Loading...
HomeMy WebLinkAbout1995 Special Provisions Project 91008)1 ro CITY OF BAKERSFIELD CALIFORNIA NOTICE TO CONTRACTORS, SPECIAL PROVISIONS, BID PROPOSAL AND CONTRACT FOR SIGNAL Il~1TERCONNECT ON n ~ ~ NIING AVE - GOSFORD RD TO NEW STINE RD CMLNG 5109(011) STOCKDALE HVVY - MONTCLAIR ST TO REAL RD CMLNG 5109(009) BID OPENING: DATE .May 24,1995 TIME 11:00 A.M. PROJECT N0. 9100_8_ ~ ~ . ,1 ~e r ~f ~ ~ ~ ~ DEPARTMENT OF PUBLIC WORKS . r ,~w ~ ~ CITY OF BAKERSFIELD ~ ~ 1501 TRUXTUN AVENUE 3300 BAKERSFIELD, CA 93301 ~ ~1, Tele hone: 805 326.3724 P t ~ ~ . ~9j~ 0 p~ ~~~„1~ r CITY OF BAKERSFIELD DEPARTMENT OF PUBLIC ~VORK~S NOTICE TO CONTRACTORS SEALED PROPOSALS will be received by the City of Bakersfield at the Office of the Purchasing Officer, City Ha11,1501 Truxtun Avenue, Bakersfield, California, Until 11:00 o'clock A.M. on May 24,1995 to be publicly opened and read immediately thereafter in the City Council Chamber, for the following work: SIGNAL INTERCONNECT ON MING AVE - GOSFORD RD TO NEW STINE RD CMLNG 5109(011) STOCKDALE HWY - MONTCLAIR ST TO REAL RD CMLNG 5109 (009) Plans and specifications, and forms of proposal, bonds, and contract, may be obtained at the office of the Purchasing Officer by posting a refundable deposit of ZERO DOLLARS ($0.00) for each complete set. Refund of deposit will be made provided the plans and specifications are returned to the Purchasing Officer within twenty-one (21) days from date of bid opening and the documents are in reasonable good condition. The City assumes no responsibility for non-receipt of bids due to any delay, including but not limited to carrier delay. It is the bidder's responsibility to meet the deadline stated above. No bid will be considered unless it is made on a proposal form furnished by the Purchasing Officer, which appears herein immediately following the SPECIAL PROVISIONS of the project, and is made in accordance with the provisions set forth under Section 2, "Proposal Requirements and Conditions" of the Standard Specifications. Each bid must be accompanied by a proposal guarantee in accordance with the requirements of article 2-1.07 of the said Section 2 of the Standard Specifications. The City of Bakersfield reserves the right to reject any or all bids. Bids are required on the entire work described herein. Substitution of securities for moneys retained to ensure performance shall be permitted pursuant to the provisions and requirements of Public Contracts Code 22300. Eligible securities include interest bearing demand deposit accounts, standby letters of credit, or any other security agreed to by the Contractor and the City of Bakersfield. The request for substitution of securities to be deposited shall be submitted on the form entitled "Escrow agreement for Security Deposits in Lieu of Retention" included in the back of these special provisions. The Contractor must possess a valid Class A or a Class C-10 Contractor's License at the time this contract is awarded. The proposed work shall be done in accordance with the Standard Specifications of the Department of Transportation, Business, Transportation and Housing Agency, dated July, 1992, insofar as the same may apply. This project is federally funded. Minimum wage rates for this project as predetermined by the Secretary of Labor are set forth in the special provisions. Pursuant to Part 7 of Division 2 of the California Labor Code (Section 1720 et seq.) the Contractor shall not pay less than the prevailing rate of wages to workers on this project as determined by the Director of California Department of Industrial Relations. The Director's schedule of prevailing rates is on file and open for inspection at the City of Bakersfield, Department of Public Works, 1501 Truxtun Avenue, Bakersfield, California. 2 GENERAL DESCRIPTION OF WORK The work to be performed consists, in general, of removal and construction of concrete sidewalk, wheelchair ramps, placement of asphalt concrete, installation of conduit, pull boxes, conductor cable, and detectors. CITY OF RAKERSFIELD RAUL M. ROJAS Public Works Director 3 SECTION 2 -PROPOSAL REQUIREMENTS 2-1.01 GENERAL INFORMATION. The Purchasing Officer of the City of Bakersfield, California, will receive at her office, City Ha11,1501 Truxtun Avenue, in said City, unti111:00 o'clock A.M. on May 24,1995 sealed proposals for: SIGNAL INTERCONNECT ON MING AVENUE - GOSFORD RD TO NEW STINE RD CMLNG 5109(011) STOCKDALE HWY - MONTCLAIR ST TO REAL RD CMLNG 5109(009) 2-1.02 APPROXIMATE ESTIMATE. The Engineer's estimate of the quantities of work to be done and materials to be furnished are approximate only, being given as a basis for the comparison of bids, and the City of Bakersfield does not expressly or by implication agree that the actual amount of work will correspond therewith, but reserves the right to increase or decrease the amount of any class or portion of the work or to omit portions of the work that maybe deemed necessary or expedient by the Engineer. 2-1.03 ExAMINATION OF PLANS, SPECIFICATIONS, SPECIAL PROVISIONS, AND SITE OF WORK. The bidder is required to examine carefully the site of work, the proposal, plans and specifications, and contract forms. It will be assumed that the bidder has performed said examination, and is satisfied as to the conditions to be encountered, the character, quality, and quantities of work to be performed and materials to be furnished, and as to the requirements of the specifications, the special provisions, and the contract. It is mutually agreed that the submission of a proposal shall be considered prima facie evidence that the bidder has made such examination. a 2-1.04 REJECTION OF PROPOSALS CONTAINING ALTERATIONS, ERASURES OR IRREGULARITIES. Proposals may be rejected if they show any alterations of form, additions not called for, conditional or alternative bids, incomplete bids, erasures or irregularities of any kind. Proposals in which the prices obviously are unbalanced may be rejected. The right is reserved to reject any and all proposals and waive any irregularity. 2-1.05 PROPOSAL FORM.. All proposals must be made upon blank forms to be obtained from the Purchasing Officer, the form of .which appears herein .immediately following these special provisions. All proposals must give the prices proposed and must be signed by the bidder, with his address. If the proposal is made by an individual, his name, telephone number and post office address must be shown. If made by a firm or partnership, the name and post office address of each member of the firm or partnership must be shown. If made by a corporation, the proposal must show the name of the state under the laws of which the corporation was chartered and the names, titles, and business addresses of the president, secretary and treasurer. 2-1.06 BIDDER'S GUARANTEE. All bids shall be presented under sealed cover and shall be accompanied by a Proposal Guaranty made payable to the City of Bakersfield, for an amount equal to at least ten percent (10%) of the amount of said bid, and no bid shall be considered unless such Proposal Guaranty is enclosed therewith. Z-1.07 REQUIRED LISTING OF PROPOSED SUBCONTRACTORS. Each proposal shall have listed therein the name and address of each Subcontractor to whom the bidder proposes to subcontract portions of the work in the amount of 1/2 of one percent of his total bid or $10,000, whichever is greater, in accordance with the Subletting and Subcontracting Fair Practices Act, commencing with Section 4100 of the Public Contract Code. The bidder's attention is invited to other provisions of said Act related to the imposition of penalties for a failure to observe its provisions by using unauthorized subcontractors or by making unauthorized substitutions. 5 A sheet for listing the Subcontractors, as required herein, is included in the Proposal, , Bidders are cautioned that this listing requirement is in addition to the requirement to provide a list of DBE Subcontractors after the opening of the proposals for projects utilizing Federal funds. 2-1.08 OMISSIONS IN SPECIFICATIONS AND DRAWINGS. Any materials or work mentioned in the specifications and not shown on the drawings, or shown on the drawings and not mentioned in the specifications shall be of the same effect as if shown or mentioned in both. Omissions from the drawings or the specifications of the materials or details of work which are manifestly or obviously necessary to carry out the intent of the drawings and specifications or which are customarily furnished or performed, shall not relieve the Contractor of his responsibility for furnishing such omitted materials or performing such omitted work; but shall be furnished or performed as if fully shown or described in the drawings or specifications. 2-1.09 WITHDRAWAL OF PROPOSALS. Any bid may be withdrawn at any time prior to the time fixed in the public notice for the opening of bids by request for the withdrawal of the bid filed with the Purchasing Department. The request shall be executed by the bidder or his duly authorized representative. The .withdrawal of a bid does not prejudice the right of the bidder to file a new bid. Whether or not bids are opened exactly at the time fixed iri the public notice for opening bids, a bid will not be received after that time, nor may ;any bid be withdrawn after the time fixed in the public notice for the opening of bids. 2-1.10 PUBLIC OPENING OF PROPOSALS. Proposals will be opened and read publicly at the time and place indicated in the "Notice to Contractors." Bidders or their authorized agents are invited to be present. 2-1.11 RELIEF OF BIDDERS. Attention is directed to the provisions of Public Contract Code Sections 5100 to 5107, inclusive, concerning relief of bidders and in particular to the requirement therein, that if the bidder claims a mistake was made in his bid, the bidder shall give the Department written notice within 5 days after the opening of the bids of the alleged mistake, specifying in the notice in detail how the mistake occurred. Public Contract Code Section 10285.1 Chapter 376, Stats,1985) provides as follows: Any state agency may suspend, for a period of up to-three years from the date of conviction, any person from bidding upon, or being awarded, a public works or services contract with the agency under this part or from being a subcontractor at any tier upon the contract, if that person, or any partner, member, ofbcer, director, responsible managing officer, or responsible managing employee thereof, has been convicted by a court of competent jurisdiction of any charge of fraud, bribery, collusion, conspiracy, or any other act in violation of any state or federal antitrust law in connection with the bidding upon, award of, or performance of, any public works contract, as defined in Section 1101, with any public entity, as defined in Section 1100, including for the purposes of this article, the Regents of the University of California or the Trustees of the California State University. A state agency may determine the eligibility of any person to enter into a contract under this article by - requiring the person to submit a statement under penalty of perjury declaring that neither the person nor .any subcontractor to be engaged by the person has been convicted of any of the offenses referred to in this section within the preceding three years. A form for the statement required by Section 10285.1 is included in the proposal. 2-1.12 DISQUALIFICATION OF BIDDERS. More than one proposal from an individual, firm, partnership, corporation, or combination thereof under the same or different names will not be considered. Reasonable grounds for believing that any individual, firm, partnership, corporation or combination thereof is 6 interested in more than one proposal for the work contemplated may cause the rejection of all proposals in which such individual, firm, partnership, corporation or combination thereof ~is interested. If there is reason for believing that collusion exists among the bidders any or all proposals may be rejected. Proposals in which the prices obviously are unbalanced may be rejected. 2.1.13 DISADVANTAGED BUSINESS. This project is subject to Part 23, Title 49, Code of Federal Regulations entitled "Participation by Disadvantaged Business Enterprise in Department of Transportation Programs." The Regulations in their entirety are incorporated herein by this reference. Bidders shall be fully informed respecting the requirements of the Regulations and the Department's Disadvantaged Business Enterprise (DBE) program developed pursuant to the Regulations; particular attention is directed to the following matters: (a) A DBE must be a small business concern as defined pursuant to Section 3 of U.S. Small Business Act and relevant regulations promulgated pursuant thereto; (b} A DBE bidder, not bidding as a joint venture with anon-DBE, will be required to meet the DBE goal through subcontracting or material purchases or make good faith effort to do so; (c) A DBE may participate as a subcontractor, joint venture partner with a prime or subcontractor, or vendor of material or supplies; (d) A DBE joint venture partner must be responsible for a clearly defined portion of the work to be performed in addition to satisfying requirements for ownership and control. The DBE joint venturer must submit either schedule B of the Code of Federal Regulations or California Department of Transportation Office y of Civil Rights form entitled "Minority/Disadvantaged/Women Business Enterprise Joint Venture"; (e} A DBE must perform a commercially useful function, i.e., must be responsible for the execution of a distinct element of the work and must carry out its responsibility by actually performing, managing and supervising the work; (f) Credit for a DBE vendor of materials or supplies is limited to 60 percent of the amount to be paid to the vendor for the material unless the vendor manufactures or substantially alters the goods; (g) Credit for trucking by DBE's will be as follows: (i) The amount to be paid when a DBE trucker will perform the trucking with his/her own trucks, tractors and employees. (ii) One hundred percent of trucking costs will be allowed for all trucking acquired through certified DBE trucking brokers. (h) A DBE must be a California Department of Transportation certified DBE on the date bids for the project are opened before credit may be allowed toward the DBE goal. The Department's DBE Directory identifies DBE's which have been certified. Others may also qualify for certification but must be certified before bid opening. The DBE directory may be obtained from the DEPARTMENT OF TRANSPORTATION. Material Operations Branch, Publication Distribution Unit 1900 Royal Oaks Drive, Sacramento, California 95815, Telephone (916} 445-3300; (i) Noncompliance by the Contractor with the requirements of the regulations constitutes a breach of this contract and may result in termination of the contract or other appropriate remedy for such breach. (j) Bidders are encouraged to utilize services offered by banks owned and controlled by minorities or women. 7 2-1.14 DBE GOAL FOR THIS PROJECT, The Department has established the following goal for disadvantaged businesses (DBE) participation for this project. ;.1 DISADVANTAGED BUSINESS (DBE) 11 percent It is the bidder's responsibility to make a sufficient portion of the work available to subcontractors and suppliers and to select those portions of the work or material needs consistent with the available DBE subcontractors and suppliers, so as to assure meeting the goal for DBE participation. The Department has contracted with the ~ following organization to assist DBE's in preparing bids for subcontracting or supplying materials: TRIAXLE MANAGEMENT SERVICES, INC. -LOS ANGELES 2594 Industry Way, Suite 101-A, Lynwood, CA. 90262 Telephone: (310) 537-6677 FAX N0. (310) 637-0128 Bidders may utilize the services of this organization to contact interested DBE's. SECTION 3 -AWARD AND EXECUTION OF CONTRACT 3-1,01 GENERAL, The award of the contract, if it be awarded, will be to the lowest responsible bidder. The language "responsible" refers to not only the attribute of trustworthiness, but also to the quality, fitness and capacity of low bidder to satisfactorily perform the proposed work. 3-1.02 AWARD OF CONTRACT, The award of the contract, if it be awarded, will be made within forty-five (45) days after the opening of the proposals unless extension is approved by the lowest responsible bidder. 3-1,03 CONTRACT BONDS. The Contractor shall furnish two good and sufficient bonds insured by an admitted surety insurer as set forth in Title XIV, Chapter 2, Article 6 of the California Code of Civil Procedures. One of the said bonds shall guarantee the faithful performance of the said contract by the Contractor and shall be in an amount equal to one hundred percent (100%) of the contract .price. The other of the said bonds shall be in an amount of fifty percent (50%) of the contract price and shall guarantee payment to laborers, mechanics and material workers employed on the job under the contract and shall be in the amount and satisfy the requirements specified in Section 3248 of the California Civil Code. Whenever any surety or sureties on any such bonds, or on any bonds required by law for the protection of the claims of laborers and material men, become insufficient, or the City has cause to believe that such surety or sureties have become insufficient, a demand in writing may be made of the Contractor for such further bond or bonds or additional surety, not exceeding that originally required, as is considered necessary, considering the extent of .the work remaining to be done. Thereafter no payment shall be made upon such contract to the Contractor or any assignee of the Contractor until such further bond or bonds or additional surety has been furnished. 3-1,04 EXECUTION OF CONTRACT. The contract shall be signed by the successful bidder and returned, together with the contract bonds within ten (10) days, not including Sundays, after the bidder has received notice that the contract has been awarded. No proposal shall be considered binding upon the City until the execution of the contract. All contracts shall be considered as being made and entered into in the City of Bakersfield, California. 8 Failure to execute a contract and file acceptable bonds as provided herein within ten (10) days, not including Sundays, after the bidder has received notice that the contract has been awarded, shall be just cause for the cancellation of the award and the forfeiture of the proposal guaranty. 