovlsbn circuits. 161 -TMS" Traffic monitoring station circuits. IN "CMi Chargeable message sign circuits. 181 'MAR Rlghray W0.11 radio .1rcu11s. S. Bandto jumper fl, metal covers 511.11 be I an (00"1 IonA Mninu , 6. The nominal dimensions of IN .pAnTng In yNeb Me ..or to AMR be the Wme as tN cover a .nAJdN except the length al, width dlm.N.I.. ANN be 3 mm 1 ys, greater. T. AN dovars MW boxes mall be IntRahonpdaba rim COOYOrMa standard male and femob po"tes. MMn IntercM1Rgod Ith standard nMM or fetch, good, the top sUr Nme5 mall ba £loaned +Amin 3 mm 1 aj'1. i0p oafsl0p =of W Concrete .OVers 00d pull WxOS 0011 Moe 6 mm 11/ "1 ml Amon r.Olus. & Pull Psoma al not be lapiWed rItHM Me btumberlea of Mw N exiating 9. PJ boxes far Wactrollerb "I'd signal stanOFOS mat W M.N. at the dome SMHon 1.5 in 15'1 05 the ad)Uent Pectrefler W bight standol PUP boxes Mae De phoed adjacent to .1, of cVb or Bade Of ANWANr ...act We this Is 11NracNOOL 0 box may be DIac00 N OT.Mnal suMtlNe protected and acc.MIde IDCptIOn. STATE "C4F(%!A DEPARTMENT OF TRANSPORTATION SIGNAL, LIGHTING AND ELECTRICAL SYSTEMS PULL BOX DETAILS Ilaee'StaLLid NOre for Censtruetlen at LOo1 Sheet, aN Rel ediTom Wtd In iw sys5 tlNO'E IbOwfes 90mtN 1nB �mydtMSes I I �11M W WMN adite4rI=1.SIN d 1N sysrmms 0'a rot maetavly epO N NdMtlbgeoL(9. Sod ton Tae.vs' at the bppMMg Df 1M1b pMICm1RA NO SCALE E 0 0 0 CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT C-323,63" -d-vuO e -3rM9 Agenda Item No. 12 December 13, 2005 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department Frank Tran 949 - 644 -3311 ftran@city.newport-beach.ca.us SUBJECT: 2005 -2006 SIDEWALK, CURB AND GUTTER PROGRAM - AWARD OF CONTRACT NO. 3789 cery DEC j3 7005 REPLACEMENT RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Award Contract No. 3789 to C.S. Legacy Construction, Inc. for the Total Bid Price of $590,443.00, and authorize the Mayor and the City Clerk to execute the contract. 3. Establish an amount of $59,044.00 to cover the cost of unforeseen work. 4. Approve a Budget Amendment appropriating $57,000.00 from the General Fund Operating Budget Account No. 3130 -8036 (Maintenance East Coast Highway) to Account No. 7013- C3140850, and appropriating $62,000 from the General Fund Operating Budget Account No. 3130 -8239 (Concrete Maintenance) to Account No. 7013- C5100020. DISCUSSION: At 10:30 a.m. on November 29, 2005 the City Clerk opened and read the following bids for this project: BIDDER Low C.S. Legacy Construction, Inc. 2 EBS, Inc. 3 Damon Construction 4 Nobest, Inc. 5 Highland Construction 6 Kalban, Inc. TOTAL BID AMOUNT $590,443.00 $664,765.00 $692,845.00 $771,550.00 $954,142.50 $1,1001,768.10 * Corrected Bid Amount is $1,000,768.10 • 2005 -2006 Sidewalk, Curb And Gutter Replacemerogram - Award of Contract No. 3789 December 13, 2005 Page: 2 0 The low total bid amount is 