Loading...
HomeMy WebLinkAbout9.1 Corp Yard Storage 4 AGENDA STATEMENT CITY COUNCIL MEETING DATE: August 26, 1985 SUBJECT: City Corporation Yard EXHIBITS ATTACHED: 1) Plans and specifications of the building and site construction plan will be available at the meeting 2 ) Sketch of plan and building RECOMMENDATION: Authorize staff to advertise for bids . FINANCIAL STATEMENT: $90, 500 budgeted in this 1985-86 Fiscal Year for construction. Annual maintenance costs are estimated at $7, 200 . DESCRIPTION: This project will provide for the development of a City storage yard on a 13, 000 square foot portion of City right-of-way at the eastern most end of Scarlett Court, and will provide storage for public works supplies and contractor equipment. This project also provides for the purchase of a prefabricated building which would house a small public works office and restroom, storage of public works equipment, and storage of stolen bicycles . The yard will serve the City' s short term needs provided that the City continued to contract for public works services . The Five Year Capital Improvement Program has this project scheduled for 1985-86, with a budget of $90, 500 . The yard will be constructed under two contracts - one for the site work, and one for the building. The contract for the site work does not include landscaping which will be done by City forces. Staff is requesting authorization to seek bids for both contracts . ITEM NO. 9. / COPIES TO: -C d•\ . P ,_ 1. I.. . 0 <,,, _ _ : . _ ... _. l �/ ,V po,.i ZE -9,„ l n�P - 11‘ �R�� J `� .. . unurf - 5. • pOLFi . t . — ,.=.--;:"--.(- 4:7':...)‘...: " kt,:/...f ki:tc- -- - - - . ya• ------- ----,----------—7 � E,,CtSmJf/ Z. A{ S f DeidALG _ - -- - ..- - \ ,T-_:(,-„,. .::, _ . ) Ac. Nil ` ekm of S 4.—ETr Cr. 'f� t Project 6111 of V f t,) Job No. ui` `1 NICE CORPORAT]ON C0RPoRA?ioi.1 YA,21) Revision = 1 Maintenance — Construction — Engineering By: T 4 betj+);•-• Date: 5•14.g5: Page 1 of J- TOTAL- 96 D • - ./ 4-----N• '1 Rau.-up . ... .. .. . .. .. , o\ ,c L _ 1 I, `& o�'w b _ t)t)/7 001:/4 1 . . ._ _ _ 54.AC E (— 'u_ 5' $' Rau. UP VO _ Project C "Y OF DU (- L- - Job No. 4�4 MCE CORPORATION c0 g.j7. yA2D ISu1L.D IA)C • Revision I Maintenance —Construction — Engineering By: -T. Abe,-11.`. Date: 5--Y-95- Page of o� CITY OF DUBLIN P.O. Box 2340 Dublin, CA 94568 (415) 829-4600 INVITATION TO SUBMIT A PROPOSAL TO CONSTRUCT AN OFFICE/STORAGE BUILDING AT THE CITY CORPORATION YARD Closing date for Submittal of Proposals - September 16, 1985 Contact Person: Jake Abeytia Public Works Dept. City of Dublin P.O. Box 2340 Dublin, CA 94568 ( 415 ) 829-4927 PROJECT DESCRIPTION Furnish all labor, materials, supervision and services to construct a 25 ' wide by 40 ' long with a nominal 10 ' eave height. All work will be done as outlined in document titled, "City of Dublin, Special Provisions Contract #85-5B". All proposals are subject to approval of the City of Dublin Building and Planning Departments. SCOPE OF WORK Work included in this proposal shall consist of the following: 1 . Special Conditions 2. Sitework - By the Owner 3. Concrete 4. Metal Building 5. Doors 6. Electrical Fixtures and Wiring 7. Plumbing and Bathroom Fixtures 1 . SPECIAL CONDITIONS A. GENERAL: The following outline specifications refer to preliminary drawings No. C.Y. - 1 Sheet #1 , titled, "Proposed Corp. Yard Building for City of Dublin" , dated 5-4-85. - All materials, workmanship and services shown and noted herein and on the drawings are to be furnished by Contractor, except as noted. All design, materials and workmanship shall conform to all applicable local and National codes and regulations. Page 1 s ; 1 . Utility connection fees or public assessments . 2. Plan check and building permit fees 3. Street improvements 4. Landscaping and landscape irrigation systems 5. Alarm system or other security ordinance requirements 2. SITEWORK All sitework is by the City of Dublin or its Designated Contractor. . A. BUILDING PAD: Contractor will furnish and install a 6" thick compacted Class II aggregate base pad beneath the new building. 3. CONCRETE: A. SCOPE OF WORK: Provide reinforced concrete footings and a reinforced concrete slab as shown on the preliminary drawings. The concrete slab will be 5" thick with #3 reinforcing steel at 18" o.c. each way. The slab will be 25 ' wide x 40 ' long. All exterior slabs will be broom finish and all interior slabs will have steel trowel finish. B. CRITERIA OF DESIGN: All concrete will have ,a minimum compressive strength of 2000 psi after 28 days, to minimize and control cracking the soil will have a minimum bearing capacity of 2000 psf. 4. METAL BUILDING A. STRUCTURAL SYSTEM: The proposed building addition will be a new pre-engineered building. The dimensions of the building will be approximately 25 ' wide x 40 ' long x 10 ' nominal" eave height. Endwalls will be post and beam type. The building will be designed in accordance with the 1982 UBC, and applicable AISC and AISI standards. Design loading is 12 psf live load, 15 psf wind load. Page 3 s B. METAL ROOF: Furnish and install 28 ga galvanized prefinished roof panels and mastic sealant at all side and end laps for both buildings. The color of the interior and exterior of the panels will be selected by the owner from standard colors. C. METAL WALLS: Furnish and install 28 ga prefinished galvanized steel wall panels on all exterior walls of the building addition. The color of the exterior surface will be selected by the Owner from standard colors. D. TRIM AND FLASHING: Furnish and install standard prefinished eave gutter, gable trim and downspouts. All downspouts empty on grade. Furnish and install prefinished trim as required for a complete weathertight building. E. ACCESSORIES: 1 . Furnish and install two ( 2 ) gravity ventilators with chain-operated dampers in the building. . 2. Install woodframe and sheetrock office, including: a. One exterior, 3 ' x 7 'x 1, 3/4" thick hollow steel with steel frame, lockset, weatherstripping and aluminum threshold. Doors to be painted to match building. b. One interior 3 ' x 7 ' x 1 1 /4" wood door with wood frame, lockset to match exterior door. c. Two (2 ) 4 ' x 3 ' sliding glass windows 3. Install wood frame and sheetrock, handicapped equipped bathroom, including all plumbing fixtures. Bathroom must be constructed per Title 24 Standards. • 4. Furnish and install 28 ga prefinished steel wall panels (25 ' ) as interior wall-divider between Public Works storage area and Police storage area. 5. DOORS . A. TRUCK DOORS: Furnish and install two ( 2 ) 8 ' x 8 ' standard sectional doors, manually operated, factory primed. Page 4 a 6. ELECTRICAL FIXTURES AND WIRING Contractor will furnish and install all electrical fixtures and wiring. Includes 52 L.F. of flourescent light fixtures. 7. PLUMBING AND BATHROOM FIXTURES Contractor will furnish and install all plumbing and bathroom fixtures. Additional information to be provided by contractor as part of proposal: 1 . A brief statement of the general background capabilities and financial stability. 2. A detailed statement of direct relevant experience with similar projects. 3. The name of the individual proposed as the project leader as well as the person' s experience and position with the firm. Information to be provided by City: • 1 . Existing site information and maps. 2. Floor plan of Proposed Building. Selection Process: Ten ( 10) copies of your proposal should be submitted to the City Manager by 12: 00 noon, September 16, 1985. Following a review of the proposals, the City may elect to conduct interviews with qualified firms. Pre - Bid Conference: A "Pre - Bid Conference" of this project will be held Tuesday September 3, 1985 commencing at 11: 00 n.m. Those persons interested are to meet at Dublin City Hall, 6500 Dublin Boulevard. Representatives of the City will be present to display the project and answer all questions. - All prospective bidders are encouraged to attend. Page 5 • • 1 • • 050.�4< �o�* Notes Q 5 1. ,Bathroom must be handicap equipped ��0 R��ur fl°° per Title 24 of State Building Code. ' ' Pbl 2. Interior electrical outlets will be Rk)>) �7 GFI and exterior will have waterproof y � © covers. J •o�?v,? 3. Flourescent lighting to be ceiling {,∎? ^��� attached and installed as follows: •a ti 'y v - Police Storage 2 - 8' sections QoQ' / u,j' /'1' centered i. q �/�°/ )61/ 114P 61 ( _, - Public Works Storage 3 - 8' O �r n ._ sections centered ��° ''''''''''''''''''''''''',0 - Office - 1 - 8' section centered - Bath - 1 - 4' section centered J All lighting must be double-switched. 4. Roll-up doors to have separate outside locking device. q:1 GI . OCI CI a RPM 0' • N V o� ' .,o t6 1 •n� oQ V +�i���� 9Sb `ol�v 1+ y`�`al - �o� � 0 a+y `a�,a a�yC'W�a ! • • Floor Plan City of Dublin SCALE:1/4 11 11 APPROVED BY: DRAWN BY J A .. / - DATE: 5•l•V7 REVISED B•S•�7 Reduced Copy Corp . Yard Building r . DRAWING NUMBER C/ -I 11 11 17 PNINT[O ON NO.100011 CLIARPRINT• • . _: ---d\--- -El . • - ' ' . ..' `O I X`.J` L042G , \_�'`- o C,v 6 i tc r. Q ` 1 /-Gam^= �''+_ m �` " I Sr( ) .3 1 . . , J • ( •.<t) 11. . a 3'0 WIDE Ma.). • C.1-ON z 'SPA-tee CiNOe—Z p,Pc a 6,"vii}.' . _ LAVATORY (SEa 5E�rn1 PtrO4— V-67-,h-c-0,-/4 lUSul.A-C10.1) • AJJ Bkttc CF 5H-S.cc.-r) • Wal:Hung .• tz' t }. t 1!r lei • 30.1 r = E -• Grab Bar I . e...... •IC '�t�S?f-1 -.•I / . e )-.11 .- - ::, 1 I SF r .�s 2<- • � 63o ae Imm 1 • f I h %\t7•' - 1?.--../ . .171.3 en . - .E:_6 mm C - Roll Paper Holder — I -: r .. j. .h O0 / —i�� \ � - .L ......\ J OnJ 'Bk-'� of 5,{V—rT N. i. , .� Q / li V / r v 11 M,h/. I • , f iT. . ■ i g tote: rot- this , nz W . _ iY/ is=nn - dyor 1 I ` open o_:. ._. ' 2S h,rNr, L:),∎ 7-1 our /�-1/N C L ER R . 4 1 T F-1 l 5 o f Li Ems+i t oa,J ,�,+rl! H A V a I H AN 1 C A V TOIL-1 �.1 -ro 1 �,p.- E OEPE',JOtmG) S opAJ SIDE ° DE op rot 7 _ F►ycrv,eES • City of Dublin SPECIAL PROVISIONS CONTRACT # $5-5B CONSTRUCTING PRE-FABRICATED BUILDING FOR CITY CORPORATION YARD SECTION 1. SPECIFICATIONS AND PLANS The work embraced herein shall be done in accordance with the Standard Specifications and the Standard Plans dated July, 1984, of the Department of Transportation, insofar as the same may apply and in accordance with the following special provisions . In case of conflict between the Standard Specifications and these special provisions , the special provisions shall take precedence over and be used in lieu of such conflicting portions . Section 1-1 .40 , "State Contract Act , " of the Standard specifications is amended to read: 1-1.40 State Contract Act . Chapter 1 , Division 2 of the Public Contract Code . The provisions of this act and other applicable laws form and constitute a part of the provisions of this contract to the same extent as if set forth herein in full . Any reference in the specifications and other contract documents to Sections of former Chapter 3 (Sections 14250-14424 inclusive ) of Part 5 of Division 3 of Title 2 of the Government Code shall be deemed to be a reference to the successor section of the Public Contract Code . DEFINITIONS AND TERMS As used herein, unless the context otherwise requires , the following terms have the following meaning: Department of Transportation: The City Council of the City of Dublin, State of California. Director of Transportation: The City Council of the City of Dublin, State of California. Engineer: The City Engineer of the City of Dublin, State of California, acting either directly or through properly authorized agents , such agents acting within the scope of the particular duties entrusted to them. Laboratory: The established laboratory of the Materials and Research Department of the Department of Transportation of the State of California or laboratories authorized by . the Engineer to test materials and work involved in the contract. State: The City of Dublin. Transportation Building , Sacramento City Hall , City of Dublin, State of California. State Highway Engineer: The City Engineer of the City of Dublin, State of California. STANDARD. SPECIFICATIONS. The 1984 edition of the Stan- dard Specifications of the State of California, Department of • Transportation. Any reference therein to the State of California or a State Agency, office or officer shall be inter- preted to refer to the City or its corresponding agency, office or officer acting under this contract. I 5 SECTION 2. PROPOSAL REQUIREMENTS AND CONDITIONS 2-1.01 GENERAL. The bidder' s attention is directed to the provisions in Section 2 , "Proposal Requirements and Con- ditions," of the Standard Specifications and these special provisions for the requirements and conditions which he must observe in the preparation of the proposal form and the submis- sion of the bid. The form of Bidder's Bond mentioned in the last paragraph in Section 2-1.07 , "Proposal Guaranty ," of the Standard Specifications will be found following the signature page of the proposal annexed hereto. 