3-1.05 RETURN OF BIDDER'S GUARANTEES. Within ten (10) days after the award of the contract, the City of Bakersfield will return any monies or form for deposit of money that are. not to be ,v considered in making the award. All other proposal guarantees will be held until the contract has been finally executed, after which they will be returned to the respective bidders whose proposals they accompany. SECTION 3-2 SUBMISSION OF DBE INFORMATION, AWARD, AND EXECUTION OF CONTRACT 3-2.01 GENERAL. The bidder's attention is directed to the provisions in Section 3, "AWARD AND EXECUTION OF CONTRACT," of the Standard Specifications and these special provisions for the requirements and conditions concerning submittal of DBE information, award, and execution of contract. The required DBE information shall be submitted on the "BIDDER -DBE INFORMATION" form included in the proposal. If such DBE information is not submitted with the bid, the DBE information form shall be removed from documents prior to submitting the bid. It is the bidder's responsibility to meet the goal for DBE participation or to provide information to establish that, prior to bidding, the bidder made good faith efforts to do so. 3-2.OlA DBE INFORMATION. If DBE information is not submitted with the bid, the Y apparent successful bidder (low bidder} the second low bidder and the third low bidder shall submit DBE .a information to the office at which bids were received so the information is received by the Department no later than close of business on the fourth day, not including Saturdays, Sunday and legal holidays, following the bid opening. DBE information sent by certified mail and postmarked on or before the third day not including .Saturdays, Sundays and legal holidays, following bid opening will be accepted even if it is received after said fourth day following bid opening. Failure to submit the required DBE information by the time specified will be grounds for finding the bid or proposal non-responsive. Other bidders need not submit DBE information unless requested to do so by the Department. When such request is made, the DBE information of such bidders shall be submitted so the information is received by the Department no later than close of business on the third day, not including Saturdays, Sundays and legal holidays, after said notification, unless a later time is authorized by the Department. The bidders DBE information shall establish that the DBE goal will be met or that a good faith effort to meet the goal has been made. Bidders are cautioned that even though their submittal indicates they will meet the stated DBE goal, their submittal should also include their good faith efforts information along with their DBE goal information to protect their eligibility for award of the contract in the event the Department, in its review, finds that the goal has not been met. The information to show that the DBE goal will be met shall include the names of DBE's to be used, with a complete description of work or supplies to be provided by each and the dollar value of each such DBE transaction. When 100 percent of a contract item of work is not to be performed or furnished by a DBE, a description of the exact portion of said work to be performed or furnished by that DBE shall be included in the DBE information, including the planned location of said work. (NOTE: DBE Subcontractors to whom the bidder proposes to subcontract portions of the work in an amount in excess of 1/2 of one percent of his total bid or $10,000, whichever is greater, must have been named in the bid. See section entitled "Required Listing of Proposed Subcontractors" in Section 2, of these special provisions). z 9 The information necessary to establish the bidder's good faith efforts to meet the DBE goal should m include: (1) The names and dates of advertisement of each newspaper, trade paper, and minority-focus paper in which a request for DBE participation for this project was placed by the bidder; {2) The names and dates of notices of all certified DBE's solicited by direct mail for this project and the dates and methods used for following up initial solicitations to determine with certainty whether the DBE's were interested. (3) The items of work for which the bidder requested subbids or materials to be supplied by DBE's, the information furnished interested DBE's in the way of plans, specifications and requirements for the work, and any breakdown of items of work into economically feasible units to facilitate DBE participation. Where there are DBE's available for doing portions of the work normally performed by the bidder with his own forces, the bidder will be expected to make portions of such work available for DBE's to bid on. (4) The names of DBE's who submitted bids for any of the work indicated in (3) above which were not accepted, a summary of the bidder's discussions and/or negotiations with them, the name of the subcontractor or supplier that was selected for that portion of work, and the reasons for the bidder's choice. If the reason for rejecting a DBE bid was price, give the price bid by the rejected DBE and the price bid by the selected subcontractor or supplier. Since the utilization of available DBE's is expected, only significant price differences will be considered as cause for rejecting such DBE bids. (5) Assistance that the bidder has extended to DBE's identified in (4) above to remedy the deficiency in their subbids. (6) Any additional data to support a demonstration. of good faith effort, such as contacts with DBE assistance agencies. 3-2.O1B AWARD OF CONTRACT. The award of contract, if it be awarded, will be to the lowest responsible bidder whose proposal complies with all the requirements prescribed and who has met the goal for DBE participation or has demonstrated, to the satisfaction of the Department, good faith effort to do so. Meeting the goal for DBE participation or demonstrating, to the satisfaction of the Department, good faith efforts to do so is a condition for being eligible for award of contract. 3-2.02 PERFORMANCE OF DBE SUBCONTRACTORS AND .SUPPLIERS. The DBE's listed by the Contractor in response to the requirements in the section of these special provisions entitled "Submission of DBE Information, Award, and Execution of Contract," which are determined by the Department to be certified DBE's, shall perform the work and supply the materials for which they are listed unless the Contractor has received prior written authorization to perform the work with other forces or to obtain the materials from other sources. Authorization to utilize other forces or sources of materials may be requested for the following reasons: {1) The listed DBE, after having had a reasonable opportunity to do so, fails or refuses to execute a written contract, when such written contract, based upon the general terms, conditions, plans and specifications for the project, or on the terms of such subcontractor's or supplier's written bid, is presented by the Contractor. (2) The listed DBE becomes bankrupt or insolvent. 10 (3) The listed DBE fails or refuses to perform his subcontract or furnish the listed materials. (4) The Contractor stipulated -that a bond was a condition of executing a subcontract and the Listed DBE subcontractor fails or refuses to meet the bond requirements of the Contractor. (5) The work performed by the listed subcontractor is substantially unsatisfactory and is not in ' substantial conformance with the plans and specifications, or the subcontractor is substantially delaying or disrupting the progress of the work. (6) It would be in the best interest of the City. The Contractor shall not be entitled to any payment for such work or material unless it is performed or supplied by the listed DBE or by other forces {including those of the Contractor} pursuant to prior written authorization of the Engineer. 3-2,03 DBE RECORDS. The Contractor shall maintain records of all subcontracts entered into with certified DBE subcontractors and records of materials purchased from certified DBE suppliers. Such records shall show the name and business address of each DBE subcontractor or vendor and the total dollar amount actually paid each DBE subcontractor or vendor. Upon completion of the contract, a summary of these records shall be prepared on Form HC-43 and certified correct by the Contractor or his authorized representative, and shall be furnished to the Engineer. 3-2,U4 SUBCONTRACTING. Attention is directed to the provisions in Section 8-1.01, "Subcontracting," of the Standard Specifications, Section 2 "Proposal Requirements and Conditions," Section 3, "Submission of DBE Information, Award, and Execution of Contract," elsewhere in these special provisions. The requirement in the third paragraph of said Section 8-1.01 that the Contractor shall perform with his own organization contract work amounting to not less than 50 percent of the original contract price is not changed by the Federal Aid requirement specified under "Required Contract Provisions Federal-Aid Construction Contracts," in Section 6-2 of these special provisions that the Contractor perform not less than 30 percent of the original contract work with his own organization. Each subcontract and any lower tier subcontract that may in turn be made .shall include the "Required Contract Provisions Federal-Aid Construction Contracts" in Section b-2 of these special provisions. This requirement shall be enforced as follows: Noncompliance shall be corrected. Payment for subcontracted work involved will be withheld from progress payments due, or to become due, until correction is made. Failure to comply may result in termination of the contract. The DBE information furnished under Section 3-2.01A "DBE Information" of these special provisions is in addition to the subcontractor information required to be furnished under said Section 8-1.01, "Subcontracting," and Section 2-1.07, "Required Listing of Proposed Subcontractors," of these special provisions. In accordance with the Federal MBE regulations Section 23.45(f)(2} Part 23, Title 49 CFR; 1. No substitution of a DBE subcontractor shall be made at any time without the written consent of the Department, and 2. If a DBE subcontractor is unable to perform successfully and is to be replaced, the contractor will be required to make good faith efforts to replace the original DBE subcontractor with another DBE subcontractor. 11 y The requirement in Section 2-1.13(h), "Disadvantaged Business," of these special provisions that DBE's must be certified on the date bids are opened does not apply to DBE substitutions after award of the contract. SECTION 4 -BEGINNING OF WORK TIME OF COMPLETION AND LIQUIDATED DAMAGES 4-1.01 GENERAL. Attention is directed to the provisions of Section 8, Article 8-1.03, "Beginning of Work," Article 8-1.06, "Time of Completion" and Article 8-1.07, "Liquidated Damages," of the Standard Specifications, and is specifically hereby made a part of these special provisions. The first paragraph of Section 8-1.03, "Beginning of Work," of the Standard Specifications, is amended to read: The Contractor shall begin work within fifteen (15) days after receiving written notice to proceed. The Contractor shall diligently prosecute the same to completion before the expiration of 35 working days. Contract working days will commence from the date the Contractor begins work or the 15th calendar day from the date of the written notice to proceed, whichever comes first. The Contractor shall pay to the City of Bakersfield the sum of $20_ 0.00 per day for each and every calendar day's delay in finishing the work in excess of the number of working days prescribed above. SECTION 5 -GENERAL 5-1.01 STATE CONTRACT ACT NOT APPLICABLE. Sections 1-1.40, "State Contract Act," and 9-1.10, "Arbitration," of the Standard Specifications are deleted. This contract is not governed by the provisions of the State Contract Act. The adoption and use of the Standard Specifications in the performance of the work called for in this contract shall not be construed as an election by the City to proceed under Section 20396 of the Public Contract Code. In the event that a dispute arises between the parties, they are not obligated to submit the matter to arbitration in any form (although they may do so upon written agreement). 5-1.02 ALTERATION IN QUANTITY OF WORK. Increases or decreases in work exceeding an amount of $10,000 or which, together with all other previously approved change orders for that contract exceeds twenty-five percent (25%) of the original contract amount, must be authorized by the City Council. 5-1.03 CONTROL OF WORK. Control of work shall conform to the provisions in Section 5, "CONTROL OF WORK," of the Standard Specifications and these special provisions. Section 5-1.02 "Plans and Working Drawings", of the Standard Specifications is amended by adding the following paragraph after the fourth paragraph: Working drawings or plans for any structure not included in the plans furnished by the Engineer shall be approved by the Engineer before any work involving these plans shall be performed, unless approval is waived in writing by the Engineer. Section 5-1.07 "Lines and Grades" of the Standard Specifications is amended by adding the following paragraph after the first paragraph: Three consecutive points shown on the .same rate of slope must be used in common, in order to detect 12 any variation from a straight grade, and in case any such discrepancy exists, it must be reported to the Engineer. If such a discrepancy is not reported to the Engineer, the Contractor shall be responsible for any error in the finished work. The second paragraph in Section 5-1.07, "Lines and Grades" of the Standard Specifications is amended to read: When the Contractor requires such stakes or marks, he shall notify the Engineer of his requirements in writing a reasonable length of time in advance of starting operations that require such stakes or marks. In no event, shall a notice of less than 24 hours be considered a reasonable length of time. Section 5-1.08, "Inspection" of the Standard Specifications is amended by adding the following paragraph after the first paragraph: Whenever the Contractor varies the period during which work is carried on each day, he shall give due notice to the Engineer, so that proper inspection may be provided. Any work done in the absence of the Engineer will be subject to rejection. 5-1.04 PREVAILING WAGES. Pursuant to Chapter 1 of Part 7 of Division 2 of the Labor Code (commencing with Section 1720), Contractor agrees that in performing said work, by himself or through any subcontractor, eight hours' labor shall be a day's work and forty hours' labor shall be a week's work, and that Contractor shall keep an accurate record showing the name and actual hours worked for all workers employed in said work, and that said record shall be kept open at all reasonable hours for inspection pursuant to Section 1812 of the Labor Code. The Contractor and all Subcontractors shall pay not less than the general prevailing rate of per diem wages and the general prevailing rate for holiday and overtime to all workers employed in the construction of this project. The prevailing rate for each craft, classification or type of work is determined by the Director of the California Department of Industrial Relations, and his schedule of prevailing rates is on file and a available for inspection in the Public Works Department. The schedule is incorporated herein by this reference. The City shall have the right to inspect payroll records during normal working hours and shall have the right to question workers at any time concerning the wages being paid. Contractor shall not interfere in any way with the City's right to investigate conformance with the wage provisions of this contract. Contractor shall forfeit to the City for each worker employed for each calendar day or portion thereof: a. FIFTY DOLLARS ($50) pursuant to Section 1775 of the Labor Code, per worker paid less than the amount to which he is entitled under said general prevailing rate of wages; and b. TWENTY FIVE DOLLARS ($25} pursuant to Section 1813 of the Labor Code, per worker required to work more than eight (S) hours per day or more than forty (40) hours per week, except as provided in Section 1815 of the Labor Code. 5-1.05 PAYROLL RECORDS. The fourth paragraph in Section 7-1.01A(3), "Payroll Records," of the Standard Specifications is deleted and shall not apply to this contract. 5-1.06 LABOR NONDISCRIMINATION. Attention is directed to Section 7-1.01A(4), "Labor Nondiscrimination," of the Standard Specifications and these special provisions. Attention is also directed to the requirements of the California Fair Employment and Housing Act . (Government Code Sections 12900 through 12996), to the regulations promulgated by the Fair Employment and Housing Commission to implement said Act, and to the nondiscrimination, affirmative action and equal employment opportunity requirements in the special provisions. v 5-1.07 APPRENTICES. The Contractor's attention is directed to Article 7-1.01A(5), "Apprentices," of the Standard Specifications. All Contractors and Subcontractors shall comply with the provisions of Labor 13 Code Sections, 1777.5,1777.b, and 1777.7 relating to the employment of apprentices. If the Contractor does not have a union contract which provides for apprentices, the Contractor and all Subcontractors shall submit one of the following: 1. A copy of a "REQUEST FOR AN APPLICATION FOR A CERTIFICATE OF APPROVAL TO EMPLOY ANll TRAIN APPRENTICES ON PUBLIC WORKS." This request shall be submitted to the local Department of Industrial Relations, Division of Apprenticeship Standards on the Contractor's and each Subcontractor's letterhead or DAS 140, enclosed with these specifications. 2. A copy of an approval to employ and train apprentices from the local Department of Industrial Relations, Division of Apprenticeship Standards. 3. Proof of a Collective Bargaining Agreement with the Joint Apprenticeship Committee providing for apprentices. One of the above shall be submitted by the low bidder to the City of Bakersfield with the signed contract documents. 5-1.08 TRENCH SAFETY. The Contractor shall comply with Section 6705 of the Labor Code which provides that the Contractor's responsibility shall be as follows: If the contract price for the project includes an expenditure in excess of TWENTY-FIVE THOUSAND DOLLARS ($25,000) for excavation of any trench or trenches five feet or more in depth; the Contractor or his Subcontractor shall not begin any trench excavation unless a detailed plan, showing. the design of shoring, bracing, sloping or other provisions to be made for worker protection during the excavation of the trench, has been submitted by the Contractor to the City Engineer and the detailed plans has been approved by the City Engineer. If such plan varies from the shoring system standards established by the Construction Safety Orders of the Division of Industrial Safety, the plan shall be prepared by a Registered Civil or Structural Engineer. Nothing in this section shall be deemed to allow the use of a shoring, sloping, or protective system less effective than that required by the Construction Safety Orders of the Division of Industrial Safety. Nothing in this section shall be construed to impose tort liability on the awarding body or any of its employees. The terms "Public works" and "Awarding Body," as used in this section, shall have the same meaning as in Labor Code Sections 1720 and 1722 respectively. 5-1.09 SOUND CONTROL REQUIREMENTS. Sound control shall conform to the provisions in Section 7-1.01I, "Sound Control Requirements," of the Standard Specifications and these special provisions. The noise level from the Contractor's operations, between the hours of 9:00 P.M. and 6:00 A.M., shall not exceed 8b dbA at a distance of 50 feet. This requirement in no way relieves the Contractor from responsibility for complying with local ordinances regulating noise level. Said noise level requirement shall apply to all equipment on the job or related to the job, including but not limited to trucks, transit mixers or transient equipment that may or may not be owned by the Contractor. The use of loud sound signals shall be avoided in favor of light warnings except those required by safety laws for the protection of personnel. 14 Full compensation for conforming to the requirements of this section shall be considered as included in the prices paid for the various contract items of work involved and no additional compensation will be allowed therefor. . 5-1.10 PERMITS AND LICENSES. The Contractor shall procure all permits and licenses, pay all charges and fees, and give all notices necessary and incidental to the due and lawful prosecution of the work from any and all governmental organization which require such permits, licenses or fees. The Contractor shall procure a business license in the City of BakersCeld. 5-1.11 WORKING HOURS. Contractor shall limit his field working hours from 7:00 A.M. to 4:30 P.M Monda, tY hrough Friday. Any deviations must be requested and in writing and directed to the Construction Engineer at the Pre-Job Conference. Written approval from the Construction Engineer is required for work beyond these limits. Any time work proceeds, which requires inspection services for more than an eight (8) hour work day, or on legal holidays or weekends, the Contractor will be charged for all associated overtime charges and said charges may be withheld from contract retention. 