2.86 percent above the Engineers Estimate of $574,000.00. The low bidder, C.S. Legacy Construction, Inc., possesses a California State Contractors License Classification "A" as required by the project specifications. A check of the contractors references indicates they have satisfactorily completed similar projects for other municipalities. This project consists of removing and reconstructing concrete sidewalk, curb and gutter in the Port streets (Buffalo Hills), ADA curb access ramps in East Bluff; East Coast Highway curb and gutter replacement from Marguerite Avenue to Hazel Drive; Balboa Peninsula Beach Walkway Replacement; and Bayside Drive Park asphalt walkway replacement. Per the contract specifications the contractor will have 60 consecutive working days to complete the work. Environmental Review: This project is categorically exempt from the provisions of CEQA per Section 15301(c), since the project consists of repairs to existing sidewalk that do not expand use of the facilities. A Notice of Exemption has been filed with the County Clerk. Public Notice: 0 The Notice Inviting Bids was advertised in the City's official publication and in construction industry publications. Affected residents and businesses will be noticed by the Contractor /City ten days and 2 days prior to starting work in their area. Geotechnical Service: In addition to the contract costs, approximately $4,513.00 in consulting geotechnical service is estimated for this project through the City's on -call contract with Harrington Geotechnical Engineering, Inc. Funding Availability: There is a $214,000.00 unencumbered balance for this project currently available in the Sidewalk Curb and Gutter fund, and the remaining $62,000.00 would be transferred from the General Fund Operating Budget (Concrete Maintenance). In addition, there is a $95,000.00 unencumbered balance for this project currently available in the PCH Relinquishment Fund and the remaining $57,000.00 would be transferred from the General Fund Operating Budget (Maintenance East Coast Highway). Upon approval of the following recommended Budget Amendment, sufficient funds are available in the following accounts for the project. 0 • 2005 -2006 Sidewalk, Curb And Gutter Replace• Program _ Award of Contract No. 3789 December 13, 2005 Page: 3 Account Description Oil Spill Remediation General Fund General Fund CDBG General Fund PCH Relinquishment Prepared by: Frank Tran, P.E. Associate Civil Engineer Attachments: Project Location Map Bid Summary Budget Amendment 40 0 Account Number 7295- C5100570 7015- C3170818 7013- C5100020 7161- C5100549 7013- C3140850 7254- C3140850 Amount $126,000.00 $50,000.00 $276,000.00 $50,000.00 $57,000.00 $95,000.00 Total: $654,000.00 Submitted by: '„e'pheh G. Badum Public Works Director 15TH CITY OF COSTA MESA Q VICTORIA ST 4 02 o w = PAW PACIFIC i OCEAN