2-1.02 MINORITY BUSINESS ENTERPRISE. ' This project is subject to Part 23, Title 49, Code of Federal Regulations entitled "Participation By Minority Business Enterprise In Department of Transportation Programs." Portions of the Regu- lations are set forth in Section 6-1.05, of these special provisions , and the Regulations in their entirety are incor- porated herein by this reference. Bidders shall be fully informed respecting the require- ments of the Regulations; particular attention is directed to the following matters: (a) A Minority Business Enterprise (MBE) must be a small business concern as defined pursuant to Section 3 of U.S. Small Business Act; (b) An MBE may participate as a prime contractor, subcon- tractor, joint venture partner with a prime or subcontrac- tor, or vendor of material or supplies; (c) An MBE 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 MBE joint venturer must submit either Schedule B of the Regulations -GE California Department of Transportation Form CR5A, "Information for Determining Minority Joint Venture Eligibility"; (d) An MBE must perform a commercially useful function, i .e., must be responsible_ for the execution of a distinct element of the work and must carry out its responsibility by actually performing, managing and supervising the work; (e) Credit for an MBE vendor of materials or supplies is limited to 20 percent of the price unless the -vendor manufactures or substantially alters the goods; 6 (f) An MBE must be certified before credit may be allowed toward the MBE goal. The Department's MBE Directory iden- tifies MBEs which have been certified and others which may • qualify for certification. The MBE directory may be obtained from the Department of Transportation, Plans and Bid Documents , Room 39, Transportation Building , 1120 N Street, P.O. Box 1499, Sacramento, California 95807 (Phone 916 445-3325) , or from the Offices of the Depart- ment of Transportation at Los Angeles, San Francisco, and the District in which the work is situated. (g) Noncompliance by the Contractor with the requirements of the regulations constitutes a breach of this contract and may result in termination of the contract or other appropriate remedy for such breach. • (h) Bidders are encouraged to utilize services offered by banks owned and controlled by minorities or women. 2-1.03 MBE GOALS FOR THIS PROJECT. The Department has established a total Minority Business Enterprise (MBE) par- ticipation goal of ten (10) percent for this project composed of seven (7) percent to ten (10) percent MBE' s owned and con- trolled by minorities and one (1) percent to three (3) percent owned and controlled by women. 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 MBE subcontractors and suppliers, so as to assure meeting the goal for MBE participation. I 7 SECTION 3. SUBMISSION OF MINORITY BUSINESS ENTERPRISE INFORMATION, AWARD, AND EXECUTION OF CONTRACT 3-1.01 GENERAL. The bidder's attention is directed to the provisions in Section 3, "Award and Execution of Contract," of the Standard Specifications and these special provisions for the requirements and conditions concerning submittal of MBE information, award, and execution of contract. 3-1.O1A MBE INFORMATION. The apparent successful bidder ( low bidder) shall submit MBE information to the office at which bids were received no later than 2 p.m. on Friday of the week following bid opening, unless a later time is authorized by the Department. Other bidders need not submit MBE informa- tion unless requested to do so , by the Department. When such request is made, the MBE information of such bidder shall be submitted within 5 days , unless a later time is authorized by the Department. The information shall include: (1) Names of MBEs to be used, with a complete description of work or supplies to be provided by each and the dollar value of each such MBE transaction; (Note: MBE subcontractors for signal and lighting items, if there are such items of work , must have been named in the bid - See section entitled "Subcontracting" of these special provisions) . (2) A "Minority and Female Business Enterprise Question- naire" (Schedule A) for each MBE not already certified; (3 ) Either a Schedule B or California Department of . Transportation form CR 5A, "Information for Determining Minority Joint Venture Eligibility" for each MBE joint venturer . Bidders whose submittal in (1)above indicates they will meet the stated MBE goal need not submit any further MBE infor- mation, unless the Department in its review finds that the goal has not been met, in which case additional information will be requested by the Department. The additional information may be requested to clarify claimed MBE participation, add MBE participation, or demonstrate that a good faith effort was made to meet the MBE goal. Such information shall be submitted promptly upon request by the . Department. It is the bidder's responsibility to meet the goal of MBE participation or to provide information to establish good faith efforts to do so. Such information should include the following : 8 (4) The names and dates of advertisement of each news- paper , trade paper , and minority-focus paper in which a request for MBE participation for this project was placed by the bidder; . (5) The names and dates of notices of all certified MBEs solicited by direct mail for this project; (6) The items of work for which the bidder requested sub-bids or materials to be supplied by MBEs; (7) The names of MBEs who submitted bids for any of the work indicated in (6) above which were not accepted , the name of the subcontractor or supplier that was selected for that portion of work, and the reasons for the bidder's choice. (If the reason was price, give the price bid by the rejected MBE and the price bid by the selected subcon- tractor or supplier) ; (8 ) Assistance that the bidder has extended to MBEs identified in (7) above to remedy the deficiency in the MBEs sub-bids. (9) Any additional- data to support a demonstration of good faith effort, such as contracts with MBE assistance agencies . 3-1.O1B AWARD OE 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 MBE participation or has demonstrated, to the satisfaction of the Department, good faith effort to do so. Meeting the goal for MBE participation or demonstrating, to the satisfaction of the Department, good faith efforts to do so is a condition for being eligible for award bf contract. 9 SECTION 4. BEGINNING OF WORK, TIME OF COMPLETION AND LIQUIDATED DAMAGES Attention is directed to provisions in Section 8-1 . 03 , "Beginning of Work, " in Section 8-1 .06, "time of Completion, " and in Section 8-1 .07, "Liquidated Damages , " of the Standard Specifications and these Special Provisions . The Contractor shall begin work within 15 days after receiving written notice that the contract has been approved by the City Council of the City of Dublin and shall diligently prosecute the same to completion before the expiration of 30 WORKING DAYS The Contractor shall pay to the City of Dublin the sum of $250 per day, for each and every calendar day ' s delay in finishing the work in excess of the number of working days prescribed above . Pre-Construction Conference . Prior to the issuance of the Notice to Proceed, a pre-construction conference will be held at the City Office at 6500 Dublin Blvd. , Dublin for the purpose of discussing with the Contractor the scope of the work, Contract drawings , Specifications , existing conditions , materials to be ordered, equipment to be used, and all essential matters pertaining to the prosecution of the satisfactory completion of the project as required. The Contractor ' s representative at this conference shall include all major superintendents for the work and may include major subcontractors . SECTION 5. GENERAL 5-1 MISCELLANEOUS 5-1.01 PAYMENTS. Attention is directed to Section 9- 1.06, "Partial Payments ," 9-1.07 , "Payment After Acceptance," 4-1.03 B, "Increased or Decreased Quantities," and 4-1.03 D, "Extra Work," of the Standard Specifications and these Special • Provisions. 5-1.02 SOUND CONTROL REQUIREMENTS. Sound control shall conform to the provisions in Section 7-1.O1N, "Sound Control . Requirements," of the Standard Specifications and these Special Provisions. The noise level from the Contractor's operations, between the hours of 9: 00 p.m. and 6: 00 a.m., shall not exceed 86 DBA at a distance of 50 feet. This requirements 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 mayor may not be owned by the Contractor. The use of loud sound signals shall be avoided in favor of light warnings except those re- quired by safety laws for the protection of personnel. Full compensation for conforming to the requirements of. this section shall be considered as included in the prices paid for the various contract items of work involved and no additional compensation will be allowed therefor. 5-1.03 SUBCONTRACTING. Attention is directed to the provisions in Section 8-1.01, "Subcontracting," of the Standard Specifications, Section 2, "Proposal Requirements and Condi- tions," Section 3, "Submission of Minority Business Enterprise Information, Award , and Execution—of Contract," elsewhere in these special provisions and these Special Provisions. • The MBE information furnished under Section 3-l.O1A, "MBE Information," of these special provisions is in addition to the subcontractor information required to be furn, shed under said Section 8-1.01, "Subcontracting." In accordance with the Federal MBE regulations [Section 23.45 (f) (2) Part 23, Title 49 CFR] ; (1) No substitution of an MBE subcontractor shall be made at any time without the written consent of the City, and 11 _ (2) If an MBE subcontractor is unable to perform success- fully and is to be replaced , the Contractor will be re- quired to make good faith efforts to replace the original MBE subcontractor with another MBE subcontractor.. The "Subletting and Subcontracting Fair Practices Act" (Government Code Section 4100-4113, inclusive) applies to the items of signals and lighting and requires subcontractors, if used for such work, to be listed in the prime contractor's proposal : prohibits the substitution of subcontractors, except as therein authorized; and provides for penalties for violations of the Act. Bidders are cautioned that this listing requirement is in addition to the requirement to provide a list of MBE subcontractors after the opening of the proposals. Each bidder shall , with respect to the items of signals and lighting, list in his Proposal : (1) The name and location of the place of business of each subcontractor who will perform work or labor or render services to the prime contractor in or about the construction of the work or improvement, or a subcon- tractor licensed by the State of California who , under subcontract to the prime contractor, specially fabricate' and installs a portion of the work or improvement accord- ing to detailed drawings contained in the plans and speci- fications , in an amount in excess of one-half of one percent of the prime contractor's total bid. (2 ) The portion of the work which will be done by each such subcontractor. Only one subcontractor shall be listed for each such portion. A sheet for listing the subcontractors, as required by the Subletting and Subcontracting Fair Practices Act, is included in the proposal. . 5-1.04 GUARANTY AND BONDS. A material guaranty for a period of one year from the date of "g*cceptance will be required for this contract and shall conform to the provisions in Section 2 -1.12 , "Material Guaranty ," of the Standard Specifications. A guaranty form for this purpose is included in the proposal . . The 2 contract bonds required by Section 3-1.02, "Contract Bonds, " of the Standard Specifications shall continue in-full force and effect for the duration of the guaranty period . Full compensation for furnishing the guaranty and bonds will be considered as included in the contract price or prices paid for the items of work involved and no additional compensation will be allowed therefor . . 12 5-1.05 PROJECT APPEARANCE. The Contractor shall maintain a neat appearance to the work. In any area visible to the public, the following shall apply: When practicable, broken concrete and debris developed during removal of existing concrete and pavement shall be disposed of concurrently with its removal. If stockpiling is necessary, the material shall be removed or disposed of weekly. Full compensation for conforming to the provisions in this section, but otherwise provided for , shall be considered as included in prices paid for the various contract items of work involved and no additional compensation will be allowed there- ' for'. ' 5-1.06 INSURANCE. In lieu of the insurance requirement as referred to in Section 7-1.12, "Responsibility for Damage", the minimum insurance required is as shown on the Certification of Insurance Forms found following the signature page of the - Proposal annexed hereto. The successful bidder shall submit. the Certification of Insurance, properly executed by the car- rier, with the contract documents. The Contractor shall secure and maintain the insurance policies as are required and submit evidence that such insur- ance will be in force for the length of the contract; said policies shall specifically name the City, employees of the City .aszdi Santina & Thompson, Inc. - — .., ed. a,.d A 'c Cu:rurS,JA as a/i, 14l,/red All automobiles and trucks owned , non-owned , or hired , shall be covered in amounts as above by rider or riders to be above mentioned public liability insurance and property damage insurance policy or policies or by special policies of insurance. - In all policies of insurance required pursuant to the provisions of this contract, it shall be provided that the City shall receive not less than thirty(30) days advance written notice of the cancellation, assignment, or change of any policy. As between the Contractor- and - the City, the Contractor shall bear all losses and damages directly or indirectly resul- ting to him, to the City, or to others on account of the character or performance of the work, unforeseen difficulties, accidents, or any other causes whatsoever. . The Contractor shall assume the defense of and indemnify and save harmless the City and City' s officers, agents , and employees from all claims asserted under its care, custody and control ; liability, loss, damage and injury resulting from the nature of work ; the performance of this contract; the owner- . ship, maintenance, or use of motor vehicles in connection therewith; or the act, omission, operation, or conduct of the 13 Contractor or any subcontractor under this contract, or in any way arising out of this contract , irrespective of whether the act, omission, or conduct of the Contractor or any subcon- tractor is merely a condition, rather than a cause, of the claim liability, loss damage, or injury. If, through acts of neglect on the part of the Contractor, any other contractor or any subcontractor shall suffer loss or damage on the work , the Contractor agrees to settle with such other contractor or subcontractor by agreement or arbitration. If such other contractor or subcontractor shall assert any claim against the City on account of any damage alleged to have been so sustained , the City shall notify the Contractor who shall indemnify and save harmless the City against such claim. 