5-1.12 LAWS TO BE OBSERVED. The Contractor shall keep himself fully informed of all existing and future State and National laws and all municipal ordinances and regulations of the City of Bakersfield which in any manner affect those engaged or employed in the work, or the materials used in the work, or which in any way affect the conduct of the work, and of all such orders and decrees of bodies or tribunals having any jurisdiction or authority over the same. 5-1.13 CONTRACTOR'S INSURANCE. The Contractor shall not commence work under this contract until he has obtained all insurance required under this section and the required certificates of insurance have been bled with and approved by the City Risk Manager and the Public Works Department, nor shall the Contractor allow any Subcontractor to commence work on his subcontract until said certificates of insurance have been bled and approved by the City Risk Manager and the Public Works Department. Contractor shall be responsible for any deductibles under all required insurance policies. 5-1.13A INDEMNITY. Contractor shall indemnify, defend and hold harmless City, its officers, agents and employees against any and all liability, claims, actions, causes of action or demands whatsoever against them, or any of them, for injury to or death of persons or damage to property arising out of, connected with, or caused by Contractor, Contractor's employees, agents, subcontractors, or independent contractors or companies in the performance of, or in any way arising from, the terms and provisions of this Agreement whether or not caused iri part by a party indemnified hereunder. Contractor shall execute and return with the executed contract documents and bonds the "Hold Harmless Agreement," a copy of which is attached hereto. 5-1.13B INSURANCE. In addition to any other form of insurance or bond required under the terms of this agreement and specifications, the Contractor shall procure and maintain for the duration of this agreement the following types and limits of insurance, otherwise referred to as "basic insurance requirements"; a. Automobile liability insurance, providing coverage on an occurrence basis for bodily injury, including death, of one or more persons, property damage and personal injury, with limits of not less than one million ($1,000,000) per occurrence; and b. Broad form commercial general liability insurance, providing coverage on an occurrence basis for bodily injury, including death, of one or more persons, property damage and personal injury, with limits of not less than one million ($1,000,000) per occurrence; and c. Workers' compensation insurance with statutory limits and employer's liability insurance with 15 u limits of not less than one million ($1,000,000) per accident. Insurance is to be placed with insurers with a Bests' rating of no less than A:VII. This requirement may be waived at the City's sole discretion. All policies required of the Contractor hereunder shall be primary insurance as respects the City, its mayor, council, ofCcers, agents, employees and volunteers and any insurance or self-insurance maintained by the City, its mayor, council, officers, agents, employees and volunteers shall be excess of the Contractor's insurance and shall not contribute with it. a The automobile liability policies shall provide coverage for owned, non-owned and hired autos. The liability policies shall provide contractual liability coverage for the terms of this Agreement. The liability policies shall contain an additional insured endorsement in favor of the City, its mayor, council, officers, agents, employees and volunteers. The workers' compensation policy shall contain a waiver of subrogation endorsement in favor of the City, its mayor, council, officers, agents, employees and volunteers. All policies shall contain the following endorsement: An endorsement providing the City with thirty (30) days written notice of cancellation or material change in policy language or terms. All policies shall provide that there shall be continuing liability thereon, notwithstanding any recovery on any policy. The insurance required under this agreement and specifications shall be maintained until all work required to be performed under the terms of this agreement is satisfactorily completed as ,a evidenced by formal acceptance by the City. All costs of insurance required under this agreement shall be included in the Contractor's bid, and no additional allowance will be made for additional costs which may be required by extension of the insurance policies. The Contractor shall furnish the City Risk Manager with a Certificate of Insurance evidencing the insurance required under this Agreement. The City may withhold payments to Contractor if certificates of insurance and endorsements required in this Agreement have not been provided. The Contractor shall be responsible for any deductibles or self-insured retentions under all required insurance policies. Insurance in lesser amounts, or lack of certain .types of insurance otherwise required by this Agreement of Contractor, must be declared to and approved in writing by the City. However, unless otherwise approved by the City, if any part of the work under this agreement and specifications is subcontracted, the "basic insurance requirements" set forth hereinabove shall be provided by or on behalf of all subcontractors even if the City has approved lesser insurance requirements for Contractor. Contractor shall be responsible for determining and guaranteeing all subcontractors are insured as set forth in this paragraph. 5-1.14 CONTRACTOR'S AUTHORITY. At the preconstruction meeting, the Contractor shall provide the City with the foreman's or superintendent's name who will be in charge of this project. 5-1.15 DAMAGE BY STORM, FLOOD, TIDAL WAVE OR EARTHQUAKE. Section 7-1.165, "Damage by Storm, Flood, Tidal Wave or Earthquake," of the Standard Specifications is deleted and shall not apply to this contract. 16 5-1.16 WORK IN CITY STREETS. All of the work shown on the plans and included in these specifications that is located in the public streets in the City of Bakersfield shall be done in accordance with City Ordinance regulating the use of public streets within the City, except as otherwise provided herein. The Contractor shall inform himself as to all regulations and requirements of the City Engineer and Superintendent of Streets of the City of Bakersfield and shall conduct his operations in compliance therewith. 5-1.17 RIGHT OF WAY. The right of way for the work to be constructed will be provided by the City. The Contractor shall make his own arrangements, and pay all expenses for additional area required by him ° outside of the limits of right of way unless otherwise provided in the special provisions. 5-1.18 SUSPENSION OF CONTRACT. If at any time in the opinion of the City Council, the Contractor has violated any terms of this contract, failed to supply an adequate working force, or material of proper quality, or has failed in any other respect to prosecute the work with the diligence and force specified and intended in and by the terms of the contract, notice thereof in writing will be served upon him, and should he neglect or refuse to provide means for a satisfactory compliance with the contract, as directed by the Engineer, within the time specified in such notice, the City Council in any such case shall have the power to suspend the operation of the contract. Upon receiving notice of such suspension, the Contractor shall discontinue said work, or such parts of it as the City Council may designate. Upon such suspension, the Contractor's control shall terminate, and thereupon the City Council, or its duly authorized representative; may employ other parties to carry the contract to completion, employ the necessary workmen, substitute other machinery or materials, and purchase the materials contracted for, in such manner as the Engineer may deem proper; or the City Council may annul and cancel the contract and re-let the work or any part thereof. Any excess of cost arising therefrom over and above the contract price will be charged against the Contractor and his sureties, who will be liable therefor. In the event of such suspension, all money due the Contractor or retained under the terms of this contract shall be forfeited to the City; but such forfeiture will not release the contractor or his sureties from liability or failure to fulfill the contract. The Contractor and his sureties will be credited with the amount of money so forfeited toward any excess of cost over and above the contract price, arising from the suspension of the operations of the contract and the completion of the work by the City as above provided, and the Contractor will be so credited with any surplus remaining after all just claims for such completion as determined by the Engineer have been paid. In the determination of the que"stion~ whether there has been any such non-compliance with the contract as to warrant the suspension or annulment thereof, the decision of the City Council shall be binding on all parties to the contract. 5-1.19 TEMPORARY SUSPENSION OF WORK. The Engineer shall have the authority to suspend the work wholly or in part, for such period as he may deem necessary, due to unsuitable weather, or to .such other conditions as are considered unfavorable for the suitable prosecution of the work, or for such time as he may deem necessary, due to the failure on the part of the Contractor to carry out orders given, or to perform any provisions of the work. The Contractor shall immediately obey such order of the Engineer and shall not resume the work until ordered in writing by the Engineer. 5-1.20 PAYMENTS. Attention is directed to Sections 9-1.06, "Partial Payments," and 9-1.07, "Payment After Acceptance," of the Standard Specifications and these special provisions. No partial payment will be made for any materials on hand which are furnished but not incorporated in the work. 5-1.21 FINAL PAYMENT. In addition to the conditions, provisions, and requirements of Article 9-1.07B, "Final Payment and Claims," of the Standard Specifications, the following shall apply: The City may withhold funds, or because of subsequently discovered facts, nullify the whole or any part of any certificate for payment, to such extent as may be necessary to protect the City from loss due to 17 causes including but not limited to the following: a. Defective work not remedied; b. Claims filed or information reasonably indicating probable filing of claims; c. Failure of Contractor to make payment due for materials and/or labor; d. Information causing reasonable doubt that the contract can be completed for any unpaid balance; e. Damages to another Contractor; and f. Breach of any terms of this contract. When any and all such causes are removed, certificates shall be issued for amount withheld. The fifth paragraph in Section 9-1.07B, "Final Payment and Claims," of the Standard Specifications is amended to read: The Director will make the final determination of any claims which remain in dispute after completion of claim review. Aboard or person designated by said Director will review such claims and make written recommendation thereon. The City Engineer shall, after the completion of the contract, make a final estimate of the amount of work done thereunder, and the value of such work, and the City shall pay the entire sum so found to be due after deducting therefrom all previous payments and all amounts to be kept and all amounts to be retained under the provisions of the contract. All prior partial estimates and payments shall be subject to correction in the final .estimate. and payment. The final payment shall not be due and payable until the expiration of .thirty (30) days from the date the "NOTICE OF COMPLETION" is recorded at the County Recorder's Office. and after execution and return by the Contractor of the attached GUARANTEE when applicable. It is mutually agreed between the parties to the contract that no certificate given or payments made under the contract except the final certificate or final payment, shall be conclusive evidence of the performance of the contract, either wholly or in part, against any claim of -the party of the first part, and no payment shall be construed to be an acceptance of any defective work or improper materials. And the Contractor further agrees that the payment of the final amount due under the contract, and the adjustment and payment for any work done in accordance with any .alterations of the same, shall release the City, the City Council, and the Engineer from any and all claims or liability on account of work performed under the contract or any alteration thereof. 5-1.22 INCREASED OR DECREASED QUANTITIES. The word "compensation" in the following paragraphs of the Standard Specifications is replaced with the words "unit price": Third paragraph of Section 18-1.05, "PAYMENT". Fourth paragraph of Section 24-1.11, "PAYMENT". Eleventh paragraph of Section 39-8.02, "PAYMENT". 5-1.23 HAZARDOUS MATERIALS. The Contractor shall be held responsible for his workers and subcontractor's well-being and their education of handling hazardous materials when hazardous materials are encountered during this project. 18 SECTION 6 -CONTROL OF MATERIALS 6-1.01 GENERAL. Control of materials shall conform to the provisions in Section 6, "CONTROL OF MATERIALS," of the Standard Specifications and these special provisions. . At the option of the Engineer, the source of supply of each of the materials shall be approved by the Engineer before delivery is started and before such material is used in the work. Representative preliminary samples of the character and quality prescribed shall be submitted by the contractor or producer of all materials to be used in the work, for testing or examination as desired by the Engineer. All tests of materials furnished by the contractor shall be made in accordance with commonly recognized standards of national organizations, and such special methods and tests as are prescribed in the specifications. 6-1.02 BORROW, DISPOSAL AND MATERIAL SITES. The operation of any borrow or disposal sites used by the Contractor to produce or dispose of material for this project shall comply with the requirements in the Standard Specifications and these special provisions. All provisions for water pollution, and sound control that apply within the limits of the contract shall apply to all borrow or disposal sites utilized by the Contractor. Upon completion of the work, all such sites and haul roads shall be graded and treated so that, at the time of final inspection of the contract, they will drain, will blend with surrounding terrain, and will have a potential as a source of blowing dust or other pollution which is no greater than when in their original condition. If the Contractor obtains necessary permits for borrow, disposal or material sites from the authority having jurisdiction or from the appropriate pollution control boards and such permits contain requirements which conflict with the requirements in the first and second paragraphs of this section, the requirements of the permits .shall govern over the conflicting requirements of this section provided the permit requirements have been approved by the Engineer. . Full compensation for complying with the requirements for borrow, disposal and material sites in this section shall be considered as included in the contract prices paid for the items of work which require the use of the sites and no additional compensation will be allowed therefor. 6-1.03 CERTIFICATES OF COMPLIANCE. In accordance with Section 6-1.07, "Certificates of Compliance," of the Standard Specifications, the Engineer may permit the use of certain materials or assemblies, prior to sampling and testing, if accompanied by a Certificate of Compliance. 6-1.04 .BUY AMERICA REQUIREMENTS. Attention is directed to the "Buy America" requirements of .the Surface Transportation Assistance Act of 1982 {Section 165) and the regulations adopted pursuant thereto. In accordance with said law and regulations, all manufacturing processes for steel materials furnished for incorporation into the work .on this project shall occur in the United States. A Certificate of Compliance, conforming to the provisions in Section 6-1.07, "Certificates of Compliance," of the Standard Specifications, shall be furnished for steel materials. The certificates, in addition to certifying that the materials comply with the specifications, shall also specifically certify that all manufacturing processes for the materials occurred in the United States. The requirements imposed by said law and regulations do not prevent a minimal use of foreign steel materials if the cost of such materials used does not exceed one-tenth {0.1%) of 1 percent (1%) of the total contract cost, or $2,500, whichever is greater. The Contractor shall furnish the Engineer acceptable documentation of the quality and value of any foreign steel prior to incorporating such materials into the work. 19 General Decision Number CA940002 Superseded General Decision No. CA930002 State: California Construction Type: BUILDING HEAVY HIGIiWAY RESIDENTIAL County(ies): IMPERIAL MONO SAN LUIS OBISPO INYO ORANGE SANTA BARBARA KERN RIVERSIDE VENTURA LOS ANGELES SAN BERNARDINO BUILDING CONSZ'R~UCTION PROJECTS;. HEAVY CONSTRUCTION PROJECTS (does not include oil well drilling in Kern County; does not include TV/Grout work or water well drilling);. HIGHWAY CONSTRUCTION PROJECTS.;. RESIDENTIAL CONSTRUCTIpN PROJECTS (including single family homes and apartments up to and including 4.: stories) (does-not include Inyo and Mono Counties); DREDGING • Pi20JECTS. T~iis~wage decision does not include hopper dredge work or the~~installation of solar energy systems. Modification Number Publication Date 0 02/11/1994 1 03/04/1994. . 2 04/08/1994 3 05/20/1994 4 06/24/1994 5 07/29/1994 6 08/19/1994 7 09/09/1994 8 11/14/1994 9 11/18/1994 _ 10 01/13/1995 L~ . D JAN 131995 . LABat~~i~~~gTIONS CA940002 - 1 01/13/1995 COUNTY(ies~: ~ IMPERIAL .MONO SAN LUIS OBISPO INYO ORANGE SANTA BARB~~RA KERN RIVERSIDE VENTURA LOS ANGELES SAN BERNARDINO ASBE0005B 09/20/1994 Rates Fringes IMPERIAL, INYO, KERN, LOS ANGELES, ORANGE, RIVERSIDE, SAN BERNARDINO, SAN LUIS OBISPO, SANTA BARBARA AND VENTURA COUNTIES: INSULATORS/ASBESTOS WORKERS Includes the application of all ' insulating materials, protective coverings,~coatings, and finishings to all types of mechanical systems 27.21 7.53 ASBESTOS ,REMOVAL WORKER/ HAZARDOUS MATERIAL HANDLER Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from ' mechanical systems, whether they . contain asbestos or not ~ 10.75 1.75 ASBE0016C: 08/01/1994 Rates Fringes MONO COUNTY: INSULATORS/ASBESTOS WORKERS Includes the application of all insulating materials, protective coverings, coatings, and finishings to all types of mechanical systems 31.32 5.96 ti BOIL0092A~ 10/01/1994 Rates Fringes BOILERMAKER 26.93 $.39 BRCA0004B 05/01/1993 Rates Fringes" RIVERSIDE AND SAN BERNARDINO COUNTIES: BRICKLAYER; STONEMASON; AND MARBLE CA940002 - 2 01/13/1995 SETTER: Fort Irwin Arzay Training Center; Naval Air Weapons Station, China Lake; and Twenty-nine Palms .Marine Base 29.44 ~ 5.30 Remainder of Riverside and San Bernardino Counties 23.82 5.30 r o~~r~~~ a o r r~~~~~~ 8RCA0004C 06/01/1994 Rates Fringes LOS ANGELES, ORANGE AND VENTURA COUNTIES: TILE SETTER 22.09 3.80 ~~o~~e~~~~~~~~~o~~~~~~~~~~s~~~~~~s~~~s~~~~~ra~_~~~o~~~~~r~~s~~~~~~~ 8RCA0004D 11/01/1994 Rates Fringes IMPERIAL COUNTY: BRICKLAYER, STONEMASON; MARBLE SETTER - ~ 23.00 5.95 ~~~~~~~o~~~~~~~~r~~v~~~~ra~s~~~~~a~~~~~e~~w~~~~~~~~e~~ss~~~~~~_~~~~. - SRCA0004E 05/01/1994 Rates Fringes VENTURA COUNTY: BRICKLAYER 22.36 ~ 6.26 ~~~~~~~~~~~~~~~~~~~~~~~w~a~~~w~~~e~w~ssA~~~~~~~~~o~~~~~~r~~~~~~~~~~~ BRCA0004F 05/01/1994 . Rates Fringes . SAN LUIS OBISPO AND SANTA BARBARA COUNTIES: BRICKLAYER; STONEMASON; MARBLE, T~ZZO AND TILE~SETTER 23.60 4.65 - 8RCA0004G 08/01/1993 Rates Fringes ~ : ' ' INYO, KERN AHD MONO COUNTIES: BRICKLAYER; STONEMASON: Edwards Air Force Base; and Naval Air Weapons Station, China Lake .27.78 5.21 Remainder of Inyo and Kern, Counties; and Mono County 24.03 5.21 y ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~0_~~~~~~~~~~~~~0~~~~ • CA940002 - 3 01/13/1995 f. BRCA0004H 05/01/1992 Rates Fringes KERN, LOS ANGELES, ORANGE, RIVERSIDE, SAN BERNARDINO, SAN LUIS OBISPO, SANTA BARBARA AND VENTURA COUNTIES: MARBLE SETTER 25.32 6.05 .BRCA00040 06/01/1993 Rates Fringes IMPERIAL COUNTY: TERRAZZO & TILE SETTERS 18.55 3.30 _ TERRAZZO & TILE FINISHERS 13.00 2.60 0 0 0 0 0 0 0 0 0 0 0 0- o 0 o a. r o o r o 0 0 0 o e o 0 0 0 0 0 0 0 0 o e o 0 0 0 0 o a e o 0 0 0 o e o 0 0 0 0 0 0 0 0 0 o e BRCA0004P 09/01/1992 Rates Fringes INYO, KERN, LOS ANGELES, MONO., ORANGE, RIVERSIDE, SAN BERNARDINO, SAN LUIS OBISPO, SANTA BARBARA AND VENTURA COUNTIES: r `a TERRAZZO WORKER 24.99 6.60 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o e o 0 0 0 0 0 0 0 0 . o r e o e o 0 0 0 0 0 0 0 0 0 0 0 o e o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 I BRCA0004R 07/O1/1994~ . Rates Fringes RIVERSIDE AND SAN BERNARDINO COUNTIES: TILE SETTER 22.09 5.27 A e e e o 0 0 0 00 0 0- o 0 0 0 o e o o r r~ e o e o 0 00 0 0- 0 0 0 0 o e o e o e e e o 0 0 0 e o 0 0 0 0 0 0 010 0 -o 0 . 