PROJECT LOCATIONS: JOHN WAYNE AIRPORT CITY OF IRVINE 0 ( SIDEWALK, CURB & GUTTER REPLACEMENT IN PORT STREETS (BUFFALO HILLS) O2 ADA CURB ACCESS RAMPS IN EASTBLUFF O3 BALBOA PENINSULA BEACH WALKWAY REPLACEMENT (OCEAN FRONT SIDEWALK) ® BAYSIDE DRIVE PARK ASPHALT WALKWAY REPLACEMENT SIDEWALK, CURB & GUTTER REPLACEMENT IN EAST COAST HIGHWAY (JAMBOREE ROAD TO MORNING CANYON ROAD) © EAST COAST HIGHWAY CURB & GUTTER REPLACEMENT (MARGUERITE AVENUE TO HAZEL DRIVE) C -3789 2005 -06 SIDEWALK, CURB & GUTTER REPLACEMENT PROGRAM IN PORT STREETS; ADA RAMPS; EAST COAST HIGHWAY CURB & GUTTER REPLACEMENT; BALBOA PENINSULA BEACH WALKWAY REPLACEMENT; & PARK ASPHALT WALKWAY REPLACEMENT E 0 0 0 61p Wm~y C-3TSI Pegg 112 CITY OF NEWPORT BEACH CS LEGACY CONSTRUCTION PUBLIC WORKS DEPARTMENT 2005-06 Sidewalk, Curb & Gutter Replacement Program in Pon Streets, ADA Ramps in Past Bluffs, East NOBES IITI-V Coast Highway Curb and Gutter Replacement. Balboa Peninsula Beach Walkway Replacement. & Park 1311) LOCATION: Asphalt Walkway Replacement City Clerk's Office - City Hall CUN'IRACI'NU.: C -3789 DATH 29- Nov -05 TIME: 10:30a.m. HISKANEFIVS Iti- I'IMAII_: - $574,000.00 13Y: Fennk'1'nm DATE: I'Itf ),IIiCI' MANA(A-li Frank Tran UNIT 61p Wm~y C-3TSI Pegg 112 Engineer's Estimate CS LEGACY CONSTRUCTION EBS INC. DAMON CONSTRUCTION NOBES ITEM I DESCRIPTION QUANTITY UNIT AMOUNT UNIT AMOUNT UNIT AMOUNT UNIT AMOUNT UNIT 1 Surve 'n Services 1 LS 5,000.00 5,000.00 3,151.00 3,151.00 14,375.00 14,375.00 15,000.00 15,000.00 15,000.00 2 Restorallon of Public antl Private Improvements 1 1 1 LS 5,UUU.001 5,000.00 17,216.00 17,216.00 40,000.00 40,000.00 12,000.00 12,000.60 85,000.00 BALBOA PENINSULA BEACH WALKWAY REPLACEMENT DWG. NO. M- 53715) 3 Mobilization 1 LS 2,000.00 2,000.00 10,316.00 10.316.00 3,000.00 3,000.00 2,000.00 2,000.00 3, 4 Traffic Control 1 LS 500.00 500.00 2,622.00 2,622.00 3,000.00 3,000.00 5,000.00 5,000.00 3, 5 Remove and Reconstruct 6 -In Thick PCC Sidewalk with Thickened Edge M -53715 14,050 SF 9.50 133,475.00 7.00 98,350.00 6.00 84,300.00 9.90 139,095.00 10.00 6 Replace Existing Electrical Pull Box and Cover 7 EA 500.00 3,500.00 454.00 3.178.001 450.00 3,150.00 400.00 2,800.00 300.00 SUBTOTAL: 139,475.00 114,466.001 93,450.00 148,895.00 BAYSIDE DRIVE PARK ASPHALT WALKWAY REPLACEMENT DWG. NO. P- 5201 -S) 7 Mobilization 1 LS 2,000.00 .2,000.00 7,760.00 7,760.00 3,000.00 3,000.00 2,000.00 2,000.00 3,000.00 8 7raffc Control 1 LS 500.00 500.00 2,622.00 2,622.00 3,000.00 3,000.00 2,000.00 2,000.00 2,000.00 9 Remove and Construct 6-in Thick FCC Park Walkway P- 5201 -5 5,000 SF 9.00 45,000.00 7.00 35,000.00 6.00 30,000.00 7.50 37,500.00 10.00 10 Remove and Construct Type 'B" PCC Curb 20 LF 25.00 500.00 51.00 1,020.00 168.00 3,380.00 50.00 1,000.00 60.00 SUBTOTAL: 48,000.00 46,402.00 39,380.00 42,500.00 2005 -06 SIDEWALK, C &G IN PORTS