5.-1.07 CONTROL OF WORK INSPECTION. Whenever the Con- tractor 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. Control of work shall be in accor- dance with Section 5 of the Standard Specification. 5-1.08 PUBLIC CONVENIENCE AND PUBLIC SAFETY. Attention is directed to. Sections 7-1.08 and 7-1.09 of the Standard Specifications which are modified to provide that all costs required to comply with said sections shall be included in the - prices paid for the various contract items of work and no additional compensation will be allowed therefor. 5-1. 09 (BLANK) 5-1 . 10 . LEGAL RELATIONS AND RESPONSIBILITIES FOR PUBLIC CONVENIENCE. The Contractor shall be responsible for furnishing all necessary construction signs, barricades, cones, delineators, etc., for channeling traffic through construction areas, all costs , therefore, to be assumed by the Contractor and paid for in the various items enumerated in the Engineer's Estimate . 5-1. 11 GENERAL PREVAILING WAGE RATES. Pursuant to Section 1773.2 of the Labor Code (Chapter 785, Statutes of 1971) , the general prevailing wage rates applicable to the contract shall be posted by the Contractor in a prominent place at the site of the work. The prevailing wage rates to be posted at the job site will be furnished by the City. 5-1 . 12 PREVIOUS DISQUALIFICATION, REMOVAL OR OTHER PREVENTION OF BIDDING. Pursuant to Section 14310.5 of the Government Code (Chapter 782, Statues of 1974) the bidder shall complete, under penalty of perjury, the questionnaire in the Proposal relating to previous disqualification, removal or other prevention of bidding of the bidder , or officers or employees of the bidder because of violation of law or a safety regulation. 14 A bid may be rejected on the basis of a bidder , any officer of such bidder , or any employee of such bidder who has a proprietary interest in such bidder , having been disqualified, removed, or otherwise prevented from bidding on, or completing a Federal , State or local project because of a violation of law or a safety regulation. 5-1. 13 - ALTERNATIVE METHODS OF CONSTRUCTION. Whenever certain of the plans or specifications provide that more than one specified method of construction or more than one specified type of construction equipment may be used to perform portions of the work and leave the selection of the method of construc- tion or the type of equipment to be used up to the Contractor, it is understood that the City does not guarantee that every such method of construction or type of equipment can be successfully used throughout all or any part of any project. It shall be the Contractor's responsibility to select and use the alternative or alternatives which will satisfactorily per- form the work under the conditions encountered. In the event some of the alternatives are not feasible or it is necessary to use more than one of the alternatives on any project, full compensation for any additional cost involved shall be consi- dered as included in the contract price paid for the item of work involved and no additional compensation will be allowed therefore. 5-1.14 MBE RECORDS. The Contractor shall maintain re- cords of all subcontracts entered into with certified MBE and female subcontractors and records of materials purchased from certified MBE and female suppliers. Such records shall show the name and business address of each MBE and female subcon- tractor or vendor and the total dollar amount actually paid each MBE and female subcontractor or vendor. Upon completion of the contract , a summary of these re- cords shall be prepared and certified correct by the Contractor or his authorized representative, and shall be furnished to the Engineer within 30 days after acceptance by the Director. 5-1.15 LABOR NONDISCRIMINATIO1 Section 7-1.O1D, "Labor Nondiscrimination," of the Standard Specifications is amended to read: Attention is directed to Section 1735 of the Labor Code, which reads as follows: "No discrimination shall be made in the employment of persons upon public works because of the race, religious creed, color, national origin, ancestry, physical handi- cap , medical condition , marital status , or sex of such persons, except as provided in Section 12940 of the Government Code and every contractor for public works violating this section is subject to all the penalties imposed for violation of this chapter.". 15 Attention is also directed to the requirements of the California Fair Employment and Housing Act (Government Code Sections 12900 through 12996 - State 1980, Chapter 992) , 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 require- ments in the special provisions. 5-1. 16 TERMINATION OF CONTROL. Attention is directed to Section 8-1.08, "Termination of Control ," of the Standard Spec- , ifications. If the Contractor' s control of the work is terminated or he abandons the work and the contract work is completed in conformance with the provisions of Section 14396 of the State Contract Act, any dispute concerning the amount to be paid by the City to the Contractor or his surety or to be paid to the City by the Contractor or his surety, under the provisions of Section 14399 of said Act, shall be subject to arbitration in accordance with the section of these special provisions entitled "Arbitration." The surety shall be bound by the arbitration award and is entitled to participate in such arbitration proceedings. 16 • • SECTION 5-2 , FEDERAL MINIMUM. WAGES 5-2, 01 MinimuT Waxes .--Atter.ticr is a.rected to Section 6 , Federal Requirements , of the special } provisions and Decision No.CA8L-5001 , of the , Secretary of Labor, included herein, Federal Register / Vol. 49, No. 63 / Friday, March 30. 1984 /• RATLr California ®Otrrisst Alameda, Alpine. Asedor, Satre. Calaveras. Caluea, Contra Costa. Del torte. 11 Dorado. Promo. Glenn. haboldt. linos. Lae, Lasses. Madera. Saris, Mariposa. Mendocino, Merced. Modoa, Monterey, Papa. ■.vNe. Placer. Plumes, Sacramento, San Benito. Ses Francisco. sax Joaquin. Sea Metes. Beata Clara. Seats Cruz. Shasta, Sierra. Zt•tiyae. SoLao, Samoa. Staaialaas, Setter, Seams. Trinity, Tulare. Tuolumne, Solo. and Tube DBGISICxi NOMSZSt C114-3001 OATH Date et Publication supersedes Decisine Po. CA13-5128 dated December f. 1933, in 411 PR 33231 Dis`'.ir?IOt Of WORE: building: Nary (excluding Watse Well Drilling) aad liglevey Projects: aad Residential Projects (excluding Alpine, Butt., Colima. Presbo, Glenn. Zings, Lake. Lassen. Madera. Maodocina. **doe, Plumes. Manta. Sierra. Instil-on, itanislaos, Taken. Trinity, sad Tulare Counties) arse mew e.. If r•..,, I Fro °'� Nor 1 ar..e AtsldT71 WORM= CAS7fl TUL t (Gout dl I ' fCIT+�+era. 31.391 3.96 Area 3 (Residential) 811.ID 34.105 UC..IAIXISt STO0 a STONEMASONS: Area 4t I L' Area 1 18.52 6.10 Carpenters 16.1 5� 6.415 area 2 11.1)01 4.95 lacdwood Floor Layers: area 3 17.351 3.30 11ti..glers; Power Saw Area 4 16.531 2.12 Operators: Steel Area S 18.301 3.33 Scaffold /rector and Area { 20.101 3.67 Steel Shoring; Saw Area 7 17.57 3.11 Tilers 17.101 6.195 Area t 17.11 4.11 .illwrignts 17.15 7.45! 5aJ. 1 TENDERS' Pil•drivera•n Lt.3 i 7.705 Area 1 12.50 4.76 Iaselatoc (Supper or Area 2 15.48 3.70 flower Operator) Area 3 13.24 4.91 (Residential) 1.177 6.455 area 4 13.24 4.91 Ara 5 (Residential) 12.0P 6.203 .. - Area S 16.24 4.91 CEMENT MUMS: Area I 14.19 6.10 Cement Ma.a a 13.52' 5.92 Area 7 13.13 4.43 &wing or Slip tors . - Area 8 16.03 4.45 Scaffolds of I Area I (Residential Con- Composition Masons 21.77 3.13' . 6tLvetlgn 2 seoci...Laas 11.11 4.14 Ca6efMICATIpI TftsLiCZAIiI :I.SIt 3.07 Wt)urscs t DIV�3: I Area l: Divers 33.8! 1.225 Carpenters 19.2/ 6.455 Stand-by Divers 11.09 6.::s • Rerd.'ood 71. orlay.tat DMA Iltl7AL1.331/U)"137s: I SEinglsrat Pow: Saw Dry.all Installing: operator; Steel Sc34- Lat ors 10.12 1.215 fold tractor and Steel aaaidestial Drywall: Snoring Saw Filers 13.17 {.IBS Lathers, • 1 Sillwrigbcs 15.28 7.433 Area 1 13.17 6.223 til.driverarn 1:.18 7.703 >3AZICIA0t , Area 2: Area 1: Carpenters 15.65 4.433 Zleetzi0iaas 32.56 {•396 Mard.00l lloorlayer•r •Ia • • SBlagler., Power saw Area 2: • Operators: Steel Scat- Ileeulelaaa 13.16 3. fold Erector and Steel Storing: saw Filers 14.10 4.453 . CaMle Splicer• 17.71 3.10- Millwrights 17.35 1.433 i I 3% P ledriv.raen 19.78 1.7031 isiasatial Zl.eecriei i 12. 3i 3.33 . M101-01 . North • ppC1s70M NO. CA44-1001 pap. 1 s..�. - Sok".+''r a�N stmcraICIAM18 (Cont'd1 ""''r I •rM ELtC77liC1Atgt (Cowl dl s,... s.•.•w. Ares 128 (Cont'dl s'�' 1 �� DECISION MO. CA0/-SO01 t,i.•, •psq• 7 M" mew... Area 78 Electricians 177.70 14.34* Cable Splicers 176.16 15.05• air. ""'wr •••••••••• a"•' IAN LIME cOn/TMOCT10Mt (Coat'd- LIME C084411=111088 Mont 41 Cable Splicers 11.01 1.148 Ares 138 74 Area 7-206• 1 (Cont'41 Area Se 31 tlectrlclsse 171.40 7.17 Croup S 613.44 $2. • Orouwdsrn 112.97 11.41• A 36 res 4t Cable Splicers 27.45 7.17 - 36 ■lsetrlclans 15.71 4.41 Aeea 548 Otrwep 4 17.46 7.30♦ Llsement Egrlment alt electricians 4.174 146 Operator■ 15.71 4.41• 75.74 31 Clomp 7 17.14 2.708 311 Coble Splicers 17.23 4.41 3183 Cable Splicers 17.20 4.41* 31 Coble Splicer/ 21.76 t.1 t• pesldeatlal Electricians 17.17 7.114 II 1,op Q1frfre Mi6._.p44 31 3% Arms 1S1 10201 -'Iy!71I Arse ft . Area Si tlectrlclsns 75.10 5.42• 0"4 1 D Grorndwen and e lectricians 10.11 4.21• 31 Som• 3 - 3.15 truck Drivers 11.41 6.70 •I tone 4 - 1.10 71 Cable Splicers 22.21 4.218 Ares Electricians 10.43 4.41• fone S - S.1S Llaemen 24.56 6.204 Ares 38 IS Residential tlectrIcIsos 10.25 1.20• tt.[VATOII c09979=2,592, 3t Oroundmen 17.20 4.21• Maey Equipment 3% Mechanics 71.33 3.00► 31 Operators 23.10 4.205 Ares 68 s Llaases 11.20 4.21• 36 Iloctttclsna 74.16 1.26• wiper■ 16.043 7.008 33 Ares 306 Ares me 18 Crouwdw 16.14 4.758 Cable Splicer■ 26.16 3.204 Probatlo.ary /elpes .14.175 • Otouwdwew 14.54 4.244 41 • 3s OLAIII'AOt It1 Lgrlpesst Operal0.5 11.16 4.75. O Area 78 Area 1 21.12 5.66 Liao sgrlp/rwt Operators 17.13 6.31• 43 Electtlelsaa 17.3$ 1.548 Area 2 15.75 4.41 346 LlsrMen 25.10 4.75• y I • 291 Area 3 (Me■ldenttall 10.00 2.72 -.Linemen 16.01 4.24• 1 41 rf O Cable Splicers 11.43 1.340 Ares 4 (Residential' . 1.12 1.10 741 Cable Splicers 32.20 4.73• N 731 Area S 16.40 5.57 ' Cable Splicers 22.21 1.24• 41 Area S. Area 6 13.50 2.14 24* Area 316 e lectricians 11.40 4.148 9551 7 10.06 4.11 Ares 58 Orounimon 21.25 5.178 3% 1e04080Afrei, Oroundwew 11.60 2.75• 11 Cable Splicers 21.24 4.064 pence Erectors • 14.41 6.33 341 Line llqulpment -- 31 Reinforcing. Ornamental. Llsemen 13.47 2.758 operators 22.30 5.47• Masldentisl Electricians 10.00 1.11• and structural 17.30 0.33 346 3% 3% LIME COMSTAOCTION, Coble Splicers 17.02 2.75• Linseem 25.00 S."• Ares 18 Ares Is 746 e lectricians 72.15 3.614 Grouwdmon 11.17 5.70 Ares 68 Ares 128 31 31 Oromndwen 16.47 1.164 Crouedasn 13.66 1.548 Cable Splicers 25.14 3.41• LIT liqulpsmst operator 21.74 3.20• 31 71 30 Linee»s, tmcbsiclanal Mosey Equipment Ares 1118 Llaeaen 24.16 5.20• Squipsest Operators 21.61 7.23• Operstora 19.37 1.54• E lectricians 13.77 3.2534 71 - 17.11 123%• 4.11 Cable Splicers 76.14 S.30• Cable Splicers 74.63 7.23+ Lisemes .54 Cable Splicers 14.01 3.351 It 44.45 Area 28 (Sows 118 Area 78 Coble Splicers 16.45 1.548 Seeldential tlmctriciaal 5.25 1.155 Oromp 1 25.63 3;" Oroewdman 4 Ttmok Delver 14.41 4.644 is 116 Arms 138 Axes 118 'row 2 11.11 3.00 Liseses 71.31 4.01• Orem.. .n 20.63 4.14• ■lectrlslsns 11.64 i00 6.44• 30 31 31 Scoop 3 16.711 3.60 Cable Splicers 72.20 4.63' Lila•ewt Tecbwlalssa 24.57! 4.04• Cable Splicers 11.75 6.61• • 146 31 Gill Spllwrs 77.60 4.11• 3s , Cramp 4 16.41 1.30• 31 M ns■IJewtlal tlectrlcls 1.45 4.128 740 41 Arse 128 • eleotrlolaas 21.34 5.65• • 36 Fod.r.l Rag later /Vol. 40. No. 63 / Frld®y, March 30,18ai • tee['OC 4341 '4OP1'd 1 CS laN 'e►'ioA/ 'oPl'1111waf"i • 1/'T K•IT 1001•-Allah Ill O► 01 • d0 a6,i, Solos - he'd. SO'S OL'LI 10110-1100111 I•17 01 01 d1 06.1■ 64101 -.R00l0 I/'T 16'Ll aed•.1 Pull Is•M/as•d•g 11.'1 •I'IC t *0211 a 95 I 1.11 IA• 1l'I 01.11 • 1014 •SE'T 41'01 1411 iai $•'T IP•ii s•110e 510 4.014 11'1 £5.01 S 1.14 q If •o14 L('1 SC••[ ► '11111 l►'/ f('([ / 1119 -51.1 L1'11 u101171011 PCP WIC epode& ! 111 0••L LI•11 L 1•"T Pas 1,0713.60 401/0 0 NK 1'1 ' goose -SS's ►5•LT t *06t III Lf•1I f '•s4 -giddy II111 •060•ab - 1S swag Lf'► (I'll C 0119 10.5 •I•/( i 1.19 4 OUP 11.10 •lodes //'S (L'S( 110670061141711177M OI'e ►Y1C ( easy •Sri f6'tT froll0ss'd0 l K 1,1.L1 111'1 ff'K .;11.49 • A2aa L6'5 11'LI 0111111 Lt'( 11'11 C wear a L5'C /l'0[ M'aT; pus 40114 Iasi i•oJ 1L'1 1L'41 I *0l0 .N'i S6'111 ',divot! 100o', 11, s*0iaT1./ ' ud• Ivs•feou" 1311••001111 1 1101.10 14Y"01FY1 a'slang 'men LS•C K'Ll 6•11103 esmozw.y L6.5 11•11 11011106 L1 •10.117•" IL's 1•'SC ( ••10 lawll9ler7 dole I'0111 LS'C •i'1T 4.01• U S LI'SU (0111.1 1) t►•S WIC i ease 4 Ig weal' 4.0.1710" 14110011 111101011 .Sf•l OI•IT ral•31i�'1 031••4 K'1 CL'11 •201TIed0 0000011 • 101 060 OL'0 S6'fi Cl •.s9 '512"1114 *mesa Put 1'1.6s.gsedsa ,(.L 5 1•11 41170 Pug s.leagug St'P 5L'11 6 o•se 11 gore' 110e%f 101"/"Ill 11'L SI•11 (u0)11•od0oo Pug OL't Si•f1 • •e14 110120111M Ae1011016 10/511 1 &451.1 u.,d •917 ••19[•1 13.70011 10•1 OS•ll l *01l' smw 0114I0111 101 90te11Ya 41.1 Ct•ST 1.dl1 Is.110g (4.111 16 *0sV Sf•/ L1•11 f 111111 WE It'll ls.fuvysed.a I( *egg 60'1 01•01 set 51.1 lC 1T t '•14 I.a.d.4 4.6,10 0u1M 09'0 1L'ti '••211 l'1010sl■ tat rl 1•o3 1.i,dd.s0.dja 51'1 1L *IMF f te 'geese i•s�13esig -Pry IPIol7.30 1.6,if 0 13 I,i.1.0T1q Iollllln7 11 51'5 f1•(i ( 's0 , maw IA•sdde &sing U.d11 1100,1••qt 0 69'9 SC•Ll (sd4n� 10'5 S0'1T C 11.19 WC Nil y'FSe •f'► ti-ti A•sdO., 0/4 some/ 1) 110 SO'S 11•(1 1 Tell '01 ••"Y Ina -agile" 1010glom 0,1••11 10101010{1 .l11111tl'1 6t'S t('0[ 1741.6) u.d•1 •YI K'LT 1( 111.11 60'1 011•PI - 11110011 WC 01'11 1 '•i9 • 'S K'Ol; 1306u19J14.a 1,1111ITa 1 1030 11'1 Wilt L •es1 510 (61170001 Awsddg 9.s 00'1 01.61 l 1021 16.1 S6'1i f ••14 A•adg Lt'IC Wilt 1 I Y f 11169 55.1 f►•Oi 1 ••r4 II'S {C'•t Teals fYIFf tFia 1111141 SI't tt'&t /['t 6l'6t 91'9 tf'OC /111.7/ 11111M • I9'1 00'81 'PIT4 315 11'5 (f'fi ► 1111 16 'egg St 303 I U.ddl U•d a II'S 14.11 ( •a s0 14.6.1 I 01100 saw d0 •1993 I 1 seal ft'i •I'/l ■InlOnslg •f L'1 I1'fC II 'u•101sq 1/17,.w1slt if'L •t'OC L Ig*01/ i Sg 19'1 St'll (•&mm44 SOTS C11'61 I e•'4 mugs livid, •►l'• S4'CC 14140,7 0/0 aeg17el C) 1154 '1141116 13.