1 . BRCA0004U 07/01/1994 . ~ ~ Rates Fringes LOS ANGELES COUNTY: BRICKLAYER; MARBLE SETTER 25.32 6.15 ------------.---------------------=---------------------------e-- BRCA0004V 11/01/1993 ~ .Rates Fringes INYO, KERN AND MONO COUNTIES: TILE SETTER: Edwards Air Force Base; .and Naval Air Weapons Station, China Lake ~ 2 0':65 3~ . 4 0 . Remainder of Inyo, Kern and Mono Counties 17.65 3.40 CA940002 - 4 01/ 13 / 1995 BRCA0004W 05/01/1992 Rates Fringes ~a ORANGE COUNTY: BRICKLAYER; STONEMASON; MARBLE SETTER 24.25 5.10 -~-~.ne---o-~~-----~---~~-~--~ ~-----o-~-pro---------~~---~--~--~ BRCA0007F 08/01/1992 Rates Fringes INYO AND MONO COUNTIES: MARBLE ~ SETTER 2 6.8 0 10.5 5 BRCA0017D 06/02/1993 Rates Fringes MARBLE, TERRAZZO & TILE FIN?SHER 19..21 6.72 " r a CARP0002A 07/011994 Rates Fringes - CARPENTERS: Work on wood ~ f tamed single family homes and apartments up to and including 4 stories: Framer & finish carpenter 17.79 5.10 Insulation & weatherstripping ..installer 15.50 3.80 Shingler ~ 16.42 4.05 Concrete &~form worker .16.35 5.10 Residential~~fence builder 16.36 5.10 Cabinet installer 18.09 5.10 Subterranean garage. concrete construction ~ ~ 18.17 5.10 Roof loader of shingles 11..49 4.05 All other work: Inyo, Kern and Mono Counties: ~ i Carpenter (including drywall lathing, cabinet installer, floor worker and acoustical installer 23.23 ~ 5.10 Insulation installer: ~ ~ . Wood frame non-residential ~ , or concrete block or tilt-up, Types III, IV and V construction 17.00 4.81 CA940002 - 5 01/13/1995 All other work 23.23 5.10 Shingler 23.36 5.10 Saw filer 23.31 5.10 Table power saw operator 23.33 ~ 5.10 Pneumatic nailer or power r stapler 23.48 5.10 Commercial fence builder 21.51 5.10 Roof loader of shingles .(commercial} 16.35 5.10 Millwright 24.30 5.10 Pile driver; Derrick barge; Bridge or dock carpenter; Cable splicer; Heavy framer; Rock slinger 23.93 5.10 Head rock slinger 24.03 5.10 Rock barge or scow ~ ~ 23.83 5.10 Remainder of counties: Carpenter, cabinet installer, . floor worker and acoustical installer 23.80 5.10 Insulation installer: Wood f rame~. non-res identi~a~i-~' ~ ~ or concrete block or tilt-up, Types III, IV and V construction 17.00 ~ ~ ~ ` 4.81 All other work 23.80 5..10 . Shingler 23.93 5.10 Saw filer 23.88 ~ 5.1a Table power saw operator .23.90 5.10 Pneumatic nailer or power .stapler 24.05 5.10 Commercial fence builder 21.51 5.10 Roof loader of shingles (com- . . mercial} 16.75 5.10 Millwright 24.30 5.10 Pile driver ;Derrick barge; Bridge .or dock carpenter; Cable splicer; Heavy framer; Rock slinger 23.93 5.10 -Head rock slinger 24.03 5.10 Rock barge or scow ~ 23,83 5 10 ~CARP0002B 07/01/1993 .Rates Fringes DIVERS: Diver, wet 52.86 5, 10 Diver, stand-by 26.43 5.10 Diver tender ~ ~ 25.43 5.10 FOOTNOTE: Divers shall receive a minimum of 8~hours pay for any day or n~nAnnn~ ~ ~ part thereof . r~~~~~~~~~~~~~~~~~~~ w~~~~~~~ . ~ GARP0002C 07/01/1993 . ~ Rates Fringes DRYWALL INSTALLER/LATHER: r Work on single family homes and apartments up to and including 4 stories 18.53 4.23 All other work 23.80 5.10 CARP0003P 11/01/1993 Rates Fringes INYO, KERN AND MONO COUNTIES: TILE :FINISHER: Edwards Air Force Base; and~Nava1 .Air Weapons Station, China Lake 16.98 3.40 Remainder of Ingo, Kern and Mono Counties 13.98 3.40 ~~~~~s~~~~~~~~~~~~se~r~~~vo~~v~~ss~~~re~~~~~~~~e~s~o~e~~~~~~~~~~~~~~ ~ _ ~l CARP0117A 06/01/1993 Rates Fringes :KERN, LOS ANGELES, ORANGE, RIVERSIDE, SAN BERNA~DINO, SAN LUIS OBISPO, SANTA BARBARA AND VENTURA COUNTIES: TERRAZZO FINISHER 20.98 3.80 ELE00011A 07/01/1994 .S Rates Fringes LOS.~ANGELES COUNTY: ELECTRICIANS: ~ - Work on single family homes and apart~aents up to and including 4 stories"" ~ 15.90 3% + 4.51 Tunnel work: Electrician ~ 28.55 ~ 3%~+ 9.19 Cable splicer ~ ~ ~ 2 9.15 ~ 3 % . + . 9 :19 All other work: ~ Electrician; Traffic signal installer .:K:.--- ~ .25.95 .~.3%~+.9:19 . ~ Cable .splicer , . ~ _ ~ . 26.55 ~ . 3% ~ +..9.19 ELEC0011B 06/01/1994 Rates Fringes LOS ANGELES COUNTY: CA940002 - 7 01/13/1995 LINE~CONSTRUCTION: Line technician 25.95 3% + 9.19 Cable splicer 26.55 3% + 9.19 Ground person ~ 15.57 3% + 9.19 ELECOOIIC 12/01/1992 Rates Fringes INYO, KERN, LOS ANGELES, MONO, ORANGE, RIVERSIDE, SAN BERNARDINO, SAN LUIS OBISPO, SANTA BARBARA AND VENTURA COUNTIES: COMMUNICATIONS AND SYSTEMS WORK: Kern, Los Angeles, Oxange, . San Luis Obispo, Santa Barbara and Ventura Counties: Communications & systems installer 16.15 3% + 3.40 Communications & systems _ technician ~ 17.90 3% + 3.40 Sound technician (Los Angeles County only} 18.90 3% + 3.40 Alarm technician II~(Orange County only } (duties ~ , ~ ; limited to pulling wire to and terminating devices; not to install devices that interface with other con- tractors (mounting waterflow, duct detectors, dampers or connecting control panels) 13.93 ~ 3% + 3.40 Inyo, Mono, Riverside and San Bernardino Counties: Communications & systems installer ~ 16.63 3% + 2.75 Communications & systems technician 18.38 3% + 2.75 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. Communication Systems that transmit or receive information CA940002 - 8 01/13/1995 and/or control systems that are intrinsic to the above listed s stems; inclusion or exclusion of terminations and testings of Y conductors determined by their function, excluding all other data . syste~as or multiple systems which include control function or ower su ly; excluding installation of raceway. systems, line p pP voltage work, and energy management systems. Does not cover work performed at China Lake Naval Ordnance Test Station, Edwards Air Force Base, Elk Hills Naval Fetroleum Reserve, Point Arguello and Vandenberg Air Force Base. In the Counties of Ingo, Kern, Mono, Riverside, San Bernardino, San Luis Obispo, Santa Barbara and Ventura, fire alarm work shall be performed at the current inside wireman total cost package. s e s _ ~ ~ ELEC0413A 06/01/1994_ . Rates Fringes SANTA BARBARA COUNTY: .ELECTRICIANS: Work on single~`family homes and apartments up to and - including 4 stories 16.00 _ 3% + 5.10 All other work: :~lar~denberg~ Air Force Sase : .Electrical subcontracts over ~$5~0, 000: ~ . .i, Electrician 28.97 3% + 6.80 Electrician, welding 29.47 3% + 6.80 Cable splicer -30.47 3% + 6.80 ~~Electrical subcontracts of $50,000 or less: Electrician ~ 25.20 3% + 6.80 Electrician, welding 25.70 3% + 6.80 Cable splicer 26.?0 3% + 6.80 Remainder of .Santa Barbara County: ~ _ Electrical subcontracts . over $50,000: Electrician 25.22 3% + 6.80 Electrician, welding 25.72. 3% + 6.80 • Cable splicer ~ 26.72 3% + 6.80 Electrical subcontracts • ~ of $50,000 or less: - • Electrician 21.45 3% + 6.80 Electrician, welding 21.95 ~ 3% + 6.80 Cable splicer 22.95 3% + 6.80 CA940002 9 O1/ 13 / 1995 c r~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ r s~~~~~~~ ~ELEC0413B 06/01/1994 Rates Fringes SANTA BARBARA COUNTY: LINE CONSTRUCTION: Vandenberg Air Force Base: Line technician; Equipment operator ~ 28.97 4.5% + 6.65 Cable splicer 30.47 4.5% + 6.65 Ground person; Ground person/driver 21.73 4.5% + 6.65 Remainder of Santa Barbara County: Line technician; Equipment operator 25.22 4.5% + 6.65 Cable splicer 26.72 4.5% + 6.65 . Ground person; Ground person/driver 17.98 4.~5%~ + 6.65 * ELEC0428A 06/01/1994 Rates ~ Fringes KERN COUNTY: ELECTRICIANS: Edwards Air Force Base; and~Naval Air Weapons Station, China Lake: z . ~ Work on single family homes and apartments up to and . including 3 stories; and . work on other structures (defined as areas to which the public has access} that do not exceed 6, 000 sq. ft. and that do not exceed 3 stories ~ 14.75 4% + 2.60 All other work: Electrician ~ 27.59 4.25% +5.15 Cable splicer 29.87 4.25% +5..15 Remainder of Kern County: _ Work on single family homes and apartments up to~and . including 4 stories 13.75 4% + 2.60 All other work: Electrician ~ 22.84 4.25% +5.15 Cable splicer ~ 25.12 4.25% +5.15 ELEC0428B 06/01/1994 Rates Fringes KERN COUNTY: . . LINE CONSTRUCTION: Edwards Air Force Base; and Naval Air Weapons .Station, China Lake: Ground person/Truck driver ?.1.88 4.25% +5.15 Line technician; Heavy equipment operator 27.59 4.25% +5.15 Cable splicer 29.87 4.25% +5.15 Remainder of Kern County: . Ground person/Truck driver 17.13 4.25% +5.15 Line technician; Heavy equipment operator 22.84 4.25% +5.15 Cable splicer 25.12 4.25% +5.15 eeoeemneeeeeeee.~eeeoeeeeeeeeeeeeeeeeee~e~e~reeeee~eeeeeeee~eeseoe~ ~ ,ELEC0440A 07/0/1994 Rates Fringes RIVERSIDE COUNTY : , . ~ . ELECTRICIANS: Work on single family homes and apartments up to and . including 4 stories 14.50 3% + 3.16 i All other work: Electrician 23.13 3% + 7.61 Cable splicer ~ 23,63 3% + 7,61 Electrician, welding 23.43 3% + 7.61 eoeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeseeee~ee.~e.~~eeeseee~e~e~eeeeee ELEC0440B 07/05/1992 Rates Fringes ~ RIVERSIDE COUNTY: LINE CONSTRUCTION: Line technician 22,46 4% + 6.61 Cable splicer - 22.96 ~ ~ ~ 4% +6.61 Ground person - . ~ - ~ - 16.8 5 - 4 % ~ + 6.61 ELEC0441A 06/01/1994 Rates Fringes . ORANGE COUNTY: CA940002 - 11 01/13/1995 ELECTRICIANS AND LINE CONSTRUCTION: ELECTRICIANS: Work on single family homes and apartments up to and . including 4 stories 16.05 3% + 1.95 All other work: Electrician 26.15 3% + 5.85 Cable splicer 27.35 3% + 5.85 LINE CONSTRUCTION: Line. technician; Heavy equipment operator ~ 26.20 3% + 5.80 _ Cable splicer. 27..4.1 3% + 5.80 Ground person 22.61 3% + 5.80 ~re~~~~~~~~~~~~~~~~~~~~~~o~~~e~~~~~~~~s~~~~~~~~~s~r~.~~~~~~~~~~~s~~~e ELEC0477A 12/01/1993 Rates Fringes INYO, MONO AND SAN BERNARDINO COUNTIES: a ELECTRICIANS: Work on single family homes and apartments. up to and . including 4 stories (-San Bernardino County only} ~ 14.50 ~ 3% + 3.84 A~1.other..work: i Area within 75 road miles from the Main Post Office in San Bernardino: Electrician 22.32 3% + 8.43 Cable splicer 22.82 ~ 3% + 8.4.3 ' Electrician, welding 22.82 ~ ~ 3% + 8.43 Electrician, tunnel work 24.55 3% + 8:'43 ~ Remainder of area: Electrician 29.32 3% + 8.43 Cable splicer 29.82 ~ 3% + 8.43 ,Electrician, welding 29.82 3% + 8.43 EYectrician, tunnel work.. 31.55 3% + 8.43 r e ELEC04778 12/01/1993 Rates Fringes INYO, MONO AND SAN BERNARDINO COUNTIES: CA940002 12 01/13/1995 technician 13.79 3~ + 3.85 Sound person B 12.53 3~ + 3.215 a Utility work: Utility technician #1 16.11 ~ 3 Ut' ~ + 2.84 ility technician ~2 10.56 3% + 2.49 All other work: Electrical subcontracts over $500,000: Electrician 24.31 3% + 5,27 Cable splicer 24.76 3% + 5.27 Electrical subcontracts of $500,000 or less: Electrician 21.31 ~ 3% + 5,27 Cable splicer 21,76 3~ + 5.27 SCOPE OF WORK: . SOUND WORK: Assembly, installation,~operation, service and maintenance of components or systems as used in closed circuit television, amplified master television distribution C ATV on private property, intercommunication, burglar alarm, fire alarm. life support and a°3.1 security alarms, private and public: telephone. and related telephone interconnect, public address paging, audio, language, electronic, background music s stemless than line volta a or an s st ~ y g y y . em acceptable for class ~two~ wiring for private, commercial, or industrial use furnished b .:~.~leased wire, fre enc modulation o y ~ y r other recording devices; electrical apparatus by means of which electricity is applied~~~to~the~ amplification, transmission, transference record' ing or reproduction of voice, music, sound, impulses and video.. Excluded from this Scope of work - transmission, service and .t. maintenance of background music. All of the above .shall include the installation and transmission over fiber o tics. p SOUND TECHNICIAN: Terminating, operating and. erformin final check-out p g SOUND PERSON B: Wire-pulling, splicin assemblin and g. g installing devices UTILITY WORK: UTILITY TECHNICIAN ,#1: Installation of street~~li hts g and traffic signals, including electrical circuitry, pro rammable controller edestal-mown g ~ p ted electrical meter enclosures and laying of pre-assembled cable in ducts. The layout of electrical systems and communication installation including proper position of trench depths, and radius at duct banks, location fore .manholes, street lights, and traffic signals. UTILITY TECHNICIAN #2: Distribution~of material~at 'ob- site installation of under ~ ~ . ~ ground ducts for electrical, . telephone, cable TV, and communication systems.' The settin leveling, groundin and rackin of g' g g precast manholes, handholes . and transformer pads. ELEC0639A 06/01/1994 Rates Fringes . SAN LUIS OBISPO COUNTY: ELECTRICIANS: a " Work on single family homes and apartments up to and including 4 stories 16.50 3% + 4.70 All other work: Electrical contracts $60,000 or less: Electrician 22.75 3% + 6.05 Cable splicer 25.03 3% + 6.05 Electrical welder 23.89 3% + 6.05 Electrical contracts~$60,001 to $1.5M: Electrician ~ 24.00 3%~+ 6.05 Cable splicer 25.03 3% + 6.05 Electrical welder 23.89 3% + 6.05 Electrical contracts $1.5M and over Electrician ~ 26.00 3% + 6.05 Cable splicer 28.60 3% + 6.05 Electrical welder 27.30 3% +.6.05 . ' ELEC0639B 06/01/1994 Rates Fringes SAN LUIS OBISPO COUNTY: LINE CONSTRUCTION: ~ . 1 Line technic~.an; Line truck operator; Line equipment . .operator 24.00 4% + 5.94 Cable splicer 26.40 4% + 5.94 Line welder 25.20 4% + 5.94 Ground person ~ 18.00 4% + 5.94 ~~~~~~~~~~~~~~~o ~~~~s~~~~~~~~~~~ e~~~~~~~~ _ ELEC0952A 04/01/1994 ~ ~ Rates Fringes VENTtJRA COUNTY ELECTRICIANS: . Area within 3~2 road miles from the nearest basing point: ~ ~ ~ - Electrician 25.90 ~ 3% + 7.00 Cable splicer 28.4 9 3% + 7.00 CA940002 - 15 01/13/1995 Remainder of Ventura County: Electrician 30.90 3% + 7.00 Cable splicer 33.49 3% + 7.00 e FOOTNOTE: Basing points: the main Post office in the cities of Camarillo, Oak View, Oxnard, Santa Paula and Ventura. ELEC0952B 04/01/1994 Rates Fringes VENTURA COUNTY: LINE CONSTRUCTION: Area within 32 road miles from the nearest basing point: Line technician; Heavy equipment operator 25.90 4% + 6.90 Cable splicer 28.49 4r + 6.90 Ground person - 19.4 3 ~ 4 % + 6.9 0 Remainder of Ventura County: Line technician; Heavy equipment operator 30.90 4% + 6.90 Cable splicer ~ 33.49 4% + 6.90 Ground person - truck driver 24.43 4% + 6.90 FOOTNOTE: Basing points: the main Post Office in the cities of Camarillo, .t; Oak View, Oxnard, Santa Paula and Ventura. * ELEC1245A 01/01/1995 Rates Fringes OUTSIDE UTILITY TRANSMISSION WORK: . Line worker; Cable splicer 26.21 4.5% +6.50 Powder worker ~ 24.90 4.5% +6.50 Ground erson ~ 17.04 4.5% +6.50 p Line worker, welding 27.52 4.5% +6.50 SCOPE OF WORK: All outside work on electrical transmission lines, switchyards . and substations, and outside work in electrical utility distribution systems owned, maintained and operated by electrical utility companies,~municipalities, or governmental agencies. ELEV0018A 08/01/1994 CA940002 - 16 01/13/1995 Rates Fringes ELEVATOR MECHANICS 27.83 6.12 n FOOTNOTE: Vacation Pay: 8~ With 5 or more years of service, 6$ for 6 s` months to 5 years service. Paid Holidays: New Years Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day and Friday after, and Christmas Day. ENGI0012F 07/01/1994 Rates Fringes POWER EQUIPMENT OPERATORS: GROUP 1 ~ ~ 22.35 9.65 GROUP 2 23.13 9.65 GROUP 3 23.42 9.65 GROUP 4 23.56 9.65 GROUP 5 ~ ~ 24..66 9.65 GROUP 6 23.78 9.65 GROUP 7 23.89 9.65 GROUP 8 24.99 9.65 GROUP .9 _ 24.01 9.65 GROUP 10 ~ 25.11 9.65 GROUP 11 24.18 9..65 GROUP 12 24.28 , 9.65 GROUP 13 2 4 31 9.6 5 GROUP 14 ~ 24.39 9.65 GROUP 15 24.51 9.65 GROUP~16 24.68 ~ 9.65 GROUP ~17. ~ 24.78 9.65 GROUF..18 24.89 9.65 GROUP~19 25.01 9.65 ~i~. GROUP ~~~2 0 ~ 2 5.18 9.65 • • GROUP ~21 2 5.2 8 ~ 9.65 GROUP. °~~2 • • ~ ~ ~ 25.39 9.65 . ~ GROUP ~ 23 ' ~ ~ 25.51 9.65 GROUP 24 ~ 25.68 9.65 CRANES, PILEDRIVING & HOISTING EQUIPMENT: GROUP •1' ~ 22.35 9.65 ~ . GROUP 2 23.13 9.65 GROUP 3 23:42 _9.65 GROUP 4 23.56 9.65 ~ . GROUP ~5 23.78 9.65 GROUP 6~ 23.89 9.65 GROUP 7 24.01 9.65 GROUP 8 .24.18 ~ 9.65~~ GROUP 9 ~ 24.35 9.65 GROUP 10 25.35 9.65 GROUP 11 ~ 26.35 9.65 GROUP 12 ~ ~ 27.35 9.65 GROUP 13 28.35 9.65 CA940002 - 17 01/13/1995 TUNNEL GROUP: . GROUP 1 23.63 ~ 9.65 GROUP 2 23.92 x.65 GROUP 3 24.06 9.65 f~ GROUP 4 24.28 9.65 GROUP 5 24.39 9.65 GROUP 6 24.51 9.65 GROUP 7 24.81 9.65 DREDGING: Hydraulic suction dredges: Lever operator 24.70 9.65 Deckmate; Watch engineer ~ .24.12 9.65 Winch (stern winch on dredge} 23.57 9.65 Bargehand; Deckhand; Fire person; Oiler; I,eveehand 23.03 9.65 Dozer ~ 24.23 9.65 Clamshell dredges: -Lever operator, 24.70 ~ 9.65 Watch engineer; Deckmate 24.12 9.65 Barge mate 23.64 9.65 Bargehand; Deckhand; Fire person; Oiler 23.03 9.65 POWER EQUIPMENT OPERATOR CLASSIFICATIONS GROUP 1: Barge, brake, compressor operator, Ditch Witch, with ~~~seat or similar type equipment, elevator operator -inside, engineer oiler, generator operator, generator, pump or compressor plant operator, pump operator, signal, switch GROUP 2: Concrete mixer operator - skip type, conveyor operator, fire person, hydrostatic pump operator, oiler crusher (asphalt or concrete plant}, skiploader (when .wheel type up to 3/4 yd. without attachment), soils field technician, tar pot . fire person, temporary heating plant operator, trenching machine operator GROUP~3:~~Equip~nent greaser (rack}, Ford Ferguson (with dragtype attachments), helicopter radio (ground}, power concrete curing machine operator, power concrete saw operator, power - driver jumbo form-setter operator, stationary pipe wrapping and cleaning machine operator . GROUP 4: Asphalt plant fire person, backhoe operator (mini-max or~similar type), boring machine operator, box or mixer (asphalt or concrete}, chip spreading machine operator, concrete pump operator (small portable}, drilling machine operator, small auger n~a~ nnn~ _ ~ Q n, ~ i~ nnc l -n -7-1T-TI r r 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 signal, hydra-hammer-aero stomper, power sweeper operator, roller operator (compacting}; screed operator (asphalt or concrete}, trenching machine operator (up to 6 ft.} GROUP 5: Equipment greaser (grease truck/multi-shift} GROUP 6: Asphalt plant engineer, batch plant operator, bit .sharpener, concrete joint machine operator (canal and similar type}, concrete planer operator, deck engine operator, derrick (oilfield type}, drilling machine operator, bucket or auger types {Caldwell 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}, drillir..g machine operator, hydrographic seeder machine operator {straw, pump 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, glary-Johnson- Bidwell or similar type}, pavement breaker operator {truck mounted} , road o~.l 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 GROUP 7: Asphalt or concrete spreading operator {tamping or 1. finishing}, asphalt paving machine operator {barber Greene or similar type},~backhoe operator (up to and including 3/4 yd.