STREET$, ADA CURB ACCESS RAMPS IN EAST BLUFFS, DWG. NO. M- 5372 -L it Mobilization 1 LS 12,000.00 12,000.00 7,600.DO 7,600.00 3,000.00 3,000.00 5,000.00 5,000.00 5,000.00 12 Traffic Control 1 LS 8,000.00 ' 8,000.00 2,630.00 2,630.00 31000.00 3,000.00 5,000.00 5,000.00 5,000.00 13 Remove and Reconstruct 4 -in Thick PCC Sidewalk 31,000 SF 6.00 186,000.00 5.00 155,000.00 6.00 186,000.00 7.00 217,000.00 7.00 14 Remove and Reconstruct Type "A" PCC Curb and Gutter in Pon Streets 350 LF 30.00 10,500.00 56.00 19,600.00 65.00 22,750.00 50.00 17,500.00 50.00 15 Remove and Reconstruct PCC Driveway Approach 2,000 SF 1 16,000.00 8.00 16,000.00 10.00 20.000.00 9.00 18,000.00 10.00 16 Remove and Reconstruct PCC Curb Access Ram r Plan Detail M- 5372 -L 22 EA 2,260.00 48,400.00 2,760.00 60,720.00 3,500.00 77,000.00 3.200.00 70,400.00 2,500.00 17 Prune Tree Root and Install Root Barrier in Port Streets 15 EA 250.00 3.750.00 300.00 4,500.00 600.00 9,000.00 500.00 7,500.00 400.00 iB Remove and Reconstruct PCC Curb Access Ramp, Case H 4 EA 2,000.00 8,000.00 3,200.00 12,800.00 5,000.00 20,000.00 3,200.00 12,800.00 2,500.00 SUBTOTAL: 292,650.00 1 278,850.001 340,750.001 353,200.00 EAST COAST HWY. CURB & GUTTER REPLACEMENT (DWG. N0. RS898 -S) Mobilization i LS 8,000.00 8,000.00 8,000.00 8,000.00 3,000.00 3.000.00 5,000.00 5,000.00 5,0 Traffic Control 1 LS 7,000.00 7.000.00 2,600.00 2,600.00 3.000.00 3,000.00 5,000.00 5,000.00 10,000.00 Remove and Reconstruct 4-in Thick PCC Sidewalk 400 SF 6.00 2,400.00 9.00 3.600.00 7.15 2,860.00 7.00 2,800.00 10.00 Remove and Reconstruct 7 "A" PCC Curb and Gutter in East Coast Hwy. 250 LF 30.00 7,500.00 53.00 13,250.00 62.00 15,500.00 50.00 12,500.00 50.00 ilCold Remove Existin Pavement and Construct 2 -Ft Wide PCC Gutter R- 5898-S 1,270 LF 20.00 25,400.00 33.00 41,910.00 31.00 39,370.00 30.00 38,100.00 40.00 Remove and Reconstruct Ban Thick PCC Cross Gutter 800 SF 8.00 6,400.00 14.00 11.200.00 22.00 17,600.00 18.00 14000.00 15.00 Remove Fxistin Pavement and Construct 8-in Thick PCC Crass Gutter 400 SF 10.00 4,000.00 17.00 6,800.00 25.00 10,000.00 18.00 7,200.0 15.00 Remove and Reconstruct PCC Curb Access Ramp, Case H 5 EA 2,000.00 10,000.00 3,200.00 16.000.00 5.000.00 25,000.00 3,200.00 16,000.00 2,500.00 Remove and Reconstruct PCC Curb AccesS ROM per Plan Detail R- 5898 -5 2 EA 2,500.00 5,000.00 4,080.00 8,160.00 3.950.00 7,900.00 3,200.00 6,400.00 2,500.00 Mill Asphalt Pavement 1 1,500 1 SF 2.00 3,000.00 4.00 6,000.00 3.00 4,500.001 2.60 3,750.00 3.50 29 Variable Thickness Asphalt Pavement Oved 30 TON 55.00 1,650.00 313.00 9,390.00 180.00 5400-0 250.00 7,500.00 200.00 30 Re lace Street LI ht Pull Box 4 EA 400.00 1,600.00 536.00 2,144.00 4517.00 1,800.001 400.00 1,600.00 400.00 31 1 Replace Traffic Skinal Pull Box 2 1 EA 500.00 1,000.00 652.00 1,304.001 450.00 900.00 500.00 1,000.00 400.00 GRAND