&101 II -0121.1 OR 0711,M 1155'1 II•S Gen doy S['i 01'0 Ira.P1•,L 704 14lnse •►L'I L5•01 20702/60 P100611161 411.11 11'1 00'11 •114004 q/IS-1 00'01 aoi'20d0 so1IO11My le 0•,l' ft 1S "14 q►66'1 •i'•T wog 00115011 /t•S Inc l u.6u9yaady •PL'I OC•Oi 1P•PonO10 St'( 0(•51 1 10'T 1.SS'I LC'C* ao1.a•d0 20.11 OL'S 11'11 '11 OS 1500 10010 'ST .•21 ICI 01•11 t *0111 11012.1ed0 1904 "'any' 5.101311 1.101P11s4 It 51•( f{•fl t 0•21 41S5'T (5•(1 "•d1,10 41010 L Pro 'f I •5L'1 S1'11 •f•olld. •14.3 L1•1 SL'•l 611-p11n4 711 q•1S•It ti•llf s•s5.14 ('5.1. 2olaslis) 4'13'1 1903 151 0204614 -5011 0307111 0111111 51'5 11'11 211•1r11 Ti•I.A34. •SC'S 0O'LC 1301,1560 L/1•ge1/q 10111.11111 12011,1101 6014 1"III •1'S (SIC 6u1u*013 1.1110 2,1.611 1 0111 101+.417 Lt•f 0••LI 1 I101SO1(he •01001 164111'10P1g■ IL916/ ft •/a ,117201 () gem 6011.40,101 01171111 IC-il CS•OC• Wm" •SL'LO SLITS a,epsl.oJO -•lfs'11 1.2.1101' 011111 't *0211 1l aes1 Ill sell • tt', SL'111 1111001 115.1003) (5.1103) '4111111.664 5.1103) 'laildf1*Lf103 10111 If O•14 111710411 24170111 20/Pus • w, Ig11aa00l' 01•••, ,,,,• 111011 Alta I1W 107 011"11113 �� hw••4 f .. ' l jam. 1'55-11113 'd 110 1 11 354 swots"'"5 NW 4 '614 i•'a moo 1001-1113 '101 1101/10/14 H..y Ir.w a I•'4 • • • _ ocC381os In: CAI$-3007 Page 7 DaCII1041 MO. CA44-3001 Peer /Ana 1:515 f 10.4. 111[1 MAYAL MORR037J§ (Cent dll""'•- •r.. Perak% • Lies t �LAOORnRJ. aborat Area 31 IOM17l SQUI rMt7f! OPtta•A31*J•r {10.70 11.77 Gunnlle Laboru s§ ' AR1A e Area 9 75.06 5.91 Group 1 �� 1 G M[A I Area 14 72.16 4.70 Group 2 14.43 5.11 5•.§r s..t. O.W. ' t..:. 5.... Ares 11 11.74 6.11 P 14.43 S.11 axes 12 74.51 t.{4 Group 3 14.41 3.11 $..dr 1...Ir M..,h, 1...1r I...1r Area II wrecking Moeks 15.73 5.14 Group l 3.11 U . Ow. 0.... ■.... .••■• /MOOR LAMS' Group ] lilt 5.11 Area 1 10.41 7.44 pr p Group 1' 114.05 $16.03 Area 2 1).71 ,t0 Area 3 11.31 5.11 Group 2 14.55 14.55 Area 3 10.42 1.13 Group 1 13.54 5.11 Group 3 14.05 11.63 area 4 11.06 1.27 Group 1-41 13.70. 5.11 Group 4 15.42 17.61 11.92 17.01 • ►01111.55 FITT671J§ Group 1-b 11.06 3.11 ' Group S Area I 74.71 7.24 pr Grou $ 14.17 14.13 Are. 1 oup 1-c 11.61 S.11 p 71.67 7.2) Group 1-d 11.61 5.11 Group 7 1{.74 11.)3 TLA1►ITTttJ§ Group t 16.97 11.07 Ara. 1 Group 1-e 14.11 5.11 up 20.14 4.47 Group I-1 14.14 5.11 Group 1 17.71 If.21 RAAIIO WO0lJt Group 7 13.41 5.11 Group 10 17.60 10.64 f7t Area 1 24.52 $.10 Group 3 13.71 5.11 Group 10-A 17.77 14.77 Area 2 17.53 3.44 Group 4 1.00 5.11 i Group 11 11.01 20.11 • Area 3 20.25 2.47 !Bonsai' Laborers§ I Group 11-A 11.45 21.13 ILL S!TTLRJ§ Group 1 14.67 5.11 Group 11-5 10.01 72.04 • Area 1 14.76 4.17 Group 2 1).43 5.11 Group 11-c 20.05 22.05 Area 2 11.03 3.05 Group 1 11.31 5.11 JR7Mpj !11117711 7.. t' GAA1t0 W051 101 end Wrecking Mort§ 11.75 fill M TGS§ Area 1 Group 17.30 1.11 • ►� 1 If.IS 1.44 Group 3 13.41 5.11 'Resldentlel Conatraatloi§ 3 stories O Area 3 21.77 1.40 group 3 11.31 1.11 and under to be paid the Area 1 310 F1M100W, a N. '.r P. Are. 11 T Finishers 15.41 3.46 D51�OIIq - IMMIX I 5155 Machine Operator 16.51 3.10 CIsashell and Dipper Dredging ILL ►IMIJMLAat 11w Conatruetlonll • • Area 1 11.91 4.7! Group 1 14.11 14.71 15.75 16.11; ' 1 Group 1 17.01 18.17 14.75 19.141 Tunnel 4 ?haft latorara§ i Group 3 17.01 10.37 11.73 10.11 Group 1 17.41 S.11 Group 4 18.06 10.13 10.10 20.19? • Group 1 17.07 5.11 1 i Group 4-A 10.40 31.06 21.41 21.44' Group 3 16.70 4.11 Group 4 16.42 4.11 t 19120111110 - JC>t1OGLi II I. Moualuw rs leg Labore § Mrdraullc Suction Dredging and all Group I 13.11 4.11 other Dredging§ § I Group A-1 14.00 15.15 15.71 16.0!• Asia 1§ Group 11-3 15.45 16.76 17.16 17.511 14.541 5.11 Group A-3 16.36 17.72 11.12 10.50' Group 1-a 14. group 1-1. 11.44 1.11 Group R-s (�(NO1 I111rITf1 17.40 11.04 14.74 10.74 °ep 1-0 14.61 5.11 Group 1-4I 14.01 1.11 11.5 Stoop 1-e 14:11 5.11 Group 1-1 15.11$ 1.11 Group 2 11.41 1.11 Group I 14.31 S.11 Group 4 0.00 fell I. • • • • '.amid Register/ Vol. 49, No. e3 / Friday. March 30, 1964 • • • • • MMCI 21011 MO. al4-S041II Pop S 80C)2100 b. CL04-Sill r,.,/. Peg* t Na.� r..t. INO.D I - reaelti rate proscribed for orbit pt[oo.top operation Na.. s+ar. n,,,, s..•„ to Mich welding is lacld•stal POI= 0001PIR T OP01A70041I PUCCI UMIOVUI, Daxooioo ICoat'dl Sresp 117.1214.20 SOU WATS' Group 17.41 4.20 1 )Roll on oil-propelled Group 17.62 4.20 e. oyes aostrlbstes 61 of hails bosrly fete far over f image• Is (incept Skirls Group 17.44 4.20 service. sad 64 of basics hourly sato tog A soothe to S years' powered by outboard Group 17.471 4.21 service as Vacation Pay Cr•dlt. 01■ Paid Sollda!ea Mau liars motors) engaged Is toning Group 17.46 4.20 Doy, Meaorial Days Itaaependawie Day, Labor Day, thanksgiving Is bad waist bolas Group 17.70 4.20 Day' Chrlataaa Day craft or la the - Gsoop 17.72! 4.20 M. laploy•r contributes 1.12 per hoer to Ilollday rod plea 1.22 pottatloa by I Group. 17.73 4.20 per hour to Vacation fuod for the first pair of employment' personae). sates ale, Group t 17.75 4.20 1 tsar but lass tbea 5 years 1.42 per hour to Vacation funds aquip.•nt and 'applies. Group 1 17.761 4.20 2 years but less this IS years 6.40 per hour to Vacation D.ckhaad/Mechanics 010.04 11.17 Group 2 17.60. 4.20 fund( over 11 years 1.61 pet hour to Vacation fund . Opalatot Mgchanir/ Group 1 17.01i 4.20 Match engineer 12.17 2.04 Group 4 17.17) 4.20 Mork on sale-propelled Group s 17.12! 4.20 1N1A DADCRUPT10NM Iii r Group 6 17.14 4.70 bat Ogg 12.11 3.00 'Group 7 17.071 4.20 DIt1C[4TIW, STOMO,A10RS1 Group t )7.601 4.20 Lisa 11 Dal Norte, Nusboldt Lake, Marla, IMI.dool.o, Napa, PILZDOIVIMG. Group 0 17.00 4.20 has rrsaclsco. Sae Mateo, Ilsklyoe, Malawi, Sonoma. and trinity Cos. y stoup l 14.14 0.75 Group 0 11.011 4.20 Area 2. Llas•d' and Contra Costa Countla. Q 0rosp IA 14.11 5.15 Group t I1.f41 4.20 MSS 11 fr•sao,Rings. Madera, Mariposa, bad Merced Cooties Group 10 14.00 0.75 Group 1 17,44 4.74 1 Area 4. M , Coluea, t1 Dorado, Glenn, Lassen, Modoc, Weida, a1 1 •- Group 2A 14.00 0.75 Group 3 16.00 4.2f 1.14/24,4, Pluses, lacrasento, Shasta, Sierra, ■utter, Taboo. Tole, ` ct Q Group 25 12.60 0.75 group 4 16.00 1.211 and Tuba Counties rr S.J% Giwp 2C 15.06 0.72 Group S - 10.101 4.20 Ares S. Monterey and Manta Crier Couutlea Group 2D 14.21 0.70 Group 6 16.10! 4.20 • Area it Sao Benito and Dante Clara Counties Group 1 16.41 0.72 Group 1 16.171 4.29 Area 7. Alpine, Asador. Cal , Man Joaquin. Staelalaos, and Group 211 17.01 0.75 Group 6 10.10' 4.20 tuoluene Counties Group 4 17.82 6.75 Group f 10.111 4.20 Area S. Tulare County group 5 10.411 6.14 Group' • 10.20; 4.20 Gtoep I 12.71 6.75 Group 1 10.)1 4.20 BRIM TBp bU, 7 Group 2 10.701 4.20 Area 11 Aaader, 81 Dorado. Wveda, Planar Msorasreto, and Tole Co.. �Sf. RNMCT1ds Group 1 16.22, 4.10 Area 21 Son francisco sad Mae Mateo Counties - droop 1 14.70 0.71 Group 4 16.44 4.21 - 111/40 31 Promo. Rings, Madera. bad Tulare Caetiss l Oroap 2 10.11 0.72 Group S 16.511 4.20 Asei 4. Meulniag Counties Croup 3 16.01 0.72 Group 4 14.29 4.20 area Sr Marin County Group I 17.61 0.75 Group 7 16.14 4.29 Area 4s Alameda and Contra Cost. Counties Group lA 17.44 0.72 Group 6 10.60 4.20 Area 71 Santa Coss Canty W oar 1 16.16 0.7$ Area 6. tan Penile end Santa Clare GOontlso Group 6 11.70 0.71 - Area fs (Maldentlel ooaatructloe of 2 steel's or leas) Monterey Group 7 12.2) 5.11 sad Napa Cowtlsi Group 6 10.45 4.72 Droop 6 21.12 6.75 CAMPplT181, Area is Alaic..t., Contra Costa, Marls, Maps. tea Malts, b o. Pr misco. Man Mateo, Santo Clara, Solaro bad Soaoaa Cosatlea Area 2, Alpine. laador, 0utte, Cal . Coteau, eel Ilorte, R1 Dorado, Preens, Glen., Monboldt, Rings, Lake, Lessee, Madera, Mariposa. M • andoclao, N.road, Modoc, Weada, Placer. Plws, Sactiaeato, Man Joaquin, Shasta, Sierra, llsklyou, htaelalsua, Sutter, Telmoa, 'Priority, Tilers, Tuolonna. 7o1o, and Tuba Couatl.a • Area 3. ( ld•ntlal) Cal , Mariposa. and Merced Comtism Area 41 Moater•y and ■ lara Counties 1 Area 21 (04410aet1a11 Dal Monte sod ■.r.hollt Cooties rad.1.l R�.br'/Vol. 4V. No. 53 / Friday, Alarch 30, 1654 • . . . . . ,........... • DECISION PO. CAB6-5041I PMa IS DECISION IC. Cut-SOIL • Page 11 ARp DESCRIPTIONS (Cum t'd) AREA DESCMIn1ONt (Count',) . DRYWALL 7NRALIZRt/LAT11511 Lill pO1,t7RfrCTfoN, (Ccat•dl AA.aae allmll Area 1, Wonted) ►r.. 1, Cataveras, Merlpws, Marcel, awd Tuolumne Counties Sawa 6ellnitlowsi 10N Sr • to 3 miles radius from the geographical BIJgCTRIC1aNS1 o.nt.r of Alturo. and T1.ka. California un Area It Alameda County Sone 2. 3 to 20 miles radios Ara• 11 anador. Colima. Sacramento, Metter, Tomo. and Tuba Counting' Sono le 20 to lS .lies radio. Alpha, SI Dorado. Masada. Placer. and Sierra Counties (those pot- loan It 7S to SO Mlles radius lions wet of the Sierra Mountain Watershed) lone S, Over SO Miles radius ! his 1, Alpine. El Dorado, Mewed., Pieces, and Sierra Counties WS RATS 110M1 1) is paid when working out of employer's Permanent Shop (those portions east of the Main Wla shed Divide) Apes Ti Puma, Binge. Madera, end Tutor. Counties Area Is Mutts and Glenn Counties; Lassen County (.oclvdiag the Are' t, Cal•vesa■ and San Joaquin Counties alerts Army Depot (Rulongl, Modoc, Pluaaa, Shasta, ilskiyom. Ages St Mariposa, Merced. Btanialsua, and Tuoluwe Counties Tvh•a. and Trinity Counties Ares Si Hankerer, tan Benito. and Santa Crum Counnties Ares S. Cal d San Joaquin Counties Lies 7' Naps and Solemn Counties Ares d, Costta Costs County Agee S. Butte, Glenn, Lassen, Plumes, Shuts, Tehams. and Trinity Cos. Ares 7s Del Norte and ■uaboldt Counties has S. Alamads County Ares I. Fresno, Minis, Modus. and Tulare Coasting Area 10, asador, Colossi, Sacramento, Butter, Yote, and Tubs Counties; Area 1. Lake, Marin, Mendocino, and Sonoma Counties Alpine, 11 Dorado, Nevada. Placer. sod Blerrs Counties (those portions Ares 10, Matlposa, Merced, St•nislaus, and 'footmen* Counties waist of lb. Main Slurs Mountain M .d) Ares 11, Monterey, San Benito, and Santa Crap Counties Area Ili Ban Mateo County Ages Ile Mapa end tolano Coontiss Ina lit ■uaboldt County Ages Ile Santa Clara County hies 11, Ban Francisco County .Z aM Area 14. San Prancisco County Ares 111 Santa Clara County Area 1S, San Mateo County Ages 1S, Lake. Maria. Mendocino, and Banana Mantles O *. Area IS. Sierra Army Depot U LIMA srlongl in lus Cwwnl lee MAGMA FINN tBRB, Cr O GLAIIRl, Ares 11 Alaaeds, AlpliN4 A.edot. Betts. Calaeerse, Colwss, Cootie Costa. ON Am 11 Almeds, Contra Costa, Monterey, Nape, Ban Benito, Santa Clan. Del Norte. 11 Doisdo, Olean. Humboldt. Lake, Lassen, Marin. Mendocing. ad Santa Crow Counties Modoc, Mont.ny, Napa, Nevada, Placer, Pincus. Sacramento, Ian Joaquin. Ara 21 alpine. Rondos, Butte. Calm's,. Colaps, 11 Dorado. Glenn. San Mateo. Santa Clara. Santa Oral, Blanes hlstiyou, holano, L • Modoo, Nevada, Placer, Plumes. Sacramento, Ban Joaquin, Sonoma. Satter, Tel..., Trinity, Tolo and oba Counties. and the City Mesta, ti , Siskiyou. Solana, htanlelaos. Sutter. Teha.a, end County of San ■ranoisco, am Ignite County . Toolmmn., Tolo, and Tub. Counties PAI NTRSi ' area Ti (B•sldantlsll t d Yuba Counties Aria 11 AI Ise, Amador. C.Lv!ns, and Hs'Joagwls Counties Area 4, (Residential) Amdor. Cal p. 11 Dorado, Nevada, Placer, Alp ins. has Joaquin, loleno, Tool e, and Teta Counties Area 1, Fresno, Rings, Madera, ad Tulare Counties Ages S, /Enema, Madera. Mariposa. Mega , Singe. end Tula.. Counties An. 1, Mariposa, Merced. Itanielaus, and Tuoluano Counties Area S. Del Mort. and tu.boldt Counties Bens I. Ban bonito. San Mateo, and Sant■ Clara Counties ' Area 71 Lak., Maria. Mendocino, Man Pruucleon. OM Mateo, and lonoma Ares S. Nonlegal sod Santa Cru■ Counties Countise Area S. Lassen County (that portion that use eastward of ■i1hwsy 170S. northward to and including Sonny Wm), Lake Tahoe Area 1351 CONwT1tOCYfa. Ares 7, Lat.. Marin, Mendocino, San Ptsncieco, and Sonoma Counties Ames I. Contra Costa County Arse S. Bette, Calms', sad Olean Counties' Lamson County (eseleding Ares 1, Del Mort.. Hodoe, mod Slaklyoa Counties, the esteem* BE commas); Nodose. Plums.. Sheets, hiakiyou. S Sroap 1. C■bte Splice.. Landman tole Sprayer T.ha.e, Trinity. and Tuba Counties Group 2. Lineman. Pole Sprayer, 'navy 4lae Bguipmeat Area Is Alameda. Contra Costa. 11 Dorado. Bops. Nevada, Placer, Man, Distilled Unman Malang Snorae.esto• Sierra, Solana, and Moto Courage" (secluding portloas •Oronp 1, Tree Trion." d Counties is the Lake Tahoe Ares) Oronp 41 Lime tq.lpment Mao Asa@ let Del Morse sad Irboldt Counties Group Sr Ned Groundaas• P.wderaaa. J.efha•trr Maw ■Group Si Had Orce-dmaa (Chipper) Croup 7, Oioend.aa agro.pe 3 and S r.oelve BASS RATE moms 11 ONLT tam Soo, Diff.ra.tlsll • Faders! Reglstor / Vol. 40. No. 03 / Friday, March 30, ]Bel • • a • i 1 1 .