}, small Ford, Case or similar., cast-in-place pipe laying machine operator, combination mixer and compressor operator {gutte work} , compactor., operator {self-propelled} , concrete mixer operator (paving}~ crushing plant operator, drill doctor, .drilling machine operator, bucket or auger types {Caldwell 150 bucket or similar types - Watson 1500, 2000 2500 auger or similar types - Texoma 700, . 800 auger'or ~ ~sii~ilar types - drilling depth _ of . b0' ~ maximum} , .elevating grader ~ operator, grade checker, gradall operator, grouting machine operator, heavy-duty repair person, KalamaZOO ballast regulator or similar type, Kolman belt x loader and similar type, Le Tourneau blob compactor or similar type,.. loader operator (Athey, ; Euclid,.~~ Sierra and similar -types} , pneumatic concrete placing machine operator {Hackley-Presswell or similar type} , pumpcrete ~ operator,' ~ 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. CA940002 - 19 01/13/1995 I including 25 yds.~struck} GROUP 15: 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 16: Rubber-tired earth-moving equipment operator, operating equipment with push-pull system (multiple engine, Euclid, Caterpillar and similar, over 50 cu. yds. struck), tandem tractor o erator (operating crawler type tractors in tandem - p Quad 9 and similar type} GROUP 17: Rubber-tired earth-moving equipment operator, operating in~tandem (scrapers, belly dumps and 'similar types in an combination, excluding compaction units - single engine, up Y to and including 25 yds. struck) GROUP.18: Concrete pump operator, truck-mounted, rubber-tired earth-moving equipment .operator, operating in tandem scrapers, bel~ly.~~ dumps ~ and .similar types in any combination, ~ excluding compaction units single engine, Caterpillar, Euclid, Athey Wagon and similar types with any and all attachments over 25 yds. and u to and ,including 50 cu. yds. struck), rubber-tired earth- p 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 19: Rubber-tired earth-moving equipment operator, operating in tandem~(scrapers, belly dumps and similar types in .an combination, excluding compaction units - single engine, over .Y 50 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- multiple engine, Euclid, Caterpillar and similar type, over 50 cu. yds. struck) . GROUP 21: Rubber-tired earth-moving equipment operator, ~o eratin a ipment with the tandem push-pull system (single . p g ~ engine, up to and including 25 yds. struck} - GROUP 22: 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 alb. 'attachments over ~25 yds. ~ 'and up to ~ and including 50 yds . struck } rubber-tired earth-moving equipment operator, ; . . o eratin with~the tandem push=pull system (multiple engine, up . ~ ,g . to and including 25 yds. struck} GROUP 23: Rubber-tired earth-moving equipment operator, operating equipment with the tandem push-pull system (single CA940002 - 2l 01/13/1995 engine, over 50 yds. struck}, rubber-tired earth-movin e i g qu pment operator, operating equipment with the tandem push-pull system (multiple engine, Euclid, Caterpillar and similar, over 25 yds. • q and up to 50 yds. struck) GROUP 24: Rubber-tired earth-moving equipment operator, E operating equipment with the tandem push-pull system multi le ( p engine, Euclid, Caterpillar and similar type, over 50 cu. yds. struck) CRANES, PILEDRIVING AND HOISTING EQUIPMENT CLASSIFICATIONS GROUP 1: Engineer oiler; Fork lift operator (under 5 tons capacity} GROUP 2: Truck crane oiler GROUP 3: A-frame or winch truck operator; Ross carrier operator (j obs ite } A GROUP 4: Bridge-:type unloader and turntable operator; Helicopter hoist operator GROUP 5: Stinger crane (Austin-Western or similar t e Tu er Yp ) gg .hoist operator (1 drum} GROUP 6: Bridge crane operator; Cretor crane operator; Fork lift operator (over 5 tons}; Hoist operator (Chicago boom and similar type); Lift mobile operator; Lift slab machine o eratar p (Vagtborg and similar types}; Material .hoist operator; Shovel, backhoe, dragline, clamshell operator (over 3/4~yd. and up to 5 .t., cu . yds . mrc } ; Tugger hoist operator GROUP Pedestal crane operator; Shovel, backhoe, dragline,. clamshell operator (over 5 cu. ydsr mrc); Tower crane repair; Tugger hoist operator (3 drum} GROUP 8: Crane operator (up to and including 25 ton ca acit • p y1 r Crawler transporter operator;. Derrick barge operator (up to-.and . includi:rig • •2'5 • ton capacity} ; . Hoist operator, stif f le s ..Gu ~ . g ~ y derrick or similar type pup to and including 25 ton capacity); Shovel , backhoe, dragline, clamshell..operator.. (over 7 cu. t yds:~ GROUP 9.: Crane operator (over- ~2 5 tons and up ..to and includin g. 50 tons mrc~; Derrick barge operator (over 25 tons up to and . including 50~tons mrc}; Highline cableway operator; Hoist operator, stif f legs., Guy derrick or similar type (over 25 tons . up to and including 50 tons mrc}; K-crane operator; Palar crane operator; Tower crane operator GROUP 10: Crane operator (over 50 tons and up to and includin g CA940002 - 22 Ol/13 /i 9A~ 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) 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 Marc}; 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 hype (over 300 tons}; Mobile tower crane operator (over 300 tons} r • 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 } s 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: Sackhoe operator (up to and including 3/4 yd.}; Small . Ford, ~ ' 'Case' ' or' 'similar; Drill doctor; Grouting machine operator; Heading shield operator; Heavy-duty repairperson; Loader operator (Athey, Euclid, Sierra and similar types}; Mucking machine operator (1/ 4 yd. , rubber-tired, rail or..track type} Pneumatic concrete placing machine operator~(Hackley-Presswell or similar~~~ type); Pneumatic heading shield (tunnel; Pumpcrete gun operator; Tractor compressor drill combination operator; Tugger hoist. operator (2 drum}; Tunnel loco~aotive operator (over 30 tons) GROUP 6: Heavy-duty repair/welder combination GROUP 7: Tunnel mole boring machine operator . CA940002 - 23 01/13/1995 1 n IRON0001C 07/01/1994 Rates Fringes VANDENBERG AIR FORCE BASE: IRONWORKERS: Ornamental, reinforcing and structural 2.4.58 11.92 Fence erector 23.69 11.92 IRONOOOIF 07/01/1994 Rates Fringes REMAINDER OF COUNTIES AND PARTS OF COUNTIES: IRONWORKERS: Ornamental., reinforcing and structural ~ 21.58 11.92 Fence erector - - - - 2 0.69 - 11.9 2 r LAB00001B 07/01/1994 - Rates Fringes BRICK TENDER 16.86 8.51 i LAB00002B 01/01/1992 Rates Fringes KERN COUNTY: i_ PLASTERER TENDER: Edwards Air Force Base; Elk Hills' -Naval Reserve; and Naval Air Weapons Station, China Lake 18.64 7.91 Remainder of Kern County 14.96 7,91 LAB00002D~ 07/01/1994 ~ . - ~ ~ ~ Rates Fringes SAN LUIS OBISPO AND ~ SANTA .~SARBARA~~ COUNTIES : ~ - - ~ ~ ~ PLASTERER TENDER: ~ San~Luis Obispo County and Santa Barbara County (north part): Work on single family homes .and apartments up to and including 3 stories - CA940002 - 24 01/13/1995 (does not apply to Vandenberg Air Force Base, Point Arguello or Camp . .R ~ Roberts ~ 14.13 8.2 9 All other work 16.98 8.29 Santa Barbara County (south part: Work on single family homes and apartments-up to and including 3 stories 14.13 8.29 .All other work 17.98 ~ 8.29 o~w---- ~ ~ LA8O0002H 07/01/1994 Rates Fringes LABORERS: GROUP 1 16.61 8.51 GROUP 2 17.01 8.51 GROUP~3~• 17.21 8.51 GROUP ~ 4 18.2 6 8.51 - GROUP 5 - - 18.4 6 8.51 r TUNNEL LABORERS: ' GROUP ~1 19.52 8.51 GROUP. 2 19.64 8.51 GROUP 3 19.8 0 ~ ; 8.51 GROUP 4 20.08 8.51 WORD{ •ON SINGLE FAMILY HOMES AND APARTMENTS `UP TO -AND INCLUDING 3 STORIES: ~ . Landscape~~laborer, clean-up.; fencing (chain link and wood } ~ 12.7 9 8.51 All- other work on .single family homes and apartments up to and including 3 stories 13.79 8.51 GUNITE LABORERS: GROUP 1 19.86 9.96 GROUP~2 18.91 9.96 GROUP 3 ~ 16.40 9.96 HOUSEMOVERS (ONLY WHERE HOUSEMOVING~IS INCIDENTAL TO A ~ CONSTRUCTION CONTRACTS ~ , s ~ ~ ~ . . Housemover ~ ~ _ . ~ ~ 15.3 7 ~ ~ 8.19 U Yard maintenance person ~ 15.12 8.19 LABORER CLASSIFICATIONS GROUP 1: Cleaning and handling. of panels, forms; Concrete screeding for rough strike-off; Concrete, water curing; Demolition laborer, the cleaning of brick and lumber; Dry packing CA940002 - 25 01/13/1995 Includes site mobilization, initial site clean-up, site preparation, removal of asbestos-containing material and toxic waste (including lead abatement and any other toxic materials}, encapsulation, enclosure and disposal of asbestos- , containing materials and toxic waste (including lead abatement and any other toxic materials} by hand or with equipment or ~.a machinery; scaffolding, fabrication of temporary wooden barriers and assembly of decontamination stations. LA8O0300A 06/29/1994 Rates Fringes LOS ANGELES AND ORANGE COUNTIES: PhASTERE~ TENDER: ` Work on single family homes and apartments up to and including 3 stories .16.69 8.24 All other work ~ 19.69 8.24 ---.'~---------~°----~~~----~------~-~r--.~--~-----~--~reov-~--mss LA8O0585A 08/01/1994 ` Rates Fringes VENTtJRA COUNTY . PLASTERER TENDER: Work on single family homes and apartments not to exceed 2 stories in height 15.48 8.29 All other work 17.48 8.29 LABO0783A 07/01/1994 ' Rates Fringes IMPERIAL, INYO, MONO, RIVERSIDE AND SAN BERNARDINO COUNTIES: PLASTERER TENDER: Work on single family homes . . and apartments up to and including 3 stories: Plasterer tender 16.90 9.04 Plasterer clean-up laborer 13.56 9.04 All other work: Plasterer tender 19.90 9.04 Plasterer clean-up laborer ~ 16.56 9.04 FOOTNOTE: Work at Fort Irwin, George Air Force Base, Marine Corps Air Station 29 Palms, Marine Corps Logistics~Supply Base, Mountain Warfare Training Center, Naval Air Facility Seeley, and U.S. CA940002 - 28 01/13/1995 Marine Corps Pickle Meadows: $3.00 per hour additional. PASN0036A 01/01/1993 Rates ~ Fringes INYO AND KERN COUNTIES; LOS ANGELES COUNTY (except Pomona area); MONO COUNTY; AND SAN BERHARDINO COUNTY (west of a line north of T~ono including China Lake area, Johannesburg, Boron, south including the Wrightwood area): DRYWALL FINISHER: Kern County (west of the Los Angeles Aqueduct) 19.69 4.69 Remainder of area ~ 23.16 4.69 PAINTERS: Los Angeles County (except Antelope Valley and the Pomona area) - Work ~ on all wood frame structured used for human habitation, including motels and :.convalescent homes 17.15 2.65 ~~~~~~Work on service stations and car washes; small commercial .work (.construction up to and . including 3 stories in height, such as small shopping centers, small z stores, small office :buildings and .small food establishments); small .industrial work .(light metal .buildings, small warehouses, small storage facilities and tilt-up buildings); and tenant improvement work (tenant improvement work' ~ riot' ' ' ' ' ~ ' ' ' ' included in conjunction with the construction of the _ building; including repaint work) (not appl~.cable to any phase of the aerospace industry or to hotels which operate commercial establish- meets as part of the hotel ~ . . service) 19.10 ~ 4.68 All other work: Brush and roller 22.12. ~ 4.68 Paperhanger; Swing stage; CA940002 - 29 01/13/1995 Paste machine operator 22.37 4.68 Sandblast; Spray; Steeplejack 23.12 4.68 t Inyo and Kern Counties; Los Angeles County (Antelope Valley; Mono County; and San Bernardino County (west o f a line north o f Trono including the China Lake area, Johannesburg, Boron, south including the Wrightwood area: Work on wood framed housing, motels and convalescent - homes 15.15 2:65 All other work: Brush & roller 17.68 4.68 Paperhanger; Swing stage; Paste machine operator 17.93 4.68 Sandblast; Spray; Steeplejack ~ 18.68 ~ 4.68 PAIN0048D 01/01/1993 Rates ~ ~ ~ Fringes IMPERIAL COUNTY; LOS ANGELES COUNTY (Pomona area); ORANGE-AND RIVERSIDE COUNTIES; AND SAN BERNARDINO COUNTY (excluding western portiony : DRYWALL FINISHER 21.18 5.94 PAINTERS: Brush ~ 20.70 5.94 Brush, swing stage; Spray 20.95 5.94 Paperhanger; Spray, swing stage 21.20 ~ 5.94 Sandblaster; Iron, steel & . bridge (ground work; Iron, steel & bridge - spray (grounds ; ~ Rigger, climbing steel; 8rush,~cli~irig~steel & bridge 21.45 ~ 5.94 Sandblaster, swing stage; Iron, steel & bridge (swing stagej;~ Iron, .steel & bridge (swing. - stage, sprays 21.70 5.94 Steeplejack 22.45 5.94 PAIN0052A 07/01/1992 ~ Rates Fringes SAN LUIS 0BISP0, SANTA BARBARA AND VENTURA COUNTIES: CA940002 - 30 n~ l13 l~ 44~ DRYWALL FINISHER ~ 22.86 4.45 PAINTERS: Work on single family homes and apartments up to and including 3 stories: Painter, brush 16.15 _ 4.70 Painter, spray 16.65 4.70 All other work: Painter; Pot tender (brush} 20.19 4.70 Paperhanger; Paste machine operator 20.44 4.70 Spray, sandblaster (non-steel}; Waterblaster; Power cleanings (non-steel}; Steam cleaning ' (non-steel } 2 0.69 4.7 0 Sign painter ~ 20.84 4.70 Steeplejack (non-steel} 21.19 4.70 High and hazardous, interior or exterior staging, scaffolding, . bos'n chair, spider -or sWin~ stage: ` 4th or 5th stories: Painter 21.56 4.70 Spray painter, sandblaster, ~ waterblaster;, Power cleaning; Steam cleaning; Steeplejack 22.06 4.70 6th through 10th stories: Painter 22.44 4.70 Spray painter; Sandblaster; ~ . Waterblaster, Power cleaning;.Steam cleaning; Steeplejack 22.94 4.70 10 stories and over: Painter 22.94 .4.70 Spray painter; Sandblaster; Waterblaster; Power cleaning; Steam cleaning 23.44 4.70 . Irori~and~•steel: Iran and steel/brush; Pot tender/ steel _ 21.44 ~ 4.70 ~ ~ ~ . . Iron and steel/spray; Iron " . ~ and steel sandblast power clean ~ 21.94 ~ 4..70 High iron and steel construction; Bridges over 30~ft.: Painter/brush. 22.94 4.70 Painter/steel/spray; Sand- . blaster; Waterblaster 23.44 4.70 CA940002 - 31 01/13/1995 PAIN0132A 11/01/1993 Rates Fringes INYO, KERN, MONO AND SAN LUIS OBISPO COUNTIES: GLAZIER 20.8? 6.07 PAIN4636A 11/01/1994 Rates Fringes LOS ANGELES, ORANGE, RIVERSIDE, SAN BERNARDINO, SANTA BARBARA AND VENTURA COUNTIES: GLAZIER 22.60 T . 50 PAIN1176A 04/01/1993 • Rates Fringes INYO AND MONO COUNTIES: PARKING LOT STRIPI;~1G WORK AND/ OR HIGHWAY MARKING: GROUP 1 ~ 20.93 5.64 GROUP 2 19.88 ~ , ~ 1 5.64 GROUP 3 & GROUP 5 17.79 5.64 GROUP 4 20.93 5.64 Service person (maintenance and repair of equipments (on jobsite only 12.56 5.19 Parking lot, game:.court and playground installer 13.00 5.64 .z.. Protective coating, resurfacing, pavement sealing,. .slurry seal, including repair when done in' conjunction with pavement sealing and slurry seal work 17.93 5.64 Sealer/mixer 17.16 5.64 Applicator operator, shuttle person and squeegee person 15.13 5.64 ~r PARKING LOT STRIPING SAND/OR HIGHWAY MARKING CLASSIFICATIONS GROUP 1: STRIPER: Layout and application of painted traffic ~ . stripes and marking; hot thereto plastic; .tape traffic stripes and markings GROUP 2: TRAFFIC DELINEATING DEVICE APPLICATOR: Layout and ~ application of pavement markers, delineating signs, rumble and traffic bars, adhesives, guide markers; other traffic delineating devices; includes all related surface preparation (sandblasting, waterblasting, grindings as part of the application process CA940002 - 32 01/13/1995 GLAZIER ~ 22.89 ~ 7.05 ~~~~~r.~~~~~~~e~e.r~~~~~~~~e~~e~e~~~~~~~~~~e~~~~~eere~e~~~r~e~eeoeore s~ PAIN17l1A 10/13/1993 Rates Fringes IMPERIAL COUNTY: SOFT FLOOR LAYER 16.95 5.44 ee~eree~~~.s~e~..~eeeeeeeeeeeeee~-eee~~eoee~e.~e~e~.~eeeee~.~ee.~-eeeee PLAS0002B 08/02/1994 Rates Fringes LOS ANGELES, ORANGE, RIVERSIDE, SAN BERNARDINO AND VENTURA COUNTIES : ~ _ . PLASTERER: - Work on single family homes and apartments up to and including 3 stories ~ 21.86 ~ 5.26 All other work 24.86 5.26 a~eeeee~seeeeee-ee-eeeeee-e-e-e-ee~.eeeeeeeee.~eeeeeeo-a~ee-e-ee-see . - 1 PLAS0052B 07/01/1994 . ~ Rates Fringes CEMENT MASONS: Work on wood or metal frame construction of single family residences, apartments and condominiums (does not - ~t. include projects that exceed 3 stories; any utility work, such as telephone, gas, water, sewer and other utilities; or any worl~ outside property lines, including curbs, gutters and sidewalks 15.00 4.17 Work on projects where the total permit value of the~gerieral contract and all subcontracts ~ upon that jobsite is $7.5 million or less: Cement .mason ; Cement mason; Curb and gutter machine; Clary and similar. type of screed operator (cement only; Grinder; . Jackson vibratory, Texas screed and similar type screed operator; Scoring. machine operator 18.30 8.25 CA940002 - 35 01/13/1995 _ Cement mason (magnesite - epoxy~ 18.42 8.25 Cement mason, floating and troweling machine operator 18.55 8.25 All other work: Cement mason, including but not ~s restricted to the following: cellular cement mason, chipping; patching, grinding; setting all concrete forms and perimeter forms, including catch basin structures and drain inlets, setting curb form and plank, setting of lines, stakes and grades; setting screeds, which includes screed pins; cutting scoring and sawing new concrete, plugging, filling Shee-bolt holes; dry packing concrete ~ arid EMBECO ; tending material.. hose--~ on.. _ . slabs, floors and decks; tending mixer-truck chute on slabs, floors and decks; bush hammering; patching and sacking, nodding, tamping, bidwell and .similar type nodding machines, bull floating; Curb and gutter .machine operator; Clary and similar type of screed operator (cement only); .t_ Grinding machine ~ (all types) ; Jackson Vibratory, Texas Screed and similar type ~ . screed operator; Scoring machine operator 20.26- 10.25 . Cement mason (magnesite, magnesite - terrazzo and mastic composition, Epoxy, . ~ ~ ~ ~ ~ ' ~ ' ~ ' 'urethanes and exotic coatings, Dex-O-Tex) .20.38 10.25 Cement, mason floating and ~ ~ . troweling~mmachine operator 20.51 10.:25 PLAS0191B 03/01/1994 - Rates ~ - ~ Fringes INYO, KERN AND MONO COUNTIES: PLASTERERS: Work on housing two stories and CA940002 - 36 01/13/1995 under: Plasterer 16.32 5.41 Nozzle operator 16.58 5.41 All other work: Plasterer 16.92 5.91 Nozzle operator 17.05 ~ 5.91 fv m PLAS0341B 08/07/1993 Rates Fringes SANTA BARBARA COUNTY: PLASTERER 22.10 4.53 ---~--------~---~-.~------~---~--~-~'~--~.~---------------------mss-- PLAS0346B 05/01/1993 . Rates Fringes IMPERIAL COUNTY: 1~ PLASTERER_:_ ~ _ Work on single family homes ~ _and apartments up to and including 3 stories 15.42 5.29 .~A11 other work ~ 18..4 2 5.2 9 A PI~A5~0775B 06/ 01/ 1993 ~ Rates Fringes SAN LUIS ~ OBISPO COUNTY: ~~PLASTERER ~ 21.77 PLUM0016G 07/01/1994 Rates Fringes IMPERIAL LOS ANGELES, ORANGE., RIVERSIDE, SAN BERNARDINO, SAN LUIS OBISPO, SANTA BARBARA AND VENTURA COUNTIES: PLUMBER; STEAMFITTER: Fort Irwin Army Sase, Marine ~ - Corps Logistic Base at Nebo, Marine Corps Logistic Base at Yermo, San Nicolaus Island, and Twenty-Nine Palms Marine Base 31.31 7.54 . Camp~Roberts, George Air Force . Base and Vandenberg Air Force Base ~ 30.06 7.54 CA940002 - 37 01/13/1995 Re~ainder of Counties and arts of p Counties 27.81 ?.54 LANDSCAPE & IRRIGATION WORK: Journeyperson 21.43 7.1d c~ Tradesperson 8.28 2,60 FOOTNOTE: Duties of the landscape & irrigation tradesperson limited to: digging and/or backfilling with the exception of motorized equipment; clean-up and sweeping; pipe wrapping and waterproofing where tar or similar materials is applied for protection; operation of vibrating machines; coating and grouting of all pipe joints, holes or chases allied to the piping. . -~~~--~ee~-----~-----'~--~----~-----~..