TOTAL: SUBTOTAL: 82,950.00 130,358.00 136 830.00 121,250.00 EE 574,000.00 LOW 590,443.00 2ND 664 765.00 3RD 692 845§0 1 4TH 61p Wm~y C-3TSI Pegg 112 200506 Sidewalk, Curb & Gutter Replacement Program in Port Streets, ADA Ramps in East Bluffs. East 'I'1ll.L Coast Highway Curb and Geller Replacement, Balboa Peninsula Beach Walkway Replacement, 8 Park Asphalt Walkway Replacement CON772AC "1 NO.: ENGINI93It:9 HS -1 IN1A "flz PROJECT MANAGER: ;T, INC. HIGHLAND CONSTRUCTION, INC. KALBAN INC. ITEM DESCRIPTION QUANTITY AMOUNT UNIT AMOUNT UNIT AMOUNT 1 Surve in Services 1 LS 15,000.00 5,000.00 5,000.00 20,000.00 20,000.00 2 lRestoratiorn of Public and Private Improvements 1 LS 85,000.00 2,51%1.00 2,500.00 24,000.00 24,000.00 BALBOA PENINSULA BEACH WALKWAY REPLACEMENT 1OWG. NO. 11153715 3 Mozation 1 LS 3,000.00 10,500.00 10,500.00 1,000.00 1,000.00 4 Traffic Control 1 LS 3,000.00 5.700.00 5.700.00 3,000.00 3,000.00 5 Remove and Reconstruct 6 -in Thick PCC Sidewalk with Thickened Edge M- 5371 -5 14,050 SF 140,500.00 11.25 158,062.50 10.09 141.764.50 6 lReplace Existing Electrical Pull Box and Cover 7 1 EA 2,100.00 300.00 2,100.00 1,000.00 7,000.00 148,600.00 176,362.50 152,764.50 BAYSIDE DRIVE PARK ASPHALT WALKWAY REPLACEMENT (DW6. NO. P- 52015) 7 Mobilization 1 LS 1 3,000.00 5,900.00 5,900.00 1,000.00 1,000.00 8 Traffic Control 1 LS 2,000.00 4,500.00 4,500.00 3,500.00 3,500.00 9 Remove and Construct 6 -in Thick PCC Park Walkway (P-5201 -S) 5,000 SF 1 50,000.00 13.00 65,000.00 15.13 75.650.00 10 lRemove and Construct Type "B' PCC Curb 20 LF 1,000.00 40.00 800.00 100.00 2,000.00 56,000.00 76,200.00 82,150.00 200546 SIDEWALK, C &G IN PORTS STREETS, ADA CURB ACCESS RAMPS IN EAST BLUFFS, OW 11 Mobilization 1 LS 5,000.00 27,500.00 27,500.00 3000.00 3.000.00 12 Trefc Control i LS 5.000.00 21,700.00 21,700.00 8,500.00 8,500.00 13 Remove and Reconstruct 4 -in Thick PCC Sidewalk 31,000 SF 217,000.00 11.65 361,150.00 12.61 390,910.00 14 Remove and Reconstruct Type "A" PCC Curb and Gutter in Part Stream 350 LF 17,500.00 50.00 17,500.00 75.00 26.250.00 15 Remove and Reconstruct PCC Driveway Approach 2,000 SF 20,000.00 12.00 24,000.00 15.13 30,260.00 16 Remove and Reconstruct PCC Curb Access Ramp per Plan Detail M- 5372 -1- 22 EA 55.000.00 2,000.00 44,000.00 3,000.00 66,000.00 17 Pmne Tree Root and Install Root Ranier in Port Streets 15 EA 6,000.00 100.00 1,500.00 500.00 7,500.00 18 Remove and Reconstruct PCC Curb Access Ramp. Case H 4 EA 10,000.00 2,000.00 8,000.00 3,000.00 12,000.00 335,500.001 1 505,350.00 544,420.00 EAST COAST HWY. CURS & GUTTER REPLACEMENT (DWG. NO. R5898S 19 Mobilization 1 LS 5.000.00 10,000.00 10,000.00 1,000.00 1,000.00 20 Traffic Control 1 LS 10,000.00 10,000.00 10,000.00 9,30D.00 9,300.00 21 Remove and Reconstruct 4-in Thick PCC Sidewalk 400 SF 4,000.00 12.00 4,800.00 10.00 4,090.00 22 Remove and Reconstruct