• ✓t2rlaM W. rod-f4001 Nis 13 DECISION NO, WI-SSSI P.l. II , mum tlsrquK2oMr (fxmt'd) 1 AIWA Mt3CS1PTIOMr (Comt'111 PAREIMO EDT 1111111110 MOM .d/or ■IODMAT MAMMAS, . ROOMS, (CantVl pp Ara. 11 Presno Kiwis, sad Tulare Counties 1 Ate. 3. B.aai.ls Coeatlu Ara. 31 Wtte. Colu.., Ni Dorado, Glenn, LaeaM. Nodoc Placer, Plana., Sb , Si , li.klyou, Sutter. Tlkeaa, Trinity. and PwtL1ERf1 Tuba Conlin. Area 11 Alameda .144 Contra Costa Coontlea axes 41 Irruoo. tinge, Madero, sad Tulare Courtin Atu t1 fan /rowels°° and lien Mateo Co+ntles Ares Is Lake. Marin, NaadoClno, Maps, Solana. and Sonoma Cantle • Area 31 Alpine, A.adar. Sults, Cal Coles*. SI Dorado, Olson, Asia {1 Del Mort. and ■u.boldt Counties Lassen, Modoc, Nevada, Placer, Plumes, Sacramento, San Joaquin, Rrns 11 Morale ray sad Tanta Crum Counties, Sierra, Slaklyou, lutist, Tekama, Trinity, Yolo and Yuba Cos. Area D1 fan r,..clsoo and ran Mateo Countl.a Area 41 D.1 Notts, Susboldt, Lake, Narin, Mendocino, Mope, Solana, Area Si Assdor. Sae[aa.nto, and solo Co.rtlss and Sonoma es Rine 10. San Benito and Santa Claim Counties Area Si Sea Semi°, Santa Clare, and Saints Cras Counties grET METAL 1100ER221 Ares d1 Preen°, Sinn., Madero, and Tulare Counties Area 11 Monterey County Area I. Alameda and Contra' Coats Comities Ales SI Mariposa, Named, Stanislaw, .ad Tuolumne Counties 1 Area 21 Alpine, Cal.vatu, and Su Joaquin Cortll.e San. 3. Aaador, Butte Colman, E1 Dorado, Mona. Medan. Plumaa, . PLASTERER!, TEMOES21 Sacramento, Sheets, Sierra, fl.klyou, letter. Takao.. Tula, sad Area 11 Alameda and Contra Costa Comntln• Tube Counting' Area d1 Mariposa, u u Ate. 21 Preen. Rinse, Mader., sad Tulare Counties , Merced, rtlsls, sad Counties l..ma Counties Lisa 31 San n,incisco and .n lute° Counties Area 31 Monterey and lam Bemlto Counties • Ilan Una d1 Alpine, Amador, E1 Dorado, N.uda, Placer, Sacramento, Area {1 D.1 Soil., ■umboldt, and Trinity COgntlu 0 X. Sierra and Tato Counties Area 7, San Mateo County ti I • Area I. Calmer.. end San Jaasals Csuntles Al.. I1 Preen, Sing.. Madera, and Violate Coanll.. 14 C) Area d1 Marla' County .•Area f1 San Prancleco County Seen 71 Monterey Cant lrea Ills Marin, Mendocino, Lowman, and Lab Cortina �1 rr y Area II, Santa Crur Counties Ares el San Benito. Rants Clare and Sands Crme'Coontise Aces 12. Santa Clara County Area 111 Solana County Area !s1 Mapa County area 131 Nape and Solana Counties PL M BERe t 'OPT MOOS LAMS' Area 11 Aland. Comety Area 1, Alpine, Amador, M+tte, Cala.eras. Colman. S1 Dorado, Minn. Area 2, Contra Conte Commty - and Lassen Counties iencludins Money Lake Arent; Merced County lust of lam Joaqul. Nivel). Plumaa. Sactaa.nto, fen Josgala. Skagen. PLUMMEMS' ST..a,ITISij, rlamielaua, Sutter. ?shams. Trinity, Tuoluana, Iola, and Yuba Aston It Loader County (,°!tiara half, SI load.. Meads. Sacramento, Counting' EI Dorado, Masada, Pincer. aid *terra Counties (thong and Tolo Couatlu (ercludlas Lake Taboo Ar..L ■ter!. County portions e.olldlas L.A. TebM Areal Area 2: Lae. Tahoe Ares Ares 2, Money Lake Area and Lake Tahoe Area Asia 3e Marin, Mendocino, ram rreacl..., sad Sonoma Comm,tles Area 31 Al...ds. Coates Costa, Lake, Marin, N .decd eon Nerved. • Area 1, alpine County. Aridor County (soother. poitlon); Stott*. • Man tsrgy, Map., San bonito, San P[anclaco. San Mateo, r Clare, Cala..raa, Colons, Irssno. Olaam, tinge, Lassen. Madera, Marlpo.a, Ssst• Cr.,, Rolsno, and Sonoma Counties N amed, *odor, Monterey. /leas,, San Jamie's, Seats Corns. , Arno: Is Del Norte and Mumboldt Countla. S torrs, Sinatra., ftanlsla.a, Satter, Tab..., Trlalty, Tulare. - I faolrertead Ea.a Counties rPMTMILI* IITTtRSs Are. 31 Lite.LL Napa, and Solemn Co..ties Ares I. Alamedat Contra Coale, Marlin. Nape, lam ►camelao., Non Mateo, . As.a I. Del Moyle ad N.rboldt Couotl.s Smt■ Clsr.. Solaro, and Sonoma Coentlss Area 71 So. Mello and Gaeta Clara Cooatlas Area 2. A.aalalas Coontles • A..a S. Sam Mat.. Conway • . NTSAW ITTERf 1 w orms. Ate. It Alameda end Camera Costa Mmmtl.. Ares 11 Alnm.da end liners Coat. C..stl.s Au. 31 Alpin., Calaaerw, Nerip ee, Merced, Sam Jo.gitlm, • Itenielsaa, end Tuolumne Counties • R.dddr.l Register/Vol. 49, No. $3 / Friday, Mach 30, 106 • . y • . OSCI/1OM 110• Ca14-7101 - N . 17 111e1n01 WO. CA51-sil1 rage 14 PISpI[Iq till.DPlCPTnIOM/ IMmt'at Are. is- Alsr,da. Contra saves, Merle, saw Trsacisco, /u Mateo. . . and Sante Clara Counties Area 2, aamelning Counties . TIMM°MOaili/t .romp 1' Asphalt ',sacra aM Mk•nl Asphalt fipraadar Scans 1.11 Ares 11 Alameda. Contra Mats, Del buts. .slmboldt. Late. w[le, [sage+•'' larks, Wacker and similar type Tamperer Puggysoblle' Chain- Snoma,wo, MTri, San Francisco. San wtso, ilsklyor, lolero, saw, Faller. Lo1loader end buck•ri Connectors of all types' Concrete ;Sonoma,2. Bud e.lColo' Counting and Magnesite Miser. 1/2 yd. and under' Concrete Pan Work, Concrete Ares e. Butte. Macrae tt Dorado, Glenn. a. Sutter.tt Malec. Sa 10. Seal Concrete Sanders Cribber and/or Shoring, Cut Granite Curb S • Placer.d /Count, Sacramento, /buts. flatus. ! T,bne, Polo, Form Raisers' Slip formal Green Cu , ■eaderboardae•. Sub . and Tuba Counties Aligner•' Jackha.ner Operators, Jacking of Pipe over 11 Inches[ , Ares 3, San 'calla and /seta Clara Counties • Jtckeon and ■lallar type Coapactorsl Settleaen, Potoon and men TILl ORTTKSII applying as alt..lay-told, creosote. line. caustic and similar type nete,lals, Lagging. Sheeting. Whaling. Staring. Trenehlacking. hand- ' ,Brea 1. Rlanede. [netts, ace.,.. Contra Costa.Mendocino. brie. age Pofada, guided Legging Hearer; Nagnsalte, tpoeyresln. riborglaoa, Nestle Placer SPlumbs,. Lake, nto. Sa Ngenie . Sn Fra Nscoc. Map a,Mateo, workers (vet or dtyll Perna Curbs' Precut-manhole Setts[•, Csstrin- Pantsr, ara, S, ha. San Style., olo Francisco. Ian MaleT, place wnkole fora Setters' Pr Spa Tasted Pa.enent B Trinity.Clara, Shasta. Si bi ■lekJyou, folero, Sonoma. i Tehua, and ipadaie, Including Tool Grinder, Plpeleyers. Caulkers. Benders. _ Ares 1pine and Tuba Counties flpevuppera. Conduit Layers. Plastic Pipelayarel Poet Sale Diggers. Ream u. Anoint. Amedor, Cal law Jnegul•, Slanlslaus, and air, gas. and electric, Power Groom Sweep's', Poor Tampers of all . Tuolumne Counties - types 4ercept as shown In Group sir as Set Gun and Stud Gun, liprap- TO.PAl iO rORKSki and TILT SCIT'KSS, stonepever and Rock-clinger, including placing of sacked con nd/ .. Area 1. f e sno, Kings. nadirs. Mariposa. Merced. and Tulare Cavaliers or aacd (vet or dryll•Slary Scarifier, Multiple Head Concrete Chipper, Davis Trenchar. 300 or similar type land ell smell Tranche,11 Polo•Area 1. Monterey and Santa Crum Counties and Ditch Witch, sots-L'i'ne1 Sandbl . fotnen. Canaan. Motile- . . . ' TTDMIIO FIMISMI:SS' " . sang Signalling and Rigging' Tank Cleaners; Tale Climbers, Vibra- Are• is Alameda. Alpine. Amador. Witte. Calaverss. Contra Costa. 'acreed. Bull Float in connection with Laborers. vprkI Illbrstor■1 Dri- te:X ak-it Machine' High Pressure Plow Pipe (Ile or over, 100 Iba. pleasure Dal Porte, 11 Gorge°, Moon. Humboldt, Lake, Lassen, Malin, Mendocino, p Oro Swede[ and similar types Laser Pau In connection - Cr Modoc, y, Maps. MevaM. Placer, Plasmas. Sacramento. Pan Joaquin, and ovens PY San Mateo. Santa Clare. Santa Cruz. Shasta. Sierra, Siskiyou, Solana. with Laborers. work - Suborn.. . Tehaau, Trinity, Tolo and Tuba Counties. end the • ft CO City and County of San 'scars San Nolte County . .r [Pa)s Ivy Or ill Modal Thar-TA, Gardener-Paver Model 0N147 and •lailar type drills, Track Drillers' Jack Lug Drillers' Diamond . . TILT FINtINTRt1 Drill's,' Wagon Drillers; Mechanical Drillers. all types regardless Area 1. Alameda, Alpine, Pa.ndal. Pets , Cal . Coluia. Contra Costa. of type or method of power, Multiple Unit Drills' Slaetara and Powder- Del Worts. El Dorado. Glenn. P.mboldq. Lake. Lassen. rlarin. Mendocino. nen' all work of loading. placing and blasting of all power and to- Modoc. Monterey, Napa. Nevada, Place , Plmeas, Sacramento, San ■enito. plosives of whatever type regardless of method need for such loading . Pan Joaquin, Ian Mateo, Sonata Clara, Santa Cows, 'haste, Plerra. and placing. Sigh Scalars 'including drilling of same'' Tree Topper'. liskiyyoou, Polaee. lorosa. , Tanana. Trinity. Tato and Tuba Pit Grinder • Coentlee, and the City mod County of San Francisco .coup RIN• lacer Cleavers revel., an additional 54.55 per da day, 11.00 . par day on r.ceotly active large diameter sews or sewer manholes 4,r..,p lie). Seining and WUlwg is oon.eotiom with Labten' work .Weep lldtr Mp•ir Trackman and Mond Soda fort and sower work of . subway after the temporary cover has Wen placed/ Green lisle laborers om general construction work em or in Sell Bole hoot lugs and Shaft - Creep bills Wire Winding Machine in Maaactloa with Geniting or Shot - Alienist , . Rodent R later/ Vol.49, No. 63 / Friday.March 30,1954 • • • .. I - tidtfw NO. C,.a.-)N1 Peg* IS IISCIUOr Leo. sa.Bt-1041 Vale 11 . LANOs.Rw - AREAS 1 sad t (Comt•d) mama - Areas I sal t (Coat'd) Gre II Asphalt Shovelers, Cement Dumpers sad handling dry clement • TOWEL and 15AFT WORE (Comt.Grew oe gypeumi Chats-as nd Digger (clearing work). Crete Bucket Group It Nit Otis/ere ■lasts[, Drillers. Po d.rmaa-h.ading, Cherry Dumper and Cbutaaani Concrete Chipping and Grindings Concrete Laborer■ Pl erwn - where oar Is lift.ds Concrete Finisher In Tunnel. Con- (rat cc dry), Chuck tender, Nigh P losal.man. Adductor si Grout- orate Soreod Mani Grout Pump.an and Potmani Gunite and Numerate Grew, sydraullo Monitor (oval 100 -lba,. pr )s Loading and unloading. Gunmen and Pot...., 'leadsmen. Ni Nasal.man. Miner' - carrying and hauling of all rods and 'materials for use In reinforcing Tunnel. Including Top and Dolton Man on Shaft and Raise Works concrete construction, Pittsburgh Chipper and similar type Brush Nipper Mo.rla a n on slick line. Sandblaster-Patron (work assign- Shreddersi Slaver; tin lefoot, and held, Pneumatic Tampsri All monk Int.rchang.abl.)i Steel Fora Raisers and Satter•, Tlabarsao. • pneumatic. air. sea and electric tools not listed in Groups 1 through Setlsbarman - wood or steel or substitute materials 'harslet'. III). Jacking of Pip. under 11 inches Tugger . Group 3. All Cleanup work of dabrls, grounds and buildings including Group )n Cabl.teader, Cbucktsnder, Pawd.rmsa - Primer Douses Vib- but sot lid ted to ,trust cleanses. Cleaning and washing windows. Con- [aterrea, Pavement Breakers ■trrctlon Laborers including Bridge and G.nacal Laborers, Oumpsan, Load !potters Fire Watchers Cute, Cleaners. Gardeners. Boricultural group 4. Null Gang ■ Mwokers, Trackman, Concrete Craw - inclwdes and Landscape Labors's. Jetting, Limb.rs.'Sru.b Loaders, Piles. Main- goading and spreading, Dumps.. (any method', Grout Crew Rebound- tenance Landscape Laborers on flaw con.trgotlonl Maintenance. Repair men. Sw.oper ' Trackman and Road beds, ttrastcar and Railroad Construction Track • Laborers. Temporary sir and water lines. Victaulio or similar, Tool Boor Attendant. Fence t 1 Guardrail tractors, Pavemant Nicker. NRuC[ING MORE (button se ) • Group 1. Brick Cleaners, Lamb.[ C1eaMn Groups Is ISSkiilled Wrecker (removing and salvaging of sash, windows. plumbing and electric fi ) . . : Olirl72 Group 1. Semi-akllled Wreaker (salvaging of other building materials) .1 I Oioup 1. Moa.lwa (including Gunman, lasso), Rodman. Groundsan droop ). General Laborer (Includes all cleanup work, loading lumbar, et 0 Group Is P.bowdran loading and burning of debris) , 0. Seewp 3, Sewersk Laborer' NOUttc.OViwO TOWN= and NWT WOW • Group 1. Skilled Nou..sover . Seam 1s Diamond Drillers Grouwdeani Ounita and S losaleneni andmea, Shalt Mork and tale. (below actual or Imo.vatad ground level) Pout lGOIPMPMT OFRSATOSI . • LUCAS t and J f Group is Aa.lmtaats to b.gi..ars (Brakeman, Fireman, Leavy Duty Rs- ' paiisan Tender. Oilarl Dockhand, Signalman. Switchman. Tar Pot Tire- ' Par tamaw (heavy duty repair shop parts room) . Warp 7. Ccmpresaoe Operators Concrete Miser lop to and including 1 ' . ]d . Cowvayor Salt Operator (tunnel). Fireman Sot Pleat. Sydraullcr Monitor, Mechanical Com..yor (handling building materials). Miser Boa Operator Icoacr.t• plants Pump Operator! Spreader Saimaa (with sor..d.)1 Tar Pot Fireman (power aglt.t.d) . near l Roeblotr/Vol.40, No. d3 / Friday, March 30. 1004 • • • ' 1,. h - INCISION NO. CAP(■PHI Page IS Ot1CIU011 NO. Cut-Sul page It Para`000117111NT OPERATORS (Costa) AREAS I and 11 (Cont'dl Pam= ■QGIPME,,T OPmmATORI (Costa) ARRAS I and II (Cont'd) Swoop S' Noe Operator (bunker); ■•lioopter Radioman (llgaalmaall Motor- • Maas Locomotive 110 tons or under(' Oiler' boas Carrier (construction Group Is Armor-Coate, (or similar), Asphalt Plant 4sginr.rl Cast•in- job site(' Soto■let Operator; Screedsan (except aephsltic concrete place Pipe Laying Machine' Combination ■lsah•r and Motor Ope 1 paving(' tell- top•lled, automatically applied oonctete curing machine Concrete Batch Plant (multiple deita), Dozer, Mall Shield (on sheets. highways, airports and canals), Trenching Machin* /maxi- rstoc' Messy Duty Repairman and/or Welder; Ran Seal Machine lootpesl- mu■ digging capacity S ft. depthll Tugger Noist, sing • drum, Truck ■ilarl, Salaam Loader) Loader (up to 2 yds.), Mechanical Trench Crane Oiler' Moiler Tender Shield, Portable Crushing end Screening Plante' Push Cat, lubber Tired Barth-moving Squipment (up to and includlag IS cu. yds. Grop Is tallest Jack Tamper; tallest Begulatiosl Ballast Tamper Multi.: *struck' M.I.CI (tuellde, T-Pulls, IM-10, 10, 31, and similar', Robber purpose' Poxman (asphalt plant), "levetor Operator lioaid.), Pork Lift Tired Dozer, Self-propelled Compactor with Doter) Sheepfoott Timber or Lumbar Stacker (construction job site). Line Master' Material Bolet Skidder (rubber tired or similar equipeentlt Tractor drawn Scraper' (1 drum); Shuttlacarl Tie Spacers Towermobl)e Tractor; Trenching Machine, 111-batch P Tunnel bole toting Ma- Group Ss Compressor Operator (e 11; Concrete Misers (over 1 yd.); Ma- china; Welder, Moods-miser (and other simile, Pugmlll rqulp■ent(ern Concrete Pumps of Pusper•te dune, Oemaretora, Grouting Machine, droop Is Canal finger Drain Digg.rt Chicago Boom, Combination Miser Id (air operated)' Pumps (over 11' Welding Machines (powered and Co■pr•snot (Gunit•(' Combinatioe Slurry Mlsar and/or Cleaner, ether then by electricity) llghllnt Cableway (S tons and underll Lull Ni-lift or similar (20 Group t, NV Lima Road Pastor a elmllarl Boom Truck or Dual Purpose ft. or over), Mucking Machine (tubber tired, rail or track type), «+P pose Tractor (with boom) (O-1 or larger and similar) A-Pram. Truck, Concrete Batch Plants (wet or dry)- Concrete Saws (self- propelled unit) oe , highways, airports and canals; Drilling and Grog IS, Boom-type Paekfilling Machine' Bridge Crane Car lift boring Macbinary, vertical and ho, sontal (not to apply to Watstlinr,s, (or similar)! Chemical Grout lrsg Machine, true•, ahovn,tad, Cosbl- Wa on Drills or Jackhammers!' Grade ester, Grade Cheater (mechanical or nation ■ecthoe and Loader lup to and including 1/2 Cu. yd. M.R.C.), nt�rwise(' Nighline Cableway Signalman' Locomotives (steam of over 10 Derrick (2 operators enquired when swing engine remote from Moist)' .Z • tonal' Ma Innis Internal Pull Slab Vibrator (on airports, highways, . PerrAek largos (except eaeavattoe work); Do-mon Loader, Adams 'le- () •canals and warehouses); Mechanical Finishers 'concrete( (Clary, Johnson, glade[) Elevating Orad.r1 Nosey Duty Rotary rill Si Bidwell Bridge Deck or similar types), Mechanical Burn. Curb and/or Curb GIe1 y • (including ( ■,d Gutter Machine, concrete or asphalt' Portable Crusher; Post Driver or(iles ation work and Euclid Loader and similar type, Robbins Tt N II operator (setting clip forma, etc. In type drills' Roahrinq blooper (or similar,' Lift Slab Machines ' 0 1M-1300 and llmilar Power Jumbo nq p (Vagtborq and similar types); Loader (2 yds. tunnels), Mlle (accept asphalt), acteednan (Barbee-Greene and similar) yd•. Locosotly, 100 tons ( y le tote) including 1 an 1i (sin 1• or sera, ea .)