~-----------~'----~---~-----~ PLUM0250A 09/01/1993 . Rates Fringes LOS ANGELES AND ORANGE COUNTIES: ~ r • REFRIGERATION & AIR CONDITIONING 2?.15 7.40 PLUM0355B 07/01/1994 ' Rates Fringes INYO, KERN AND MONO COUNTIES: . LANDSCAPE FITTER; UNDERGROUND UTILITY wo~KER ~ 22.00 2.70 PLUM0364A 02/01/1993 Rates Fringes RIVERSIDE AND SAN BERNARDINO COUNTIES: REFRIGERATION & AiR CONDITIONING 19.55 1%~+ 5.78 * PLUM0460A 01/01/1995 ~ . .Rates ~ Fringes INYO, KERN AND MONO COUNTIES: PLUMBER; ~STEAMFITTER: Encompasses all the Central Valley; Bakersfield, Lamont, Arvin, . . Frazier Park, Taft, Shafter, Wasco, McFarland, Deleano 23.21 6.48 CA940002 - 38 O1J13J1995 Encompasses Kernville,~ Tehachapi, Lake Isabella, Mohave, Monolith and Weldon 26.21 6.48 a Encompasses the far eastern side of Kern County, which includes a- Edwards Air Force Base, Rosamond, Boron, China Lake Naval Weapons Center, Ridgecrest and all of Ingo and Mono Counties 28.21 6.48 ROOF0027B 09/01/1994 - Rates Fringes INYO, KERN AND MONO COUNTIES: . ROOFER 18.90 6.00 • -oo-ooooo~ro-ooo-oooo-pro-o-o--o-oo-----ooo-rooooa~oo-oo~oooo-ooeoo ROOF0036A 01/01/1994 Rates .Fringes LOS. ANGELES, ORANGE, SAN LUIS 08ISP0, SANTA BARBARA AND vENTURA COUNTIES: ROOFERS : ~ ~ ' ' Roofer 20.27 6.635 Preparer (duties limited to the . following: tear-off and/or ~ . remove any type of roofing or roofing material or spudding, . or sweeping and/or clean-up, and/or preloading, or in preparing the roo f f or application of roofing, damp - and/or waterproofing material) 15.55 1.00 0 00oooo~soo--o -ooosoo-o-- o 00 ---ooo -00OOO0-o- -oo ooo--00ooooso~o- ROOF0045A 01/01/1993 - Rates .Fringes IMPERIAL COUNTY ROOFER 18.70 - 3.38 ROOF0146A 09/01/1992 - ~ - Rates - Fringes RIVERSIDE AND SAN BERNARDINO COUNTIES: ~ ~ ROOFER 18.78 7.50 CA940002 - 39 01/13/1995 SFCA0669B 01/01/1994 Rates Fringes REMAINDER OF COUNTIES AND PARTS OF COUNTIES: SPRINKLER FITTER 27.00 6.73 SFCA0709A 01/01/1992 Rates Fringes LOS ANGELES COUNTY; ORANGE COUNTY (Catalina Island; San Clemente Island; city of Santa Ana; and remainder of Orange County within 25 miles beyond the city limits of Los Angeles); SAN BERNARDINO COUNTY northern part of city of Chino; and cities of Montclair ( and Ontario); VENTURA COUNTY (Port Hueneme; Port Mugu; city of Santa Paula; and remainder of Ventura County within 25 miles beyond the city limits of Los Angeles): ' SPRINKLER FITTER 30.22 11.64 J ~ ~ ~ SHEE0102A 10/01/1994 Rates Fringes INYO COUNTY ; KERN COUNTY (east o f Hwy . 3 9 5 f roan ,Red Mountain to the Inyo county line); LOS ANGELES COUNTY (south 'of a straight line drawn between Go~nan and Big Pines, California; south of Im erial H to the city limits of Long Beach, including the p wY city of. Long Beach and the Island of Catalina); MONO, ORANGE, RIVERSIDE AND SAN BERNARDINO COUNTIES: SHEET METAL WORKER: . Los Angeles County (south of Imperial Hwy. to the city limits of Long ~ Beach, including the City of Long . Beach and the Island of Catalina); . Orange, Riverside and San Bernardino Counties: Work on all general sheet metal, ~ heating and air conditioning, metal fireplace installation, •and solar systems on single ~family~ dwellings, multiple family dwellings, tract homes, and apartment buildings individually. conditioned by separate and independent units or systems 20.63 ~ 8.94 ~ . All other work 23.66 9.04 Inyo County, Kern County (east of CA940002 - 40 O1J13j1995~ _ . Hwy. #395 from Red Mountain to • the Ingo County line, Los Angeles County (south of a straight line drawn between Gorman and Big Pines, California, . and north of Imperial Hwy. to the city limits of Long Beach, excluding the City of Long Beach and the Island of Catalina), and Mono, Riverside and San Bernardino Counties: Work on all general sheet metal, heating and air conditioning, .metal fireplace installation, and solar systems on single family dwellings,-multiple ~family dwellings, tract homes, and apartment buildings .individually conditioned ~ . by separate and independent units or systems 20.41"~ 8.b9 All other work 23.74 8..47 • SHEE01.08A 07f01/1994 Rates. Fringes KERN CGUNTY (west of Hwy. #395 from Red Mountain to the Ingo county line); LOS ANGELES COUNTY (north of a straight line drawn between ~ Gorman and Big Pines , California) SHEET METAL WORKER: 1~esidential~light commercial ~ (10 , 000 sq. ft. or less) 17.18 ? . 95 ~t. All other work 21.73 7.95. SHEE0108~ 08/01/1992 Rates Fringes . LOS ANGELES COUNTY (south of a straight line drawn between Gorman 'and Sig Pines, California; excluding the part south- of Imperial Hwy. ~to. thecity liiaits ~'of ~ Fong Beach, and excluding the city of Long Beach and the Island of Catalina: SHEET METAL WORKER 25.60 8.41 ~~~~~~~~~~~.~~~~~~~~~~~a~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~s~~~~~ SHEE02068 07/01/1994 ~ Rates Fringes IMPERIAL COUNTY: SHEET METAL WORKER 20.85 8.83 CA94~0002 - 41 O1/ 13 / 1995. SHEE0273A 08/01/1994 . Rates Fringes SAN LUIS OSISPO, SANTA BARBARA AND VENTURA COUNTIES: 4~ SHEET METAL WORKER 24.dd 8.38 TEAMOOIIA 07/01/1994 Rates Fringes TRUCK DRIVERS: Camp Roberts; Edwards. Air Force Base; E1 Centro; Fort Irwin; George Air Force Base.; Mountain - . Warfare Training Center (Bridgeport); Naval Air Facility; Naval Air Weapons Station, China Lake; Nebo Marine Ballistic Base (Yermo~ ; Point Arguello; Point Conception; Twenty-Nine . Paps Marine Base; and Vandenberg Air force Base: . GROUP 1 2 0.79 ~ 11.54 GROUP 2 2 0.94 , ~ ; 11.54 GROUP 3 21.07 11.54 GROUP 4 ~ 21.12 ~ 11:.54 GROUP 5 21.2 0 11.'54 GROUP.6 21.32 ~ 11.54 GROUP 7 21.57 11.54. GROUP 8 22.02 :.11.54 GROUP 9 ~ 22.32 ~ 11.54 GROUP 10 ~ 22.82 11.54 Remainder of Counties and . parts of Counties: . .GROUP 1 18.79 .11.54 ' GROUP 2 18.94 11.54 GROUP 3 ~ ~ ~ 19 07 11.54 . GROUP . 4" ° 19.12 11.54 GROUP 5 19.20 11.54 GROUP 6 19.32 ~ 11.54 GROUP ? ~ 19.57 ~ 11.54 . GROUP 8 20.02 ~ 11.54 GROUP 9 20.32 ~ 11.54 GROUP 10 20.82 11.54 TRUCK DRIVER CLASSIFICA'~IONS GROUP 1: Teamster CA940002 - 42 ~ 01/13/1995 GROUP 2: Driver of vehicle or combination of vehicles of 2 axles (including all vehicles less than 6 tons); Traffic control pilot car, excluding moving heavy equipment permit load GROUP 3: Truck-mounted power broom GROUP 4: Driver of vehicles or combination of vehicles of 3 axles GROUP 5: Boot person; Cement distributor; Erosion control driver; Fuel truck; Water truck, 2-axle GROUP 6: Dump, less than 16 yds. .GROUP 7: Transit mix, under 3 yds.; Dumpcrete, less than 6- . 1/2 yds. • GROUP 8: Water truck, 3 or more axles GROUP 9: PB and similar type truck when performing within the Teamsters' jurisdiction; Pipeline and utility working ,m truck including Winch, but limited to truck applicable to pipeline and uti~.ity work, where a composite crew is used; Slurry driver; Truck greaser and tire worker (50 cents per hour additional for tire} GROUP 10: Water pull twin engine;. Water pull twin engine with attachments FOOTNOTE Winch truck driver - $1.25 additional when operating winch or :similar special attachments. ~ . .t WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. N~ ~N N Unlisted classifications needed for work .not included within the scope of the classifications listed may be added after ~ ~ ~ ~ ~ ~ award only as provided in the labor standards contract clauses (29 CFR 5.5 (a) (1) (v)) . ----r N~~~ - ~ -------~-r---- ~ In the listing above, the "SU" designation means that rates listed under that identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. ~ ~ END OF GENERAL DECISION CA940002 - 43 01/13/1995 SECTION 7 CONSTRUCTION DETAILS SECTION ?-1 GENERAL 7-1.01 OBSTRUCTIONS. Attention is directed to Section 8-1.10, "Utility and Non-Highway p ~ Facilities," of the Standard Specification, the plans, and the special provisions. The Contractor will be required to work around public utility facilities and other improvements that are to remain in place within the construction area or that are to be relocated and relocation operations have not been completed. In accordance with the provisions of Article 7-1.11, "preservation of Property," and 7-1.12, "Responsibility for Damage," of the Standard Specifications, the Contractor will be liable to owners of such facilities and improvements for any damage or interference with service resulting from conducting his operations. The exact location of underground facilities and improvements within the construction area shall be ascertained by the Contractor before using equipment that may damage such facilities or interfere with the services. ether forces may be engaged in moving or removing utility facilities or other improvements or maintaining services or utilities. The Contractor shall cooperate with such forces and conduct his operations in such a manner as to avoid any unnecessary delay or hindrance to the work being performed by other such forces. Any delay to the Contractor due to utility relocation whether or not the utility is shown or correctly .located on the plans will not be compensated for as idle time. However, additional contract time commensurate with such delays may be allowed. Prior to commencement of any phase of construction involving landscaping or irrigation systems, the Contractor shall contact the City parks Division at 326-3117 or the property owner for the purpose of ascertaining the locations and current operational status of all landscape irrigation wiring, mainlines, laterals and other facilities. Due care shall be taken to minimize damage to existing irrigation systems and plant materials. The Contractor shall be responsible for repairing and reconnecting severed or damaged lines and/or wiring and replacement of damaged plant material at his own cost. In the event of interruption of irrigation operations due to damage by the Contractor, the Contractor shall be responsible for maintaining the health of plant material in the area for the duration of irrigation interruption. Attention is directed to the fact that nuisance water may be present at all times along the project. It will be the responsibility of the Contractor to provide for handling of said water and any expense involved shall be considered as included in the prices paid for the various items of work and no additional allowance will be made therefor. Except in the case of extra work, full compensation for conforming to the requirements of this article shall be considered as included in the prices paid for the various items of work and no additional compensation will be made therefor. 7-1.02 MAINTAINING TRAFFIC. The Contractor shall furnish, install and maintain signs, lights, flags and other warning and safety devices when performing work which interferes with or endangers the safe movement of traffic on any street or highway. Signs, lights, flags and other warning and safety devices and their use shall conform to the requirements set forth in the current "Manual of Traffic Controls -Warning Signs, Lights, and Devices for Use in Performance of Work Upon Highways," published by the State of California, Department of Transportation. Application and use of devices shall be as specified and as directed by the Engineer. The Contractor shall keep the Bakersfield Fire Department informed at all times as to the exact location and progress of the work and shall notify them immediately of any streets impassable for fire fighting equipment. 20 _ The sixteenth and nineteenth paragraphs of Section 7-1.08, "Public Convenience," of the Standard Specifications, shall be amended to read as follows: Construction operations requiring lane closures shall be actively in progress only between the hours indicated below, Monday through Friday, except legal holidays. Street Direction of Travel Hours Min Ave eastbound 8:30 AM to 4:30 PM Min Ave westbound 7:00 AM to 4:30 PM ~ Stockdale Hwy eastbound 8:30 AM to 4:30 PM Stockdale Hwy westbound 7:00 AM to 4:30 PM Where construction operations are actively in progress, a minimum of one traffic lane, not less than twelve feet in width, shall be open for use by public traffic. Where construction operations are not actively in progress all lanes shall be open for use by public traffic. Public traffic may be permitted to use the shoulders and, if half width construction methods are used, may also be permitted to use the side of the roadbed opposite to the one under construction. No additional compensation will be allowed for any shaping of shoulders necessary for the accommodation of public traffic thereon during paving operations. In order to expedite the passage of public traffic through or around the work and where ordered by the Engineer, the Contractor shall, at his own expense, furnish, install and maintain construction area signs, lights, flares, temporary railing (Type K), barricades, and other facilities for the sole convenience and direction of public traffic. Also, where directed by the Engineer, the Contractor shall furnish competent flagmen whose sole duties shall consist of directing the movement of public traffic through or around the work. When deemed necessary by the City, the signs "Road Construction Ahead," No. C-18, and "End Construction," No. C-13, shall be furnished, m installed and maintained by the Contractor at locations as directed by the Engineer at least 48 hours in advance of any construction. t The Contractor shall report all accidents to the Engineer. PAYMENT. Full compensation for conforming to the requirements of this article shall be considered as included in the prices paid for various items of work and no additional allowance will be made therefor. 7-1.03 EXISTING HIGHWAY FACILITIES. The work performed in connection with various existing facilities shall conform to the provisions in Section 15, "Existing Highway Facilities," of the Standard Specifications and these special provisions. Existing City highway signs and street markers shall remain the property of the City. Such signs and street markers shall be relocated and maintained during construction so as to convey the same intent that existed prior to construction. Existing City highway signs and street markers shall be placed in their permanent position by the Contractor's forces prior to completion of construction. Signs removed from the project area shall be delivered to the City Corporation Yard at 4101 Truxtun Avenue. PAYMENT. Full compensation for conforming to the requirements of this article shall be considered as included in the prices paid for the various items of work and no additional allowance will be made therefor. 7-1.04 CLEARING AND GRUBBING. Clearing and grubbing shall conform to the provisions in Section 16, "Clearing and Grubbing," of the Standard Specifications and these special provisions. Clearing and grubbing shall be limited to those areas actually affected by the planned construction as directed by the Engineer. 21 7-1.05 DUST CONTROL. It shall be the Contractor's responsibility to prevent a dust nuisance from originating from the site of the work as a result of his operations, or the traveling public, during the effective period of this contract. Preventative measures to be taken by the Contractor shall include but shall not be limited to the following: 1. Water shall be applied to all unpaved areas as required to prevent the surface from becoming dry enough to permit dust formation. 2. Paved surfaces over which vehicular traffic is permitted to travel shall be kept free of y dirt. Temporary suspension of the work, either as a result of order by the Engineer, or as a result of conditions beyond the control of the Contractor shall not relieve the Contractor from his responsibility for dust control as set forth herein. PAYMENT. Full compensation for conforming to the requirements of this article shall be considered as included in the prices paid for the various contract items of work and no additional compensation will be allowed therefor. 7-1.46 FINISHING ROADWAY. Finishing roadway shall conform to the provisions in Section 22, "Finishing Roadway," of the Standard Specifications and these special provisions. In addition to the conditions, provisions and requirements of Section 22-1.01, "Description," of the Standard Specifications, the following shall apply: The Contractor shall remove, from all affected areas, whether inside or outside the project limits, all excess and/or objectionable material originating within the project limits and transported by public traffic or by the Contractor's operations. The Contractor may use any method, approved by the Engineer, that does not create a dust problem to remove the excess and/or objectionable material from the affected areas. However, in residential areas, when a broom is used, aself-contained,, pick-up type, power broom with water distribution system shall be used. PAYMENT. The first paragraph in Section 22-1.03, "Payment," of the Standard Specifications, is amended to read: Full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in finishing the entire project, including all ramps, connecting roads and streets, frontage roads, road approaches, and channelized intersections, whether inside or outside the highway right of way, and all other areas, whether inside or outside the project limits, affected by public traffic or by the Contractor's operations, all as shown on the plans, and as specified in the Standard Specifications and these special provisions, and as directed by the Engineer, shall be considered as included in various items of work and no additional compensation will be made therefor. 22 7-1,07 MISCELLANEOUS CONCRETE CONSTRUCTION, Portland cement concrete curbs, median curbs, sidewalks, wheelchair ramps, cross drains, drive approaches, driveways and miscellaneous construction shall conform to'the provisions in Section 73, "Concrete Curbs and Sidewalk," of the Standard Specifications and these special provisions. MEASUREMENT AND PAYMENT. Quantities of minor concrete used in wheelchair ramp construction g. shall be considered as minor concrete (wheelchair ramp) and paid for at the contract price each for minor concrete (wheelchair ramp). y Quantities of minor concrete (curb and gutter) shall be paid for at the contract price per linear foot. Measurement of which shall be the actual lengths in the field, including breakdowns for wheelchair ramps and driveways. Quantities of minor concrete (sidewalk) shall be paid for at the contract price per square foot of sidewalk. The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in constructing wheelchair ramps, and adjacent curb and gutter, complete in place, including excavation, concrete removal, pavement removal, paving tie-in per Standard S-6 and subgrade preparation, as shown on the plans, and as specified in the standard specifications and the special provisions, and as directed by the Engineer. 7-1.08 CONDUIT, Conduit shall conform to the provisions in Section 86-2.05, "Conduit," of the Standard Specifications and these special provisions. Conduits may be installed by either jacking/drilling or open trench methods. Installation using jacking or drilling shall conform to Section 86-2.OSC, "Installation," of the Standard Specifications. Open trench installation in pavement shall conform to the following specifications: 1. Conduit shall be rigid non-metallic type. Conduit shall be placed under existing pavement in a trench not to exceed 6 inches in width. Trench shall be cut using a rock saw and all loose uncompacted material shall be removed from the bottom of the trench prior to placement of conduit. The trench shall have a minimum depth of 18 inches below finished grade. 2. The conduit shall be placed in the bottom of the trench and the trench shall be backfilled with a one (1) sack slurry cement backfill. Slurry cement backfill shall be placed to within 0.20 feet of the pavement surface. The. top 0.20 feet shall be backfilled with asphalt concrete produced from commercial quality paving asphalt and aggregates. 3. Prior to spreading asphalt concrete, paint binder shall be applied as specified in Section 39-4.02, "Prime Coat and Paint Binder," of the Standard Specibcations. Spreading and compacting of asphalt concrete shall be performed by any method which will produce an asphalt concrete surface of uniform smoothness, texture, and density. 4. All excavated areas in the pavement shall be backfilled except for the top 0.20 foot, by the end of each work day. The top 0.20 ffoot shall be placed within three (3) working days after trenching. Temporary roadmix or other acceptable temporary surface will be allowed on the top 0.20 feet until such a time as the permanent asphalt surface is. placed. 7-1.49 PULL BOXES. Pull boxes shall conform to the provisions in Section 86-2.06, "Pull Boxes," of the Standard Specifications and these special provisions. Recesses for suspension of ballasts will not be required. 