T e "A" PCC Curb and Gutter in East Coast Hwy. 250 LF 12,500.00 50.00 12,500.00 75.00 18.750.00 23 Remove Existing Pavement and Construct 2-Fl Wide PCC Gutter R- 5898 -5 1,270 LF 50,800.00 69.00 87,630.00 54.08 68.681.60 24 Remove and Reconstruct 8 -in Thick PCC Cross Gutter Bull SF 12,D00.00 18.75 15,000.00 31.06 24 848.00 25 Remove Existing Pavement and Construct B-in Thick PCC Cross Gulley 400 SF 6,000.00 1 8.75 7,500.00 $1.06 12,424.00 26 Remove and Reconstruct PCC Curb Access Ramp, Case H 5 EA 12,500.00 2,00D.00 10,000.00 31000.00 15.000.00 27 Remove and Reconstruct PCC Curb Access Ramp per Plan Detail R- 5898 -5 2 EA 5,000.00 2.00D.OD 4,0()0.00i 3.000.01 0.00 28 Cold Mill Asphalt Pavement 1 1,500 1 SF 5,250.00 10.ODI 15.00OD01 3.DDI 4,500.00 29 lVariable Thickness Asphalt Pavement Oveda 30 TON 6.000.00 350.00 10,500,00 231.00 emo.00 30 R lace Street Light Pull Box 4 EA 1,600.00 300.DD 1,2D0.D0 1,DOD.OD 4,000.00 31 [Replace Traffic Signal Pull Box 2 EA 800.00 300.00 600.00 1,000.00 2,000.00 GRAND TOTAL: 131,450.00 18 730.00 177,433.60 771550.00 1 5TH 1 954142.50 1 61H 1 1,000788.10 Read as 1,001,788.10 01aswnx o • Qago 2/2 11 r 1 FECT ON X SOURCE: 4rity of Newport Bea* NO. BA- 06BA -030 BUDGET AMENDMENT 2005 -06 AMOUNT: x179,000.00 BUDGETARY FUND BALANCE: Increase Revenue Estimates Increase in Budgetary Fund Balance Increase Expenditure Appropriations AND Decrease in Budgetary Fund Balance Transfer Budget Appropriations X No effect on Budgetary Fund Balance from existing budget appropriations from additional estimated revenues from unappropriated fund balance EXPLANATION: This budget amendment is requested to provide for the following: To transfer expenditure appropriations from the operating budget to the CIP budget to provide additional funding for the East Coast Highway Curb and Gutter Repair Project, C -3789. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Account REVENUE ESTIMATES (3601) Fund /Division Account EXPENDITURE APPROPRIATIONS (3603) Description Description Division Number Account Number Signed: Approval: Ad Signed:%�ri . Administrative Signed: Services Director Manager City Council Approval: City Clerk Amount Debit Credit $57,000.00 $62,000.00 $57,000.00 $62,000.00 ` Automatic System Entry. Date d at Dat Date Description Division Number 3130 General Services - Field Maintenance Account Number 8036 Maintenance - E. Coast Highway Account Number 8239 Concrete Maintenance Division Number 7013 General Fund - Street Account Number C3140850 E. Coast Highway Curb & Gutter Repair Account Number C5100020 Sidewalk, Curb & Gutter Repavement Division Number Account Number Signed: Approval: Ad Signed:%�ri . Administrative Signed: Services Director Manager City Council Approval: City Clerk Amount Debit Credit $57,000.00 $62,000.00 $57,000.00 $62,000.00 ` Automatic System Entry. Date d at Dat Date