(tall Multiple S (asphaltic concrete paving), Solt-propelled Compactor (single engine); pine NarlA.oving Machine (Eyelids, Doaera, •tc.)lwo taade■ Scraper), Salt propelled Pip•l na Wrapping Machine, P•reu t, CRC, or siailat types, Pre- ire Wrapping Machine; it-debris Slip Forma Pump■ (lilting device for convents formal; Small Rubber Tired float) 1 Tug (self-propelled Tractors Surface Neater; 1.11-propelled •r "weeper; Self-propelled Shuttle e Rubber-tired red tecsprt, Self-loading (paper• wheels, etc.), , toiltSe Cer (ere l■I t rt orloa), )11�g se grader Scraper Dort 41 yds., Tape machine' Auger-type drilling •gvlpnenl, p to and including 70 ft. Soil Stabiliser (r { ■ or nqual)t S•D-grader (OUrrlat or other auto- . depth digging capacity N.R.C. Natio type), Tractor, Compressor Drill Combination, Track Laying type M cup Ti Concrete Cowveyor or Co,heset• MM9, Truck or equipment mounted zaith moving machine (single engine with Tandem Scrapers), Train ". 'boom ',moth to apply,' Concrete Conveyor, building aile, back 1 t J , Trenching Vacuum cuum Co, mng Plant; W itle sloping attach- (boom Drum MLer, ►r11et Cenyo■ Pump and ■1■U ar types, Gantry Rider for anftlwaludingolSStons)re Vacuw Cooling Plant) MMlrlsy Crone (up to similar(' Sydra-hammer (se eiuiler)' Material Deist 11 or more drwl, Mechanical Pint or 'pread•t 'wahine (asphalt, Barber-Oraen• and Group 10-Ar Backho. (Sydraullo)Iup to sad ieolsding You. yd. &s.a.e.,' similar', Mine or Shat Molett Mieeraobil•, Pave■•■t irk or Sac hoe (cab)•)(p to and lad irhq 1 em, yd. M.R. Comb without Cempresaoe Combl■sties' Pipe Sending machine (pipelines only), .Backhoe and Loader lover 1/4 co, Continuous• Combination Pipe Cleaning Machine (tractor propelled and eupportelli ripe Wrapping . Auger (Crane attached/sap controls), Cranes net evrf2S toe,• Sack Machin. (tractor propelled sad supported); aafrl•aratlow Plante Roller Operator Illaiah asphalt!' Sell-propelled boom type lilting device Pwerr�odnod Gantry, Grsdalls (p to and Including 1 cu. yd.), (canter mount) (10 tons or lass M.a.C.1' Mlf-propelled NlawatiM Grader Nct 11■as Imp Operator /single to and including ewglPower Saovls, C1amxAeay) Plane, Slasher Operator, Small Tractor (with boom!!Soil Testers Truck Rubbnr-tired scra r self-loading Cu.err. e'MIne*I. twin Benin ray); type Loafer, Welding Machines Igenelian st diesel) h Self- om r N (Pce (enter I, twin ovgrn107 Self-propelled Boaek-type lifting device (center mo■nt)Iwrr 10 tons mmpp to and laclsdleg 7S towe)/ CM' Dual Lane Auto Grader "►-10 sr similar Federal Register I Vol. 40, No. e3 / Friday, March 30,1984 • DGi:Ihif1M do. semi-fill Log+'21 INCISION MO. GIs-ff,Sl Page 20 Mem ROUIPMENT Of1RATO01 (Coat'() POMO" SWIMS?OPRRATOII (Comt'd) Da[D421110 AMAX I'and II (Coat'O f LIAR DITINTIOMI ?Oa ICREDOLTI I and 11 Group Ile Automatic Concrete 211p-fora laver (Oradesetter. Screed- man)1 Automatic NaIlroed Car bumper, Canal Trlw r with ditching Door Cestats.dealgnatede City Halls of Oakland. Sam Iremolsco, attacb.eet., Cary Lilt, Campbell or slrll.r, Continuous Plight Tie Sacramento and Stockton. Cali(ormla Sack A.qur (Crane attached, single control.), Cranes love, 29 tons Area 11 Op to le road sales (coo sold Cantata op to and lncludlog 123 tons); Mott TravlI(t 410-A-1 or alallar Area 28 tote than 20 road ■Ilea to mod lwcludlog 30 road miles (IS ton or over), Luelld Loader when controlled Isom th. Policat; from said Centers "(shill". Cableway (over S tons); Loader (over 4 cu• d... up to and Stop 31 31 Oulmida IS road miles Icon said Comers including 11 cu. 0841 Miller Porleea M-900 Slop Paver or similar facade letter teeqquiredll Multiple Engine Scraper (when used as Push area to An 61411 est•wding 19 road tulles from sewrllw Takao Lake T.h Pull)) Pont blade Operator fault;-•nginel; Power Shovels, Clew ft ahalls, ICMtXU I e Draglinee. Bankhos, Oradalls (over 1 Cu, yd. and up to and including CLANINILL and DIPPER DREDGING (Mw CoSsttuOtlon) 7 Cu. yd.. M.R.C., sap Soo. Pay); Rubber-tired tarthmoving Machines • (multiple propulsion power "Amman;unit■ and two or more Scrapers) (up to and Group 11 an; D.ckhand whir l "iceman; r including 7S cu. yd.. Struck M.R.C.11 /elf-propelled Compactor Soo.- ' type lifting devic. (canter mount) lover 25 tons M.R.C.1, Single Group 2e Deck tog' a Deck Mats engine Rubber-tiled tatthmoving Machines (with Tandem Serapes!' Slip- form (concrete or asphalt) (icresd an required), Tandem Cat., Group le Molder, MacRanic Welder, Match tonginesr _ Cranes i.ld 81 call mounted))1Liebhet mends.Is Tar(pulling ype• •(in the erection dismantling nd moving f • ul Group .) Clog.boom Operator (up to and including 7 or, yds. 9 q ), Wtll Wheel tuna- N.a.C.) (Long Room Pay) 'star (up to and including 7�0 cu. yds, per houtll Whirl"), Crane (over 25 tons)) Multi-esrthaovinq tquipeont (up to and Including 75 Group see Clamahell Operator(over 7 au. yd.. N.R.C.) (Long cu. yds. .truck' M.R.C.), Truck mounted hydraulic Crane when remote boor Pay) ►,r control equipped (over 10 tone up to and including 25 ton.) SClltDOLL 2! o tool 11-0i, Sand Walton' (l. oowlunctioe 4ith wheel eacavator)1 Cranes ITOaAUL!C aOCTIoM DREDGING and all other CLAMIIILL and DMZ" DR1DOIMG '1 1 (over 129 ton.); Loader (over 12 cu. yds., up to aid including IS ou. Ct 1-4 yds.1i Power Shovel., Clamshells, ■aolho's, Oradall., and Draglines Group A-la largaa-a, Dockhand, lay.ehand, fireman; 011ar 1••l" (over 7 cm. yds. N.R.C.); Rubber-tired Multi-purpose berth Moving Machine• (l %nits over 75 cu. yds. *struck* N.R.C.); Mhesl ticaratot Group A-2e Wiech am ( Winch on Dredge); Deck "oilman (over 790 cu. yds. per hoar) Group 11-11, Loader saver 1I Peril) Group A-3a Match Lnglw.r, Melded *alder Mechanic; Deckmates Rooster Pump Oporto. (Mud Cat) G reep 11-C, Operator of helicopter (whoa mood I. erect in. work), Group A-se L•vermaal Clamshell Operator mounts oortroll.d Iarthmoving equipment • PILSD41IVI1100 Group le Aasistaat to tagimesr (tliemaa, Oiler, Deckhaad) Group 1Ae Cor....aoe Opotato( • G.owp 1118 Aaei to tagtw.r (Teach Cr... Oiler) Group 211 Twgget mint Operator (hoisting material oily) • Croy 211a forklift Operator • • Fod.ral IRsiglatsr /Vol.49, No. 113 / Friday, March 30. 194 • Ddcs.ioe MO. 4I-N01 rags 3) Demme 110. CAS(-sail rags 71 Pptlpt *dItMmf OPSRATOSS (Coated) pawn E0151P,CDIT oP'EruTORS (Coated) STEEL r*SCTIOM (Canted) r1LSD1tIYt11G (Coasted) Croup Sr Doom Truck er Duel Purpose 4-Prays 'recap Doom Cat, Chicago Steep IC, Comusor Operator (over 211 G.aerstats, ragas (over Ill boom! Crawler C nd Truck Culls I1S tows M.I.C. cc less' (ASsle- pe Melilwg Machines (powered by other thee electricity) tent to taglMer required); tell-propelled Doom type lifting device (oewtar went) (10 tow capacity or less M.R.C.), tingle drug Boleti Croup 2D1 A-Frames Dueler Violet Otero? I- Deck engineer (Deck Engineer Operator rsgrlred when deck Croup I- Cary Lift, Campbell or almllarl Crawler Crakes end Track snit** is used', Self-propelled Doom-type lifting device (center C (over 1S tons M.A.C.) (Assistant to engineer requited), Der- mount) (10 ton capacity or U a■ M.R.C.) ricks (2 Operators when awing engine reacts from hoist); Gantry Rider ( or similar equipment)! Sighting Cablwey (Signalman re- Stoop IA, Seery Duty Repairman and/or Welder .glutted', Self-propelled Doom-type lifting device (neater mount' (over 10 tone up to and loch/ding 2S toms), Tower C Mobile Croup 11 Operating itrrglager is lieu of Aisietawt to engineer ncluding rail Moentsd (assistant to englaeer required), Tower, tending boiler or compressor attached to Crane Piledriver, Operator C Onl 1 Webber end mistier types (in the erection, die- o! Plledrlring Pigs, Skid or Floating nd Derrick ■argee (Aral mantling and moving of equipment there shall be ea additional to engineer rsgoired); Operator of diesel or gasoline power Crane Operating engt*ear) Piledriver (without boiler) up to and including 1 Cu. yd. rating Croup 7, Self-propelled Doom-; lifting device (center Somali (Assistant to 'Engineer requited), Self-propelled Doom-type lifting (weer 75 tone) ! latant to Rneineee required' device (center Potent) (over 10 tons up to and including 25 tonal! Truck Crane Operator (up to mad including 2S tons) (hoisting material Cr I. Cranes (over 121 tons) (Aaslatant to only) (Assistant to Engineer required) deg ( Engineer required) Group 51 Operator of diesel or wallas powered Crane Piledriver Croup Si lelleopter Operator (with boiler) over 1 cu. yd. feting (Aaslatant to engineer re- gaited), Operator of Crane (with steam, !lash boiler. pu or cow- O mp pressor attached) (Group 4 engineer required), Operator of steam - TSAGGI DRIVpO ,"/ powered Crawler oc Oni 1 type Driver (Raymond or similar' 1 required) Operator loran 21 Croup It Sulk Cement Spreader (w/wo Auger, under 1 yds. water level), (Assistant to engineer re uire ) Truck Cr.,,.Crone ~ tons) 'hoisting materiel or performing Piledrlvinq work) (Aisle- Pus or Manhaul Driver, Concrete Pump Machine, Concrete Pump Truck tant to engineer required)! Self-propelled Doom-type lifting device (when Flat Rack Truck le used appropriate Plat Rack rate shall apply), (center mount) (over 2S tons) (Aaslatant to engineer required) Deep (under 4 yds. water level)! Dumpers[• Truck lender 4 yds. water level), Duepeter (ends, 4 yds. water level), Escort or Pilot Car • Croup I, C (over 121 teme)1 (Assistant to Engineer required) Drivers Sipper Tract (whom flat Rack Truck is reed appropriate (let Rack rate shall apply)! Pickups; Skids (Debris Dos, ender t yds. water level), Team Drivers, Trucks (Dry Pre-batch Concrete Mla, STOOL ALLTIOM leader 4 yds, water level', Marakoueemen droop II Aaslatant to Ongiaaar (O/lac) Group he Teamster Oiler awed/or C awed/ot Service Na. 'Veep 2r Compresses Operator, Wnerstot. Nacllne w Cobol driven • Orem, 3. bulk Cement Spreader (w/wo Anger. I yd. mad lewder t yds. (1N X.W. or over) (structural steel or task construction only) water '*we'll rk+p (1 yds. awed lewder I yds. water level), gyp- orate (I Oa. end ender-I yds. water level), Dumpeter II yds. dreap )e Co pceewrs, Oeweratore and/or Welding Machines oc car mad lewder 4 yds. vats[ lerelit Skids (Debris boa, 4 yds. and under Ideation (2 to I) (Over 4 eddltlosal engineers required) (structural t vas. level); Single 1nit flat Rack (2 sale welt); steel or tank erection Poly) Imdueirlel Lift Truck (mechanical Tailgate), Tracks (Dry Pre- batch Concrete Min, 4 yds. sad under I yds. water level) Stoop 1, heavy Duty Mpslrsrur, Trashes Operator stomp 4, Jetting Truck and Meter Tract (under 2,311 gallows) Group 14, Camklmatiom Mosey Duty Pepalrmam ad/or Odder Croup g1 Mood Oil Tracks or Root Mae • ladatnl Raeder / Vol.49. No. 63 / Friday.March 30. 1964 • • Federal Resistor/Vol. 49. No. 83 / Friday, March 30, 1984 sortsla 110. $4-1901 Page 23 D4C1ICG 110. CASS-1001 reed 24 T1DCI DILTAll tf ADnat'4) TN= games (Cant's) Group 01 Lift J.taeys. lack Lift Group 1St Deasy Dirty Transport (Oooaenest Lashed) Group 78 Trade/t aim. Agitator (sm4mc 4 Om-) _ Grew 248 Transit Xis 3.tttatam (near 12 yds. through 17 yds.) Group 18 Peel saad/er Uwe Trost Dr leer et Pwlaah Gems 27, Ammonia Sivat. Distributor Driver and Mixers Salk Cement Stoup!t T.az• Trust. 'slier 3.3N Polies Sprsader (w/we Layer. over 12 tds. lad including 11 yds. water level)t Dip (ever 11 yds., and (melodies IS yds. Water liven! Dumperete awn 101 Scissor Truck: Single snit Plat Yak (2 tale onitl t bear 12 Ids• sad Including 11 yds wear level)) Doap.ter (Geer 12 Imdastrial Lift Truss (mechanical tailgate), *sill rubber tired 760. and including 21 yds dour leve111 Truce (Dry Pre-natcb Coe- , tractor (wove coed violin Tealmeters' 2ariadlCtlonl Con- crete tic. ewer 12 yds. sods Ldwludllmg 14 745. Water level) Group 118 Jetting Trott add aatar Trucks. 1.300 pd110ne add Scarup I1, Double OOeeemee* (7 es area axles), Seery Duty /Tanapert der 4,000 gallons •Taller lurk co ) • 9rcw0 128 COlmbinattoe winch Truck with foist, Transit nix Agitator Yap 241 P.S. or similar type ben!-loading True* (4 T1s. and under 1 yds.) Oraup 34, Starlit alx Agitator (ever 14 y6a.'prevgb 14 yds.) • troop 138 Twin's Trask. 