23 7-1.10 TRAFFIC SIGNAL INTERCONNECT. Signal Interconnect Cable shall be six pair cable as shown on Tans and shall conform to the provisions in Section 86-2.08E, "Signal Interconnect Cable," of P the Standard Specifications and these special provisions. PAYMENT. Full compensation for installing traffic signal interconnect including conduit, cable, modem, wiring, pull boxes, 'LB' connectors, sidewalk replacement, excavation, trenching, backfilling and pavement patching shall be considered as included in the contract price paid per lineal foot of Traffic Signal Interconnect, and no separate payment will be made therefor. y y Conduit for telephone modem shall be considered Traffic Signal Interconnect for payment purposes. The telephone modem conduit shall be installed with a pull rope per the Standard Specifications. 7-1.11 DETECTORS. Detectors shall conform to the provisions in Section 86-5, "Detectors," of the Standard S ecifications and these special provisions. Location and layout of detector loops shall be as directed by p the Engineer. CONSTRUCTION MATERIALS: Loop detector lead-in cables shall conform to the provisions in Section 86-5.01A (4), "Construction Materials," of the Standard Specifications and these special provisions. Loop detector lead-in cables shall be Type B, and shall conform to the following: Loo wires in the ull box shall be twisted at a minimum rate of 5 turns per foot, and the splice must be p p soldered and completely waterproof. Connect one end of the shield to earth ground {at cabinet) and insulate the other end with no possible path to earth ground. v All s ade connectors used to attach to terminals inside the controller cabinet shall be crimped and P soldered to the conductor. INSTALLATION DETAILS: Installation details shall conform to the provisions in Section 86-5.01A (5), "Installation .Details," of the Standard Specifications and these special provisions. Slots cut in the pavement shall be blown out and dried before installing inductive loop detectors. After conductors are installed in slots cut in the pavement, the slots shall be filled with epoxy sealant conforming to the requirements in Section 95-2.09, "Epoxy Sealant for Inductive Loops," to within 1/8 inch of the avement surface. The sealant shall be at least 1/2 inch thick above the top conductor in the saw cut. Before p setting, surplus sealant shall be removed from the adjacent road surfaces without the use of solvents. In lieu of the e o sealant s ecified above, slots may be filled with either of the following materials: P xY p 1. An elastomeric sealant conforming to Section 86-5.01A {5} of the Standard Specifications. 2. Asphaltic Emulsion Inductive Loop Sealant conforming to Section 86-5.01A (5) of the Standard Specibcations. Identification of each conductor pair shall consist of labeling the phase and detector slot number (e.g. - 6J2L, 8J8U, 3ISU, etc.) in permanent ink on a tag suitable for such purposes (Stuart Electric Ty Rap, Catalog ~No. TY5532 or approved equal). Detector loops in concrete pads shall be sealed with epoxy sealant. PAYMENT. The contract rice aid for each Detector shall include full compensation for furnishing all p P labor, materials, tools, equipment and incidentals and for doing all the work involved for installing traffic loop detectors. 24 STATE OF CALIFORNIA . Specification Asphaltic Emulsion Inductive Loop Sealant .1.0 SCOPE This specification covers a one component, pourable sand filled, asphaltic emulsion for use in sealing inductive wire loops and leads imbedded in asphalt and portland cement concrete. This sealant is suitable for use in freeze-thaw environments. 2.0 APPLICABLE SPECIFICATIONS The following specifications, test methods and standards in effect on the opening date of the Invitation to Bid form a part of this specification where referenced: American Society for Testing and Materials D2939, D2523 California Test Method No. 434 California Department of Transportation Standard Specifications 1988 State of California Specification 8010-XXX-99 Inspection, Testing and Other Requirements for Protective Coatings Code of Federal Regulations, Hazardous Materials and Regulations Board, Ref. 49CFR. 3.0 REQUIREMENTS 3.1 Composition The composition of the loop sealant shall be a sand filled, pourable, water emulsified bitumen. It will be the manufacturers responsibility to produce aone-component product to meet the properties specified herein. 3.2 Characteristics of the Sealant 3.2,1 Residue by evaporation, weight percent 70 Minimum Use ASTM D2939 3.2.2 Ash content, weight percent 50 to 65 Use ASTM D2939 3.2.3 Firm set time, hours, 4 maximum test at one hour intervals, use ASTM D2939 3.2.4 Brookfield viscosity, Poise SO to 125 RVT Spindle #3,10 RPM at 75 + 2"F. 3.3 Properties of the Dried Film 3.3.1 Flexibility, No full depth Use ASTM D2939, except air dry specimens to cracks constant weight at 75 + Sdeg.F, and 50 + 10% relative humidity. Condition mandrel and , 25 specimens 2 hours at 75 + 2deg.F. before test. Use aluminum panels, 0.03 inches thick (Q panel or equal}. 3.3.2 Tensile Strength, psi, 20 minimum cast sheets 0.25 inches thick and air dry at 75 Sdeg.F, 50 + 10% relative humidity for minimum of 16 hours. Load rate 0.05 inches/minute, use ASTM D2523. 3.3.3 Elongation, % 2.0 minimum Same conditions as 3.3.2 use ASTM D2523 3.3.4 Slant-shear strength to concrete, psi, 150 minimum, Use California Test Method No. 434, Part VIII. Space with no loss damp blocks with 0.25 inches between slant faces, seal of adhesion to sides and bottom with tape and fill with the well stirred concrete sample, strike off the excess. Dry in 140deg.F oven to constant weight and condition 1 day at 75 2deg.F before testing. Load rate to be 5000 lbs/minute. 3.3.5 Resistance to water No blistering, Use ASTM D2939, Alternative B re-emulsification or loss of adhesion w 3.4 Workmanship 3.4.1 The sealant shall be properly dispersed and any settling shall be easily redispersed with minimum resistance to the sideways manual motion of a paddle across the bottom of the container. It shall form a smooth uniform product of the proper consistency. If the material cannot be easily .redispersed due to excessive settlement as described above or due to any other cause, the sealant shall be considered unfit for use. 3.4.2 The sealant shall retain all specified properties under normal storage conditions for 12 months after acceptance and delivery. The vendor shall be responsible for all costs and transportation .charges .incurred in replacing material that is unfit for use. The properties of any replacement material, as specified in Paragraph 3.0, shall remain satisfactory for 12 months from date of acceptance and delivery. 3.4.3 The sealant shall comply with all air pollution control rules and regulations within the State of California in effect at the time the sealant is manufactured. 4.0 QUALITY ASSURANCE PROVISIONS 4.1 Inspection This material shall be inspected and tested in accordance with State of California Specification 8010-XXX-99, or as otherwise deemed necessary. 4.2 Sampling and Testing Unless otherwise permitted by the Engineer, the material shall be sampled at the place of manufacture and application will not be permitted until the material has been. approved by the Engineer. 26 5.0 PREPARATION FOR DELIVERY 5.1 Packaging The sealant shall be prepared in a one package system ready for application. The material shall be furnished in container size as specified in the purchase order or contract. If ordered in 5 gallon size the containers shall be new, round standard full open head with bails, shall be nonreactive with the V. contents, and shall have compatible gaskets. The containers shall comply with the U.S. Department of Transportation or the Interstate Commerce Commission regulations, as applicable. 5.2 Marking All containers of material shall be labeled showing State specification number manufacturers name, date of manufacture and manufacturers batch number. The manufacturer shall be responsible for proper shipping labels as outlined in Code of Federal Regulations, Hazardous Materials and Regulations Board, Reference 49 CFR. 6.0 NOTES 6.1 Directions for Use Saw cuts shall be blown clean with compressed air to remove excess water and debris. The sealant must be thoroughly stirred before use and hand poured into the slots. Due to the sand content of this material, pumping is not recommended. a Any clean up of road surface or tools can be done with water, before the sealant sets. b.2 Patents The Contractor shall assume all costs arising from the use of patented materials, equipment, devices, or processes used on or incorporated in the work, and agrees to .indemnify and save harmless the State of California, and its duly authorized representatives, from all suits at law or action of every nature for, or on account of, the use of any patented materials, equipment, devices or processes. 6.3 Certificate of Compliance The manufacturer shall. furnish a Certibcate of Compliance with each batch of sealant, in accordance with the provision of Section 6-1.07 of California Department of Transportation Standard Specifications, January 1988. ,a 27 AGREEMENT N0. INDEPENDENT CONTRACTOR'S AGREEMENT THIS AGREEMENT is made and entered into on , by and between the CITY OF BAKERSFIELD, a municipal corporation, referred to herein as "CITY" and ,referred to herein as "CONTRACTOR." RECITALS WHEREAS, CONTRACTOR represents CONTRACTOR is experienced and well qualified in the field of ;and WHEREAS, CITY desires to employ CONTRACTOR to as set forth herein. NOW, THEREFORE, incorporating the foregoing recitals herein, CITY and CONTRACTOR mutually agree as follows: 1. SCOPE OF WORK. The scope of work to be performed consists, in general, of The scope of work shall include all items and procedures necessary to properly complete the task CONTRACTOR has been hired to perform, whether specifically included in the scope of work or not. The following shall be deemed to be part of this agreement as if fully set forth herein: 1. Notice to Contractors 2. Special Provisions 3. Bid Proposal 4. Bidder's Bond 5. Performance Bond 6. Material and Labor Bond 7. Letters of transmittal, if any 8. All provisions required by law to be inserted in this contract whether actually inserted or not. 9, Hold Harmless Agreement 10. Current State of California DAS 140 Form (if required by Specifications) 2. COMPENSATION. CONTRACTOR shall be paid for services performed under this Agreement as follows: The total compensation payable under this agreement shall be governed by the terms of the Proposal but shall not exceed, in any event, .The compensation set forth in this paragraph shall be the total compensation for the services provided by CONTRACTOR, including all out-of-pocket costs incurred. CITY shall pay no fee other than the compensation listed in this paragraph unless otherwise agreed 36 to in writing by the CITY. 3. PAYMENT PROCEDURE. CONTRACTOR shall be paid for services rendered after receipt of an itemized invoice for the work completed and approved by CITY in accordance with the terms of this Agreement. Payment by CITY to CONTRACTOR shall be made within forty-five (45) days after receipt and approval by CITY n of CONTRACTOR's itemized invoice. _ 4. WAIVER OF DEFAULT. The failure of any party to enforce against another a provision of this Agreement shall not constitute a waiver of that party's right to enforce such a provision at a later time, and shall not serve to vary the terms of this Agreement. 5. ATTORNEY'S FEES. In any action arising from or related to the terms of this Agreement, the prevailing party shall be entitled to recover its attorneys' fees and court costs and other nonreimbursable litigation expenses, such as expert witness fees and investigation expenses, whether or not such action proceeds to judgment. 6. LICENSES. CONTRACTOR shall, at its sole cost and expense, keep in effect or obtain at all times during the term of this Agreement any licenses, permits and approvals which are legally required for CONTRACTOR to practice its profession. 7. LITIGATION. In the event litigation is commenced involving this contract, CONTRACTOR, at the request of the CITY, shall assist CITY in the litigation. 8. STANDARD OF PERFORMANCE.AII work shall be performed in conformity with all legal requirements and industry standards observed by a competent practitioner of the profession in California. 9. MERGER AND MODIFICATION. This contract sets forth the entire Agreement between the 4 parties and supersedes all other oral or written representations. This contract may be modified only in a writing .approved by the City Council and signed by all the parties. 10. EXHIBITS. In the event of a conflict between the terms, conditions or operations set forth herein and those in exhibits attached hereto, the terms, conditions, or specifications set forth herein shall prevail. All exhibits to which reference is made in this Agreement are deemed incorporated in this Agreement, whether or not actually attached. 11. CONFLICT OF INTEREST. CONTRACTOR stipulates that corporately or individually, the firm, its employees and subconsultants have no financial interest in either the success or failure of any project which is dependent on the results of the studies prepared under this Agreement. 12. TERMINATION. This Agreement may be terminated by any party upon ten (10} days written notice to all other parties. 13. COMPLIANCE WITH ALL LAWS. CONTRACTOR shall, at CONTRACTOR's sole cost, comply with all of the requirements of Municipal, State, and Federal authorities now in force, or which may hereafter be in force, pertaining to this Agreement, and shall faithfully observe in all activities relating to or growing out of this Agreement all Municipal ordinances and State and Federal statutes, rules or regulations now in force or which may hereafter be in force. 14. INDEPENDENT CONTRACTOR. This Agreement calls for the performance of the services of CONTRACTOR as an independent contractor, and CONTRACTOR will not be considered an employee of the CITY for any purpose and is not entitled to any of the benefits provided by CITY to its employees. This Agreement shall not be construed as forming a partnership or any other association with CONTRACTOR other than that of an independent contractor. CONTRACTOR shall have no authority beyond that given in this Agreement to act on 37 behalf of CITY as an agent nor to bind CITY to any obligation not expressly authorized herein. 15. INSURANCE, In addition to any other form of insurance or bond required under the terms of this Agreement, the CONTRACTOR shall procure and maintain for the duration of this Agreement the following types and limits of insurance, otherwise referred to as "basic insurance requirements"; a. Automobile liability insurance, providing coverage on an occurrence basis for bodily injury, including death, of one or more persons, property damage and personal injury, with limits of not less than one million ($1,000,000) per occurrence; and b. Broad form commercial general liability insurance, providing coverage on an occurrence basis for bodily injury, including death, of one or more persons, property damage and personal injury, with limits of not less than one million ($1,000,000) per occurrence; and c. Workers' compensation insurance with statutory limits and employer's liability insurance with limits of not less than one million ($1,000,000) per accident. _ Insurance is to be placed with insurers with a Bests' rating of no less than A:VII, This requirement may be waived at the CITY'S sole discretion. All policies required of the CONTRACTOR hereunder shall be primary insurance as respects the CITY, its mayor, council, officers, agents, employees and volunteers and any insurance or self-insurance maintained by the CITY, its mayor, council, officers, agents, employees and volunteers shall be excess of the CONTRACTOR's insurance and shall not contribute with it. The automobile liability policies shall provide coverage for owned, non-owned and hired autos. The liability policies shall provide contractual liability coverage for the terms of this Agreement. The liability policies shall contain an additional insured endorsement in favor of the CITY, its mayor, council, officers, agents, employees and volunteers. The workers' compensation policy shall contain a waiver of subrogation endorsement in favor of the CITY, its mayor, council, officers, agents, employees and volunteers. All policies shall contain the following endorsement: An endorsement providing the CITY with thirty (30) days written notice of cancellation or material change in policy language or terms. All policies shall provide that there shall be continuing liability thereon, notwithstanding any recovery on any policy. The insurance required under this agreement shall be maintained until all work required to be performed under the terms of this agreement is satisfactorily completed as evidenced by formal acceptance by the CITY. All costs of insurance required under this agreement shall be included in the CONTRACTOR'S bid, and no additional allowance will be made for additional costs which may be required by extension of the insurance policies. The CONTRACTOR shall furnish the City Risk Manager with a certificate of insurance evidencing the insurance required under this Agreement. The CITY may withhold payments to CONTRACTOR if certificates of insurance and endorsements required in this Agreement have not been provided. The CONTRACTOR shall be responsible for any deductibles or self insured retentions under all 38 required insurance policies. Insurance in lesser amounts, or lack of certain types of insurance otherwise required by this Agreement of CONTRACTOR, must be declared to and approved in writing by the CITY. However, unless otherwise approved by the CITY, if any part of the work under this Agreement is subcontracted, the "basic insurance requirements" set forth hereinabove shall be provided by or on behalf of all subcontractors even if the CITY has approved lesser insurance requirements for CONTRACTOR. CONTRACTOR shall be responsible for determining and guaranteeing all subcontractors are insured as set forth in this paragraph. lb. INDEMNITY. CONTRACTOR shall indemnify, defend and hold harmless CITY, its officers, agents and employees against any and all liability, claims, actions, causes of action or demands whatsoever against them, or any of them, for injury to or death of persons or damage to property arising out of, connected with, or caused by CONTRACTOR, CONTRACTOR'S employees, agents, subcontractors, or independent contractors or companies in the performance of, or in any way arising from, the terms and provisions of this Agreement whether or not caused in part by a party indemnified hereunder. CONTRACTOR'S duty to defend includes the duty to pay all costs of defense including, but not limited to, reasonable attorney's fees. 17. EKECUTION. This Agreement is effective upon execution. It is the product of negotiation and therefore shall not be construed against any party. 18. NOTICES. All notices relative to this Agreement shall be given in writing and shall be sent by certified or re istered mail and be effective upon depositing in the United States mail. The parties shall be addressed g as follows, or at any other address designated by notice: CITY: ry CITY OF BAKERSFIELD PUBLIC WORKS DEPARTMENT 1501 Truxtun Avenue Bakersfield, California 93301 .CONTRACTOR: 19. FORUM.Any lawsuit pertaining to any matter arising under, or growing out of, this contract shall be instituted in Kern County, California. 20. ASSIGNMENT.This contract shall not be assigned by any party, or any party substituted, without prior written consent of all the parties. 21. BINDING EFFECT.The rights and obligations of this Agreement shall inure to the benefit of, and be binding upon, the parties to the contract and their heirs, administrators, executors, personal representatives, successors and assigns. 22. TITLE TO DOCUMENTS.AII documents laps and drawin s ma s hoto ra hs and other ~p ~ g~ Pip g p papers, or copies thereof prepared by CONTRACTOR pursuant to the terms of this Agreement, shall, upon preparation, become the property of the CITY. 39 23. ACCOUNTING RECORDS.CONTRACTOR shall maintain accurate accounting records and other written documentation pertaining to the costs incurred in performance of this Agreement. Such records and documentation shall be kept at CONTRACTOR's office during the period of this Agreement, and after the term of this Agreement for a period of three years from the date of the final payment under this Agreement, and shall be made available to CITY representatives upon request at any time during regular business hours. . 24. CORPORATE AUTHORITY.Each individual executing this Agreement represents and warrants that they are duly authorized to execute and deliver this Agreement on behalf of the corporation or organization named herein and that this Agreement is binding upon said corporation or organization in accordance with its terms. 25. TAX NUMBERS. CONTRACTOR'S Federal Tax ID Number CONTRACTOR is a corporation? Yes No (Please check one.) ----------ooo---------- 40 IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed, the day and year first-above written. ' "CITY" "CONTRACTOR" p CITY OF BAKERSFIELD By By BOB PRICE ' Mayor Title APPROVED AS TO FORM: By JUDY SKOUSEN City Attorney APPROVED AS TO CONTENT; By RAUL M. ROJAS Public Works Director COUNTERSIGNED: By GREGORY J. KLIMKO Finance Director 41 HOLD HARMLESS AGREEMENT CITY OF BAKERSFIELD r _ IT IS HEREBY AGREED that ,agrees to indemnify and hold harmless the City of Bakersfield, its agents, employees or any other persons against loss or expense including attorneys fees, by reason of the liability imposed by law upon the City, except in cases of the City's sole negligence, for damage because of bodily injury, including death at any time resulting therefrom, sustained by any person or persons, or on account of damage to property arising out of or in consequence of ja~reement name). IT IS FURTHER UNDERSTOOD AND AGREED that the Contractor shall {at the option of the City), defend the City of Bakersfield with appropriate counsel and shall further bear all costs and expenses, including the expense of counsel, in the defense of any suit arising hereunto. DATED Contractor's Name Authorized Signature 42 [To be completed by the Contractor, if he elects to substitute securities in lieu of retention]. ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION THIS ESCROW AGREEMENT is made and entered into by and between whose address is hereinafter called "Owner", whose address is hereinafter called "Contractor" and whose address is T hereinafter called "Escrow Agent". For the consideration hereinafter set forth, the Owner, Contractor, and Escrow Agent agree as follows: 1. Pursuant to Section 22200 of the Public Contract Code of the State of California, Contractor has the option to deposit securities with Escrow Agent as a substitute for retention earnings required to be withheld by Owner pursuant to the Construction Contract entered into between the Owner and Contractor for in the amount of dated (hereinafter referred to as the "Contract"). When Contractor deposits the securities as a substitute for Contract earnings, the Escrow Agent shall notify the Owner within ten (10) days of the deposit. The market value of the securities at the time of the .substitution shall be at least equal to the cash amount then required to be withheld as retention under the -terms of the Contract between the Owner and Contractor. Securities shall be held in the name of ,and shall designate the Contractor as the beneficial owner. 2. The Owner shall make progress payments to the Contractor for such funds which otherwise would be withheld from progress payments pursuant to the Contract provisions, provided that the Escrow Agent hold .securities in the form and amount specified above. 3. Alternatively, the Owner may make payments directly to Escrow Agent in the amount of retention for the benefit of the Owner until such time as the escrow created hereunder is terminated. -1- 43 4. Contractor shall be responsible for paying all fees for the expenses incurred by Escrow Agent in administering the escrow account. These expenses and payment terms shall be determined by the Contractor and Escrow Agent. S. The interest earned on the securities or the money market accounts held in escrow and all interest earned on that interest shall be for the sole account of Contractor and shall be subject to withdrawal by Contractor at any time and from time to time without notice to the Owner. 6. Contractor shall have the right to withdraw all or any part of the principal in the Escrow Account only by written notice to Escrow Agent accompanied by written authorization from Owner to the Escrow Agent that Owner consents to the withdrawal of the amount sought to be withdrawn by Contractor, 7. The Owner shall have a right to draw upon the securities in the event of default by the Contractor. Upon seven (7) days' written notice to the Escrow Agent from the Owner of the default, the Escrow Agent shall immediately convert the securities to cash and shall distribute the cash as instructed by the Owner. 8. Upon receipt of written notification from the Owner certifying that the Contract is final and complete," and that the Contractor has complied with all requirements and procedures applicable to the Contract, Escrow Agent shall release to Contractor all securities and interest on deposit less escrow fees and charges of the Escrow Account. The escrow shall be closed immediately upon disbursement of all moneys and securities on deposit and payments of fees and charges. 9. Escrow Agent shall rely on the written notifications from the Owner and the Contractor pursuant to Sections (4} to (b}, .inclusive, of this agreement and the Owner and Contractor shall hold Escrow. Agent harmless from Escrow Agent's release and disbursement of the securities and interest as set forth above. 10. The names of the persons who are authorized to give written notice or receive written notice on behalf of the Owner and on behalf of Contractor in connection with the foregoing, and exemplars of their respective signatures, are as follows: On behalf of Owner: On behalf of Contractor: Title ~ Title Name Name Signature Signature Address Address -2- 44 On behalf of Escrow Agent: G Tit e. V Name Signature Address At the time the Escrow Account is opened, the Owner and Contractor shall deliver to the Escrow Agent a fully executed counterpart of this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the date first set forth above. Owner Contractor Title Title Name ~ Name Signature Signature -3- 45 GUARANTEE MATERIAL AND WORKMANSHIP CITY QF BAKERSFIELD f Department of Public Works 1501 Truxtun Avenue, Annex Building Bakersbeld, CA 93301 In accordance with the terms of the Contract for: awarded on ,between the City or Bakersfield (hereinafter referred to as "City"), and the undersigned, which contract provides for the installation of ,and other facilities and under which contract the undersigned has installed such facilities, the following guarantee of the .said facilities is hereby made: When the project is completed and accepted, we guarantee the same to be free from imperfect workmanship and/or materials, and we agree to repair and/or replace at our own cost and expense, any and all such work, and/or materials which may prove defective in workmanship or materials within a period of one (1) year from the date of acceptance of the above named construction project, ordinary wear and tear or neglect excepted. We also agree to repair and/or replace, at our own cost and expense, any work and/or materials that _we may disturb or displace in making good such defects. Within twenty-four (2) hours after being notified in writing by the City or the City's representative, or the agent of either of them, of any defects in said work or materials, we agree to .commence and prosecute with due diligence, all work necessary to fulfill the terms of this guarantee and to complete the work within a reasonable period of time, and in the event of our failure to so comply, we collectively and expressly do hereby authorize the City and/or the City's representative, or the agent of either of them, to proceed to have such work done at our expense and we will honor and pay the cost and charges therefor upon demand. This guarantee is made expressly for and runs to the benefit of both the City of the above mentioned construction .project and the City's representative, and shall be enforceable by either of them. DATED Contractor's Name Authorized Signature 46 GUARANTEE EQUIPMENT CITY OF BAKERSFIELD Department of Public Works 1501 Truxtun Avenue, Annex Building ` Bakersfield, California 93301 In accordance with the terms of Contract No. for: awarded on ,between the City of Bakersfield (hereinafter referred to as the City}, and the undersigned, which contract provides for the installation of ,and under which contract the undersigned has furnished and installed such system, the following guarantee of the said system is hereby made. Should any of the equipment installed pursuant to said contract prove defective or should the system as a whole prove defective, due to faulty workmanship, material furnished, or method of installation, or should said system or any part thereof fail to operate properly, as planned, due to any of the above causes, all within , year after ,date on which said contract is ,accepted by the City, the undersigned .agrees to reimburse the City, upon demand, for its expenses incurred in restoring said systems to the condition contemplated in said contract, including the .cost of any equipment or materials replaced, or, upon demand by the City, to replace any such equipment and repair said systems completely without cost to the City, so that they will operate successfully as originally contemplated. , The City shall. have the option to make any needed repairs or replacements itself or to have such replacements or repairs done by the undersigned. Prior to such replacement or repair work being done by the City, the undersigned shall have the option to make any needed repairs or replacements. In the event the City elects to have said work performed by the undersigned, the undersigned agrees that the repairs. shall commence to be made and such materials as are necessary shall commence to be furnished and installed within Twenty-Four {24) hours of the date specified in the City's written notification. Contractor shall .prosecute with due diligence to complete the work within a reasonable period of time, as specified in the City's written notification. Said system will be deemed defective within the meaning of this guarantee in the event that they fail to operate as originally intended by the manufacturers thereof and in accordance with the plans and specifications included in said contract. Date Contractor's Signature Firm Address 47 FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, THAT, WHEREAS, tl~e CITY OF BAKERSFIELD, California, a municipal corporation, hereinafter designated the "Owner," has, on DATE OF AWARD, 19_, awarded to (NAME OF CONTRACTORS , a corporation organized and doing business under and by virtue of the laws of the State of California, hereinafter designated as the "Principal," a contract for the PROJECT DESCRIPTION); and WHEREAS, said Principal is required under the terms of said contract to furnish a bond for the faithful performance of said contract; and NOW, THEREFORE, WE, the Principal, and -(LEAVE BLANK FOR BONDING COMPANY, as Surety, are held and firmly bound unto the Owner in the sum of _(100% OF AMOUNT AWARDED AT COUNCIL MEETING) lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators, aril successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OKLIGATION IS SUCH, that if the above mentioned Principal, his or its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well and truly keep and faithfully perform the covenants, conditions, and agreements in the said contract and any alterations made as therein provided, on his or their part, to be kept and performed at the time and in the manner therein specified, and in all~respects according to their true intent and meaning, and shall indemnify and save harmless, the Owner, its ofbcers and agents as therein stipulated, then this obligation shall become null and void; otherwise it shall be and remain in full force and virtue and Principal and Surety, in the event suit is brought on this bond, will pay to the Owner such reasonable attorney's fees as shall be fixed by the court. A As a condition precedent to the satisfactory completion of .the said contract, the above obligation in the said amount shall hold good for a period of one (1) year after the completion and acceptance of the said work, during which .time if the above mentioned Principal, his or its heirs, executors, administrators, successors, or assigns shall fail to make full, complete, and satisfactory repair and replacements or totally .protect the said Owner from loss of damage made evident during .said period of one year from the date of acceptance of said work, and resulting from or caused by defective materials and/or faulty workmanship in the prosecution of the work done, the above obligation in the said .amount shall remain in full force and effect. However, anything in this paragraph to the contrary notwithstanding, the obligation of the Surety hereunder shall continue so long as any obligation of the Principal remains. Page 1 of 2 48 And the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, or addition to the~terms of the contract or to the work to be performed thereunder or 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, alteration, or addition to the terms of the contract or to the work or to the specifications. Said Surety hereby waives the provisions of Sections 2819 and 2845 of the Civil Code of the State of California. As a part of the obligation secured hereby and in addition to the amount specified therefor, there shall be included costs and reasonable expenses and fee's, including reasonable attorney's fees, incurred by the Owner in successfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered. IN WITNESS WHEREOF, the above mentioned parties have executed this instrument under their seals this day of ,19_, the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. Principal (Seal) Signature for Principal Title Surety (Seal) Signature for Surety Title (Attach notarization form for each required signature.) Page 2 of 2 49 MATERIAL -LABOR BOND KNOW ALL MEN BY THESE PRESENTS, THAT, WHEREAS, the CITY OF BAKERSFIELD, County of Kern, State of California, hereinafter designated the "Owner," has, on - DATE OF COUNCIL MEETING, , awarded to ,NAME OF CONTRACTOR) hereinafter designated as the "Principal," a contract for the construction of (DESCRIPTION OF PROJECT -USE DESCRIPTION FROM FRONT COVER OF SPECIFICATIONS). WHEREAS, said Principal is required to furnish a bond in connection and with said contract, providing that if said Principal, or any of his or its subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the work contracted to be done, or for any work or labor done thereon of any kind, the Surety of this bond will pay the same to the extent hereinafter set forth; NOW, THEREFORE, WE, the Principal, and ,LEAVE BLANK FOR BONDING COMPANY , as Surety, are held and firmly bound unto the Owner the penal sum of (50% OF AMOUNT AWARDED AT COUNCIL MEETINGS dollars lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, ` firmly. by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if said Principal, his or its heirs, executors, administrators, successors, or assigns, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the work contracted to be done, or for any work or labor thereon of any kind or for any amount due under the Unemployment Insurance Code with respect to work or labor performed under the contract, or for any amounts due, or to be withheld pursuant to Sections 1880b of the Revenue and Taxation Code of the State of California with respect to such work or labor, as required by the provisions of Chapter III, Division V, Title I of the Government Code of the State of California, or with respect to any work or labor for which a bond is required by the provisions of Sections 3247 through 3252 of the Civil Code of the State of California, and provided that the persons, companies, or corporations so furnishing. said materials, provisions, or other supplies, appliances, or power use, in, upon, for, or about the performance of the work contracted to be executed or performed, or any person who performs work or labor upon same, or any person who supplies both work and materials, thereto, shall have complied with the provisions of said Civil Code, then said Surety will pay the same in or to an amount not exceeding. the amount hereinabove set forth, and also will pay in case suit brought upon this bond, such reasonable attorney's fees to the Owner as shall be fixed by the court. This bond shall insure to the benefit of the Owners and any and all persons, companies, and corporations and their respective assigns entitled to file claims under applicable State law, including, but not limited to, California Civil Code Section 3181, so as to give a right of action to them or their assigns in any suit brought upon this bond. And the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, or addition of the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall, in any way, affect its obligations of this bond, and it does hereby waive notice of any change, extension of time, alteration, or addition to the terms of the contract or to the work ar to the specifications. Said Surety hereby waives the provisions of Sections 2819 and 2845 of the Civil Code of the State of California. SO IN WITNESS WHEREOF, .the above bounded parties have executed this instrument under their seals this- day of ~ 19_, the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. . Principal (Seal} Signature for Principal Title Surety (Seal} ` Signature for Surety Title 51 This form should be sent to the Joint Apprenticeship Committee of the craft or trade in the area of the site of the public work. If R you have any questions as to the address of the approp date PUBLIC WO KS Joint Apprenticeship Committee, contact the nearest office of CONTRACT AWARD INFORMATION the Division of Apprenticeship Standards DAS). Consult your t~~ephone directory under California, State of, Industrial Relations, for the DAS office in your area. NAME OF CONTRACTOR CONTRACTOR'S STATE LICENSE N0. CONTRACTOR'S MAILING ADDRESS••NUMBER & STREET, CITY, ZIP CODE AREA CODE & TELEPHONE N0. NAME ~ LOCATION OF PUBLIC WORKS PROJECT DATE OF CONTRACT AWARD DATE OF EXPECTED OR ACTUAL START OF PROJECT NAME & ADDRESS OF PUBLIC AGENCY AWARDING CONTRACT ESTIMATED NUMBER OF JOURNEYMEN HOURS . APPRENTICES OCCUPATION OF APPRENTICE NUMBER TO BE EMPLOYED APPROXIMATE DATES TO BE EMPLOYED A Check One Of The Boxes Below: BoX i i _ i We request dispatch of apprentice(s) for this job. Vile voluntarily choose to comply with the applicable Joint Apprenticeship Committee Standards for the duration of this job only, in training the. apprentices{s). We assume no other obligations to the committee or unions under State or Federal laws. Box 2 i - i We request dispatch of apprentice{s} for this job. We do not wish to follow the applicable Joint Apprenticeship Committee Standards in training the apprentices; instead, we agree to employ and train apprentice{s} in accordance with the California Apprenticeship Council regulations governing employment of apprentices on public work projects. VUe assume no other obligations to the committee or unions under State or Federal laws. Box 3 i _ i We are already approved to train apprentices by the applicable Joint Apprenticeship Committee and we will employ and train under the Standards. Box 4 ~ ~ ~ We do not request the dispatch of apprentice{s} since apprentices are not required on this job under the provisions of California Labor Code Section 1777.5, because: Signature Typed Name Title Date State of California Department of Industrial Relations DAS 140 {New 1190) DIVISION OF APPRENTICESHIP STANDARDS