3.300 gallons and ceder 1.304 1a110ao GcOUp lit 1013 Gwdt Spreader (vivo Anger. over It yds. and to- Group 142 Soeber■tired Meet Car (dot self-loededl eluding 24 yds. water level), CaaCisation Dump add Dump Trailer, Dump (odor 11 yds. and Lucloding 24 yds. ester leve2)t Du,porete group 1!1 Salk Caaeat Spreader Ps/we Auger. 4 yds. sad under t (over 11 yds. and including It yds. dote[ Level), Daso$ter (odor 1S yds. and inaludiaq 24 yds. water le }yd6ss ace[ level)1 Dt'sp (4 yds. art tads[ 1 yds. Water level), ve11t Skid (Debris Sox, ever Dt'spasets (4 yds. and under 1 yds. Water level); Danpster (1 .•ovidrs.2and lnelad10s 24 7�. watse level)i Transit xis Agitator yds. and odder 1 yds. water level), Skids (Debris fox, t yds. bear 11 ta[°•wh l 711 0 dour(Dry Idyll) Concrete k:, and soda: 1 yds. Water level), Trucks (Dry Ire-bites Concrete nix. yd and idelud 4 yds. mad udder yds. water level) Grows 228 Salk Cement Spreader (v/we Lover. ewer 24 yds. sad in- . Greep 211 A-Rase, tlacb Truett Sygyaoaile, Jetting and water eluding 31 yds. level), Dump (over 24 yds. and &deluding 33 Truck (4.000 gallons sad ceder 1.000 µdose), 11=8 tired Juaoo Its. water leeel)t Duspersta (ever 24 7d+ W !deluding IS yds. water i.eel)l Dumpstet (ewer 24 yds. end including 33 yds. water 'scup 171 Sassy Duty Transport (Sigh had) 10+41)8 Des 10's. 20's, 21s8 and ocher similar Cat type, Terra Cobra. LeTanrnapulls.db/oorr drew wrTana Trailers ar ether p. equipment Z es! Group U1 Ines Syrater and alailds Stradlie Carrier 1314$ (Debris fox, over 14 yds. ad ideiud! II yds. eater Tracts (Dry Pre-bacea Came:itts mix. ever 24 yds. isaltding 31)n Crimp 118 Transit mix Agitator (1 yds. Waugh 10 yds.) yds water Leal) group 291 Vacuum Tract (1.100 gallons add wader 7.300 !alines) Graq 331 True* Se7rirwsd •• Greco 21, 'Uncial Trost add later Track (3,000 gallons mad odder Grasp 301 Sala tamest ipc*eau (v/.1 Adger, doer If 7,000 gallons) slmding SO Water level), Dump (over 23 yds. ant &n- 76s. and 1mgl10 yd .40 •!romp 121 Comblaatiod Sdotsaa sad bad Oiler yds. voter �l): Dt'sperser (over 33 yds. and Lacladlys SO ate. ester level)r Dalg1ter (over 33 ydx add lLal.adiaq S0 yds. water Group 238 ?Twit mime Agitator (weer 10 yds. term:eh 12 yds.) level), 1314$ (Debris Seta rover 31 yds. and lael,eding SC yds. ester level)r Trues' ( Pre-data! Coastete Kix. eeet 3$ yea. sad 0?aep 241 Salk Cyst Sprssd r (v/vs Auger. 1 yds. sad !gelding X144144 34 yds. esbr 3are11 . 12 yds. voter Lowell; Duo* I1 yes. awed lneleding 11 yds. trewp 311 De 10'0 2!'s. 21'■ sd ether similar Cat type. Ters+ label)! Dumperete (1 y4. and including 1: yds. water 1.ve11 t 4412-propelled Strwc O.-sepal vies self-ebauibed refuse bin, �r+• 4�'1rn+Mllt, Sburdaroetes, Svetld and *Lollar type e�tir Saida (Deer is sox. 1 yds. and lacludiag 12 yds. voter level.): w1 wmea pulling Ase+/pa+ K taut Tamt•Trtilare Soxd, yes and/ac Orb. Plow: True* (Dry Pre-bateb COaerete mis, 1 yds. sad Lb:lading 12 yds. voter level) 11• 1:011 SD. 011{-3411 • Pep 24 410C= camas (Nmt•4) trend 34, folk Oddest Spreader re/wa Auger. doer 34 pas. sod wader 41 Ida. voter level), Dume (ever SO yda mod wider 41 water level), Democrats (over 10 Ida. s s der 63 yds. water add dw� level): Compete' (ever 30 Ids. and eater 4S yds. water level): illo.pver pilot (vises traasecrting mea er Was 1618 4414. (Dab[!, Sox, over SO yds add Wader 41 Ids ester level)a Truces (Dry Pts-fare* Concrete min. over SO yds. W ender 43 yds. ester level) Orend 37t folk Cement Sprsede[ (she Anger, ever IS yde. add La- tinting 10 yds. ester levellt D+p (43 yds. add 1aoludthq 10 yd.. deter level); Dm/ ores, (ever 43 Sts. add including 1O yds. doter &dwells Daslpst.r (ever II Ids. add laeludlns 10 Ids. sitar Lovell! Skids (Debris Ica. 41 Ida. W ldeludtnq 11 yds. wets(' lewd), . Theta (Dry Pre-becca Csmotete nix, 41 yds. and laeladiag 10 yds. • aster level) j snip 318 Sulk Calmest Spreader (v/vo Amgen. Mr 14 yds. add (a- uloding 13 yds. water level)s Dump (aver $0 yds. sad !deluding 13 yds. leveL)p Wagering (deer 10 yds. and !deluding el yds. iaeellt Dudoster (ever 10 yds. ad Including IS yds. water level!, /kids (Debris for, over 10 yds. add lmdluding 11 yds. water levelly Treats (Dry Pre-wtaa Codereta nix. ever 10 yds. and i cludldg IS yds. water level) • nw-13 North • ■ S32a DlstlrpTr0SI Thome Westerly b W X.V. sewer et township 201, ranee tot, . 70a ?Uwe Northerly to be 1.2. won •t trawl/12212 $C13N2!! OPLUT05 Thew Utterly to the 2.11. weer of tranship 2j, raw ft. WAS I lad II Thew Northerly to w 5.3. owner K township 221, rep* Il. • ?Woe Wescael b W 1,1. earner K t•wnaalp 271. tape II. ••UUZA Is All Laeluded La the d..oiiptios defined ►eir Thew, NerWrly to w S.W. Weer K townaaip 271, tap* 12. • .Mich la based upon Tsasalp and log, Lints •f AIL11 i ad IS. ?Wee tasterl t0 W l.2 ~her et ts.wsaip 271. ranee it Comeneip La the /asicie Oseao es the estesstoe of w /e.thesly Thew N«Wyly b w lei. a.raer K oo..ssalp 2n, ranee ti. Thrace Westerly b W X.M. ewaor K townchtp 215, rape 72. line of Township 1ff. Theme Northerly b the 1.2. swage of tranship 301. rape 42, Henn latterly slue W Soothsrly 11ae to TI ably 131. - Hew we.url b to V.V. sweet K township 701. sane. 32. crossing w It. 21a 2.wtlN.n b w S.M. cornet o! Thew Northerly tiara W St. Dia•la wcidlaa b the N.Z. career Tranship 192. rage SS. Nt. Neale lane Ling and weidia.. K Township 141, type 1N, .1leese irwth,rly to w S.W. .sweet of towheeip gas. ra,y. 1l. Tf•e•e wescetl b W N.V. sorbet K tranship 341, were, IX. Ties. Lecgrly u the l.r, owner of trawl, 70f, ranee 1]t, Mute /eetasrly b w 1.2. mew ed t ssaip 321. tone* Tr, Muse Southerly to w S.W. causer of township 211. ranee 1]1. Hew eastern to W N.W. ewer of tow tai/ 121. rang* 7v, Hens. Zasesrl b W S.N. earner K trestle 212. ta... 171. !~sae s«We y b the S.W. *ewe K tw.saip ]Ole ranee* Tr. Woos lr.ceorl7 b W S.W. eraser d [rraeaip 223. tame* 171. Thewww is.tserl7 b 124 S.N. wrn.gK.4 township 111,ewae,7r., Hate tasterly to W 1.2. owao, •t t.wealLp 221. rasp. 172. flown 10,114, 3' b the {.!. eoraor K tramaAtp 231. ranee 112. Theta $aaterl to W 1.2. Swage K township lire ranee SW, 9'aeeae iaoterly b W S.Z. carnet K township 233. [hate 332. Marne, Southerly b the S.X. eerie of township 141. ranee SW, Taw. /oth.rly b w 3.5. Warns, K tsrssaip 241, race• 132, Wean westerly b w f.i. terser K township 245, range 75, en w lo.thecl7 Liao K use. Wary, Leone lastetly Shute Westerly b S 1.2. teener K tranship 145. rases 75. oleos the *westerly fre.s.dary .4 times Coarse std W lc.tm,ely Thew Westerly te W ■.5. earner .4 township 14N. rant. 7N. • r .r••g•!�e. Tulare Ceara, b the 1.2. owner 54 township 141, Thew ■ertherly b theN.3. seraor K tsa%ilip 135. ranee tv, • M. •Thew northerly to wli.i. Sheller` et township 1111.r�,12222, i Hew Northerly b W 1.2. snowy ed teasWip 223. there 291, Thome Westerly to W N.W. weer of lowa.alp 141. rap* 125. Thew Westerly b W M.N. ewer of bwosa tp 211. ewe 232. Thera, lotta.rly be W N.s. owner K township ISM. raps 3.2v. shown Northerly to w R.Z. corner .e tanaahip 131. rases 1St. The. .We■urll b w 1.5. eraser K townie III. ranee 142. How Westerly w 1,l. armor of tamable 131. terse 211. lasts lObiher y b the S.W. corset et township ln. ratty 145, Theses Northerly te w the M.N. seetrettttownship 112'ra ranee ss. Ili Thew Southerly a 13. 3.!. ,.Wiwi ktbownship raefe me Then aertberly to tie 5.2. eraser of transept IDS. rape 212. ?Woe westerly o the S.W. Serest K trassalp LSO, rants 145. II Thew resters b W N.W. anew of tewasalp 101. fame* 24t. Thew Southerly te the 1.5. sorbet K trawl? 14e, rap* lyre r Heave •orcaerly b W U.S. corner of !curtains Is. rap* 231. .Howe tastes'', b W 1.2. saw, K braaalp 175, tame 145, Thew Westerly W U.S. won K taoaatp ft. roe 212. Trieste Southerly to w S.M. wraot K tessaaip Ur, rape 13W, d Thew .ert1.[ly b w 5.2. orraot K toroabtp U. tar* 241. Theo. Usual?* b w 3.3. wear K tranship 135. Lase* LW. it Theses Wruely b be R.N. eraser of t.wenhl► U, nine 241. Thos Southerly to W S.N. e.cs.e et trwassip 112, ranee 2.25, :Wee northerly b w 2.2. snows of toessaip 41. rap* 211. Time 2aatesl w w 5.2. weber el b wesalp 5111. tu3* 131, is Thrace Weserl b the 3.2. onset of tares*lp SS. tape 1f1. Rene. 15.th.rly al. q tae ]lacers Liao to rare 121. b W Tease Northerly to toe 1.11. archer et to.w.aip SS. tap. 191. factfl. Ore., *stied/rap We pottiest K Norther, Chlifotaia ! Taws Westerly to the 1.5. war St township U. rare lft. vital Santa Clare Csw.ty issini.ded nitrite to followl i Tw*see Northerly b the 5.2. rennet et Wesel? 3s, :ease 111, Cresting at the 1.1. eerier of tows•1 p Ilk's Theses Westerly is w S.N. corset et toraaalp 3S. ease• U1. R. Duals Baseline and weldisae / K. rare 32, Wore Parcae:1y te W 1.2. cornet of taa.ehtp 3S. rues. 171. TIe.o. La a iwaaerly direction b W 1.1. wow K WW1, e1 Those* Westerly b the ■.N. earner of township 23. rases 171. 73. rye* 12. S Mont southerly er«.lp W St. Diable Sullies to W 1.2. Tfeue LA ■ /easterly Nineties te the S.Z. secaer K teraaalp e.ta.r,of outset., 22. sap* 112. TS, ranee 42. Woos rested b the N.N. corner et tooa.salp 21, ranee 1St. Three L a Ssrthesiy ILrewtiw b'w 1.3. •era.t el trawl/ 1 Aw Thew Northerly to the 5.1. corset of tranship 35, ewe 131, 11, rare 41. Thum Westerly to the 1.2. toner of tornsatp 31. 1505* 111. Thew Te Northerly on y te W N.X.■.l. corner of trwaaolp tit. tap* 141. H..oe La •5ecterly directive to W W.V. wawa et top Thence %eu.rl to W R.N. corner of township a, care 141. lb..., Northerly b the 5.2. owner K tewm.hip Si, [ape 112. y' war* 32. to Ue poise K fralaaip waltl paellas La a� C Then. 1 b W N.Z. nor of township SM. ranee 132. part K Arne 2. Z 0 Thence Northerly to W V.Z. corset of town/nip 1101, rap. 121. ills 11 ale. Laelde, that poetise K Thees laet,rl to w 5.2. weer K township 113. time' 141. tae !shoots, linear thews dltfsrsia vifish These Noltesrly to the 5.2. corner of tonality 2.1N. rape 141.. Connoting 12 w fseifle Was ea a eetesaye of W Ss.ttierl Thence westerly o the N.S. weer K trw..atp 11N. rape 152. has b township 21. 2tiwsidt 1...L5 and 55(2.41.., y !Wes Northerly to tae R.Z. ewer of tnrna0lp 132. rape 101. !have lastnly ale the Southerly 11ao to TrsbLp 21. to Theses 2ast.rl te the 1.2. ewer K towacaip 1K. tare 111. the I.W. eraser K 77aweal ?s. taste * '.� Thous Northerly b W S.I. went et teabip lea, war. 112. Thrace ► _, 54 31t. Theme Zsaterl b W 5.2. osra.r K township 171. roue. 141.. Thew lastsrlyyalas, the'W.ateldt`lamellae to ti S.M. n ge a`. H.... Southerly b W 1.r. own, K townaalp 141, cape 142. K trawl, U. rare 31, • TI.mn tast.rl b W S.I. etfser K township 1a, reate 112. ?Woe awrtaefly b W 5,1. earser Of Then 50.11.rly b the S.W. owner N tweet,. 521. rase, 151. Meese tuurl b w S.S. teener K tses.11► 21, rase* tl, Theses rottenly te W 5.2. parser of towawelp 131. roe 112. Tbewe. /r.thetly b w /.5. ewer bf to nellp�ef,`rule It. •.• Were Sutras/7 to the S.W. eseaer .t wart, 121, rump 172. Tle .e Tast.rl b the S.Z. server K sowasa ar, 31. SIC Tier. /easterly alone the Soothers LUas b te.esatp 132 to W Thee. Northerly 2 r Tasters loeadary of w K Calitwata. b W Staten! 7 o w N.Z.1 , street K owashil► 22, tap* 1, .. '. California b tag R.Z. weer K to.saatp 175, taro 151. Tease Norther b W 1.r, sweet •f te4a.U.a 21, rule S 3. Teo westerly b w N.X. sumer K townuip 175. range 111. Thump Northerly tin«tire W WWII la«liag b w 1.N. Theme, Nectaerly te w N.Z. weer of twssalp 205. rases 152, ff eta b"n� la, mete 71, K 51.township 15. :1 32,sereelft sasalla* b the 5.2. teraoe 4 These* Northerly to the 5.1. eraser ef tranship fed, rare* 32. !feet. Westerly 11.W. a. the .1. terser el tsaalp 3M, faO,* 2Z. ■ ?fosse Northerly to W 1.2. earn,: K tranship 11N, rant, U, • 'Woos Westerly along tae !Northerly a. to UV.N, lass to 7ael2l. Oases. Sall rr alb. laele4, that puttee K wwberi f:a2lfet•ala Lae3Wh4 J within W Us11owiae lLaesr • / dwemwlag at W Mrwrly i.w.d.ry et a State K Califerala at w S.N. rauase K tomato 48X. rasp. T1, 5t. Diablo Lasalle' • had wridtaar Mimeo 1o.tb.rly be tie S.W. Owyhee ei bw.skip 44M. raoee 71, Ttm.oe Zaeterl to W 5.2. seraer .4 torment/ 44s. ramp* 7W, Tiro. Meta.,ly b w S.X. sector K toenahlp 43N, rants t7, Thew Saucily e the 5.2. settee el tsraaalp 435, rap* SW. fleece Nwwri te w 1.2. teem.,, el Unseal, 41N. rape SM. • en w Weatherly ew4.ry K 1a. State et Callfernla, Thew Westerly slop too hew tawny 1e..edaty of the State K CallIwata to the pet K b...-sip. SalA Its 111 true het Laleed.• .NUL ASIA 2 u deflm.d. Onlisted .LsatfiestL.a *weed tat weft not laaleded cicala the beeps et the elaselfl..cl.ss listed say be Wed after aware Golf as pewts,d la W labor aty.da,d. .rcr«t ela..ee 123 C71. 3.1 La111141111 MW-14. North • . it'► Will It does) • 6t'► 1L'0T lL duel° 6t'6 61'61 og duo,' it'► c9'II it dnoJp . • 6L'► 69.01 II deem) . .6170663 WY if'Yt LI dnoJ0 •.465 'moues pue ode. 6t'► 19'01 IT (InoJp T 66J4 641.0164 64 01 ' •(T•1.iu.pl6.V) IL ••JV 61'1 09'01 Si dnoao septa. 1 6+1.301. t well . • ) ..170003 oa.1o5 6t'► LS'fl pI dnoJD • • •a.JiIuo3 Irliu.pl•0I. .1 .1013 6166S'0•I611 it'► 65'61 .CI dnoJp • was 1111;•0•41 '60111 u.l'ailu0. u.$'u11/M 6t'/ SS'01 ti dnoJp CL'CZ CL'TL D.fl dnoa0' '.4.D3 6J4u03'•P+041iV 6t'1 65'61 1I dfozO SU'CC Wit 6-IT airman (1e116•P1116) 19 160.34 61•6 05.51 01 dnoJD lift WO! V-11 dnoJD O Ii$OI141631170 Vial 6t'Y ■►'/t 6 dnoJp 11'11 t1'61 TI dnoJp .z 60'6 01'51 15.116 AO' 1007 6C'/ L►'II to dnoJo (L/'OL LO'OT V-OT d00Jp -a100111 I 661J640 l'.1 6t'► S/'61 ,l dnoJp 66'01 61'1T OT dn6ap . 0 1 10131m PTO11639 6t'► C►'61 '► dno30 SC'Ot SC'1T 6 doom° . dnoJp Co'0t CO'II / dnoJD H 16076 laoilu•4O 6t'► t►•Vi 5 dnoJD 61.61 OC'LI I dn6JO El ..5 16001 I.J•oou04V 61'6 i►•Ol ► dnoJD /6'61 ►I'LT f dnoJp N•0 AS ,6a61O1aoola °001°"1■ • 6L'► OY'II t .1 40 Cl S51'i Wilt 111064113 6t'► IC'0t t dno10 66'01 t6'91 5 dnoJD • I-1 l(T.14u6p1665) L 1119 6L'6 01'51 1 dnoJD TWIT 16'51 t 0116'9j I V 5f!'! WIT 626/11 600 1630i • 1.1 a Ja S*6J.l 00'LT 00'ST - C • w -a6Ja 6u1,0y0 lull WV 10'1C I •614 6►'LI 6►•S1 t dnoJD Z H ! a0736Js P1011•O/ 1aa eI •O 16116 66'96 46'91 • I'40090 A 16610 1io71a6d0 in, L 11544 T Vial O 6616 J6•o4 11J6I6ulya 1L'► 06'LI 1 .•JV um104615140 4u66diabl 16+016 Iu0a.Iaoota poo.p.1s sampan t17•+ 7.645 16'1 60'61 C •014 SW11 i 1!'!16 • .1•lu.d1.3 WO it'[L 6 dno,° 66a6pue4 6163676114 1(1614u.p166d) f 06311 SL'5 110'0L 1 dnoJD IT'S 00'6 1 dnoa0 . I .d1!2 SA'S o►'OL 1 dnoJD II'S i1•ct 1 dno,0 AN SL'/ 16'61 f dnoJD ll•c TO'ST g dnoJp 51'1• 01'61 c dnoJD TI'S S►l'fl )-1 06030 Sc dnaaD 5L'5 ►S'It V-► dnoJD TT'S 11'21 •-1 dnoaO 61'5 IW'ii IC dno/D SL'0 90.11 ► dnoJD II'S 14'5T P-1 dno,o . OL'1 6►'61 fC dn02° SL'a 9I'Li C dnoJD Ij'S Tf'ST o-1 doom)•LL'► 5t'6T SC dnoJD 5L'1 O['f1 g dnoJD IT'S 60'2T g-I dno,0 61'1 61'61 tC dnoJD 5L'5 /CST 1 doom) II'5 SIL'51 e./ dno.3p • 61'1 6l•Ot Et dnoJD 1r01406Js 16614 TL'c 15'51 I1 dn.6J 6t•► Wet i1 dnoJD Si .' 06'01 f dnoJD • T V 1 61.6 t0'U T1 dnoJD SL'1 61'61 5 dno,° to uogr6 it'1 66.51 dnoJD 51.1 56.51 p dno,O 5C Grip 66111 01 dnoJD sl1'1 1/'K • a1g1.1J1a•is OL'1 will OC 00010 SL'I 01.01 • g l .1111 • 6 't 06'01 /t dnoJp 6L'1 11'56 • 1 dnoJp fT LL dnoJD 51'$ 1L'L1 . 0-C dnoJp 41 iC'► 51'61 dnoJD 'II•p 10'!1 6r61a1a1o61s 1 9t dnoJD SL'1 66'96 3'L it'► S0'in SL 46030 SL'O 11'51 11-g dnoJp a► 66.31(it't 5/'2T pg dno10 IL'O' 51'51 V-L dnolp tOwj0l17a•1s •65'1 WIT dnoJp 16'1 11'!11 g ...Iv � 61'1 fl'/I/ [L dnoJp• cl'O 60.51 a-T (11.4"63) 05.6150 420194 51'$ SS'ci V-I 40oa0 Ua.prgi wet, SA'S co•ci1 I dnoJp Z 1I0,140,1 166j01416t15 ' 01611o11T03 "310 0 6lumo)11.3 "071 11pp,1uO31 •i1liu.o, ..a66.1.3'6l10a �061iueo3 n,u.l.yp76a 010 ir•.�dln6s a••w41 .1Op, .VI4TV'.P•..iV •H 'aop..V'w1)dlV'.p0./lV I 11061 E1 ` _ 1 9661 • U•� 1111"'1 1"01.11 '0C 4a70M-CL! T VA • .11616 4'x.1 •1,M4•(m-1 • .f4 _ "�! ►100M-1005-►0431 MOT57.Y10 .w'•.. _ AAA �� _ ...6 11ooM-100i�11V311M0151JSd :.(13 ' • ' a .,r 680[ 'S[ aunt 11Ceppd L[L '°N 'd6 '(oA / av101208 Pelepo,� �� i . i . 0101.... . rY ..Tsar'. f•: 1 • n:..1 F':'r•.it • • • Federal Register / Vol. 49, No. 130 / Friday, July 13, 19M / Notices rcl!Iny acAR1-innl-trod. ai —i19-"R-17K11=AiFEG—V17 11x41 H..wr Itiogo Ale..eda, Aloln•. Mender. A� , . , nutte, falavarae Coun- ties, etc, California bannI, to `w+dlflcallon rro. 7, published May 111, l�.e• the 4arble finishers and tha Tile finishers should each read; Area 1. • ric O d • • F-+ hd J H H 0 • 7. 1 Gn • r c • 1- c • • • • • 8-22-83 SECTION 6. FEDERAL tEQU I R8MENiS PC, FEDERAL-AID ST UCT 1 CM PROJECTS 6-1.01 EE?ERAL.--The work herein proposed the person, firm, association, or corporation sill bo financed in whole or in pert with Fed- to whom such eontrect is So be awarded, art!- oral funds, and therefore all of the statutes, tying that such person, firm, association, or rules and regulations promulgated by the Fed- corporation has act, wither directly or incit- ers! Government and applicable to work financed rectly, entered into any agreement, pertici- • In whole or In pert with Federal funds will pated to any collusion, or otherwise taken any apply to such work. The MtequIred Contract act ton In restraint of free competitive bid- Provisions, Federal-Aid Construction ding in connection with such contract. A form Contracts,' Fora PR-1273, are Included in this to make the con-collusion affidavit statement Sect ton 6. Whenever In said required contract required by Section 112 as a certification provisions references are made to the "State under penalty of perjury rather than as a Highway Department Contracting Officer,' 'State sworn statement, as permitted by 28, USC, Sec. Highway Department Resident Engineer,' or 1746, is Included in the proposal. 'Authorized representatives of the State . Highway Department,' such references shall be ■1.04 PARTiCiPATICM K 11lICRITT BUSINESS construed to mean "Engineer' as defined in ENTERPRISES IN d1'RJICTIMG.—The follow- Section 1-1.18 of the Standard Specifications. trig are eucrpts from Part 23, Title 49, Code of Federal Regulations entitled, 'Participation 6-1.02 PERFCR ANCE OF PREVICUS CON- By Minority Business Enterprise in Department T1tALTS,—In addition to the provisions in of Transportation Programs.' Section II, "Equal Opportunity,' and Section VIi, 'Subletting or Assigning the Contract,' of 33333335 3 5 3 3 3 f f f t•M required contract provisions, the • Contractor shall comply with the following: $rboort A-0eeeral The bidder shall execute the CERTtFlCA- 123.1 P rposs. TION WITH iiEGARD TO THE PERFORMANCE OF PREVIOUS CONTRACTS OR SUBWINTRACTS SLEJECT (s) The purpose of this pert is to carry TO THt EQUAL PPORTUNITY CLAUSE NC THE out the Department of Transportation's poticy FILING OF REQUIRED STS !coated In the of supporting the fullest possible r-Hetps- proposal. Mo request for subletting or lion of firms owned and controlled by ■inort- assigning any portion of the contract in ties and women, (MBEs) in Department of Trans- excess of 310,000 will be considered under portatlace progress. This includes assisting the provisions of Section VII of the i6Es throughout the life of contracts In which required contract provisions unless such they participate. request is accompanied by the CERTiFICATION referred to above, excw...,.=•red by the proposed 3553 5 1 1 1 1 1 1 1 1 1 1 subcontractor. 123.2 Applicability. 6-1.03 M-COLLUS E tsi Pony I S I ON.—The • provisions In this_ section rs applicable to This pert applies to any DOT program all contracts accept contracts for Federal Aid through which funds are made available to Secondary projects. members of the public for aecempltshing DOT's Title 23, United States Code, Section 112, purposes. ' Contracts and subcontracts which requires as a condition precedent to approval are to be performed entirely outside -h. United by the Federal Highway Administrator of the States, its possessions, Puerto Rico, and the contract for this work that the Contractor file Worth Mariana Islands, w exempted from this a scorn statement executed by, or on behalf of, pert. • FR-1 ;23.5 Definitions. .(a) TM Office of the Secretary (OST); (b) The Federal Aviation Administration "Affirmative action" canna taking specific (FM); steps to •ltainate discrislnstton and its (c) TM Unitsd" States Coast guard (USCG); effects, to ensure nondiscriminatory results (d) The Federal Highway Administration and practices in the future, and to Involve (Ft#aA); minority business enterprises fully in con- (•) . The Federal Railroad Administration tracts and programs funded by the Daportasent. (FRA); *Applicant" spans on• rho submits an sppli- (f) The Matins! Highway Traffic Safety cation, request, or ;.lsn to be approved by a Ad`tnistratlon (MHTSA); Departmental official or by • primary recipient (g) The Urban pass Transportation . as a condition to eligibility for DOT financial Administration (UdTA); assistance; and •application" means such an (h) The St. Lawrence Seaway D veelopment application, request, or-plan. Oorporatton (SLSOC); and "Compliance" means the condition existing (1) The Research and Special Programs when a recipient or contractor has met and Administration (RSPA). Implemented the requirements of this part. *Contract" means • mutually binding legal ■ioint venture" swans an association of two relationship or any modification thereof or more businesses to carry out a single bust- obligating the seller to furnish supplies or mess enterprise for profit for which purpose services, Including construction, and the buyer they combine their property, capital, efforts, to pay for thew. For purposes of this pert, a skills, and knowledge. lease is a contract. *Lessee" seen a business or person that *Contractor" means one who participates, leases, or is negotiating to lease, property through a . contract or subcontract, in any tree a recipient or the Departsent on the program covered by this pert, and includes recipient's or Department's facility for the lessees. purpose of operating a transportation-related 'Department' or "MT" mans the Department activity or for the provision of goods or of Transportation, Including Its operating services to the facility or to .the public on elements. the facility. "DOT-assisted contract" means any contract or modification of a contract between a recipi- SWIM ; ; ; i i ; i • • ant and a contractor which Is paid for in whole or In pert with DOT financial assistance or any "Minority business enterprise" or *MBE" contract or modification of a contract between moans a smell business concern, as defined a recipient and • lessee. pursuant to section.3 of the Smell Business Act "DOT financial assistance■ means financial and implementing regulations, which is owned aid provided by the Department or the United and controlled by one or sore minorities or States Railroad Association to s recipient, but women. This definition applies only to does not include a direct contract. The ftnan- financial assistance programs. For the • cial •id may be provided directly in the form purposes of this pert, owned and controlled of actual money, or Indirectly in the fors of means a business: guarantees authorized by statute as financial assistance services of Federal personnel, title fa) Which is at least 51 per cents:: owned by or other interest in real or personal property one or more minorities or women or, in the case transferred for less than fair market value, or of a publicly owned business, it least 51 per _ any other arrangement through which the rec1p1- oentnm of the stock of which 1s owned by ono or ant benefits financially, Including licenses more minorities or women; and for the construction or operation of a Deep (b) Mhos* management and deity business Mawr Port. operations re controlled by ono or more such "Departmental •lament" swans the following Individuals. parts of DOT: • FR-2 £-s4 • 4014A 41000s 1I'4s 41 •s4uweJlnbeJ 3gr s44 4J043eJ4u00 Aus pus 4ses 04 $4J04ia JI.44 ul sJesodo.4 pus sJ•Pplq s4ue14P0'Jgns JO sow I I0sJ uses4.q $400J4.u0o 04 •121111 w AJ0446J1P 044 'Mom 1i•4s 4ue1d10e.J peystsse -100 4usnbesgns Its ul pus 4u.1dla+J •41 •su°1y24.1o1lOS J*Inol4Jed 04 pus S4uss -qns Aus pus ..usidl05J •44 u.s*4sq Syuo ..sJ1nbsJ 6u14zeJ4u0o le.J.ue6 e4 yueAsieJ ss14 -.sJ6e yuanb.sgns Ile ul pus 4ussOSJ6s •Ousy -111Qudso 411* s38i1 64.0414uepi •424.1110.4 04 -sissy I•LOYeul4 100 s,twldl°•-e 1541 ul P•Dnlo 4.11 soJnos JO AJ040SJlp s •lQ'$1SA• •A•4 Il•4s -eel sq lie's syusss4e4s .seta •u0140•s si4y .+y1410•J '41. (1) 'A-eoi J1P 3gi (•) 3° (Z) Pus (l)(e) stide.464.14d ul uusas00, nµ .. Aq .pigs o. eeJ6s lists ..u51d100J 40.3 (et) 111111111fff M ••4eri4lo•J Jo► s4sses.sieta I'J•ses was mompuedeno ssJ6oid Sot P•Jlnbsg gem fSSSffiSiifffiii , SffSfSiSfiSfffif soSJ60.4 4s 1 sWY I s l osso u •s4s 1 JdoJdde sweep 4u.1 d loSJ •44 se Ap.es4 4o14s4JOdfe1eJa 10 44e•s4J•d•4-0 1JSd$*S 4ons JO yus I d 1 o.J sq4 Aq y044uaO JO 4.u..1•I6e i psh sssil l♦ 4J•6401 •44 pm uol4su1s s4 ul 4InseJ Ass '4ews-i.ds9 • •44 4o 00141014140u a44 4•441 ePSO 4.'041J4 "sae JO '11161J0 ISU0142u 'JO10o -utoo 40 4om5J4 s '4 '414sueo 11941 (s)£►•£ZS ul 'szeJ 00 spunoJ6 •44 uo 'yJed '144 Aq p.J.^O• 44-04 4es s4USS$J1nbSJ •q4 4n0 AJJ40 04 5JnI1s4 YOSJyLIOO Aus 4o souUsJ04Jsd ' pus ',Joss W4 4,44 J04.7eJ4u 0gns JO 'JO40SJ4"OO 'yoe.ld1O 441* nolyOSUUOO u1 .suites peisuloolJasIP 's1* -SJgns floss Ss1Aps I1s"s 400,0100J situ co) -J•WQ JO '40 1414•u•q •44 P•lu•P 'ui uO142d -101 wed w0611 PeP+e I os sq 11.4• uc'sJed ON SSSSiSSfSffffSi-S •p61141et0-id 610142111s1JO4i0 eCZS . et4041J4uoo po4sIsss-1013 +0 •oussJ03J•d pus pJSwe sq4 ul •1;394 Aq Pe441154ns xis Jo 'u161JO 12UOlyau 'JO)OO 'sou 4o slfe4 •sO4% 04 sivsodOJd JO spiel 4o u014eJ•P1s0 544 SO •4SulslJOSIP 40S 11S4$ 1J040SJ4.uco 1111211 4014* .nblutos4 s SUMO s'Plsn■a.'Ss • .11.44 Pus sywldloa- •s4zeJ4U00 sJO3JSd pus •J•4/s1'4 JO; 1Os 04 pa4ou5lssp • • JW code= 04 A4$Un.4J0dd3 snsixso •44 •ASq sot •4s/54 sow ucsJad Aus JO uoj4e4J0dsswJ4 seslJ4Ja4ua sse4lsnq A41JOUI■ 4244 SJ0000 04 40 AJS4SJOSs •4K SUMO .AJ245JO'S. £Z 4J•d 2ii0 61 411* SOURPJ0321 ul 1454* slgs •seJ6ad Aus JO4 -uO$00J pus AJesseocu Ile ele4 Ils4s sJO4pSJ4 4u•IdlO•J -"YOUR 46110J44 JO A14O•J1P 'p.pusyxs -uoo JO '4u'1diowJ Ile PJVISeJ 1144 ul •4uo sl s0us4sisse Isiou"u14 100 SOW 04 11340.4Jd -.SJ6e '144 Jepun P•PIA0J4 spurt IsJ*Psi 41111 Jo ollgnd 'A414us Aus sumo ■4US1d10•21a .Jsd ul JO Slots 141 peousu14 s40eJ4u00gns pus •s0us411sss lsiousul4 jog SOAISOSJ Sy054uw 40 SOUSUJO4JSd 544 ul •4' 1014J•d W14m 40 4JSd Aue A41A14os •J1.us 544 sePmIOUI 04 A41un.J0ddo onslxs sq." Me4 £Z wed pus '•ous4slsse $siousu14 100 Sin 04 4uSIdIosJ 6) U1 P•u14•P s• sa41JdJ041.1e mining A41Jouls s Aq 6ulsls4Jepun Aui Sumac „oeJ6OJd, 4044. •Jnsus 04 sa.J6e J04aIJyUCO '41 JO •yu5ldls 4u•1 d l oeJ 'NI (1) •s014i61140 3oi (Z) J544ous 04 uO'soue.4s 1 mss $144 40 Ile Jo Ssos sassed pus S0us4sisss Isloueul4 100 SeAlOO•J . •ytIS.5J6S 1144 04* 4wldIOsJ S sl ■4wldIosJ AJs-1Jd, • 04 Aldds £y 4JSd l4d3 6) 40 'yuSSeJlnbS.J 3ist •4JSd •144 4o S4u1SSSJInbeJ 544 4u.s51dsl •44 A l yusnb!suo0 •4usss•J6S )144 JSPus •Piet 04 Pe 11'. sal JO4=4.000 Jo 4os l d l aaJ s Loess I4Jepa4 441* 4JSd ul JO 5104* u1 peons 14 6ul4sis U0141P00 •41 susses .SausildwpouOWS S40e14403 40 soowsJ04Jed 5t4 ul •1•d1314Jed •4U5sa$• la4uss4Jedea J•4/slel 04 A41un4JOddo .nsiss o44 •As4 11,0 £Z u1 s-IJdJe4us Ssaulsnq 1.41Jeuis 4o u014°S0Jd 4J'd tin 6) ul P•ul4•P se sesIJdJe4us s«uisnq JO4 A4111Q1suod..J lie-»J0 AIN 04 4uSSSie 41JOU1s 4244 u014e4JOdtUSJZ 40 4USS4J.d50 4uo4Jade0 544 40 P••el 5444 Aq p•4•usal1e•P 044 40 Ao1104 a4 11 41 •A*110i (I) p101440 5444 sumac NJ0,4*UIPJ000 38Ms • • • • firms the Department, recipient, or the Styli (c) A recipient or contractor any . count Business Administration has determined to be toward its MBE goals a portion of the total . eligible MBEs In accordance with procedures set dollar value of a contract with a joint wan- forth in this subpart. • lure eligible under the standards of this subpart equal to the percentage of the owner- (f) Procedures to assoertais the •Iligi- ship and controls of /be MBE partner in the blilty of MBEs and joint ematoree involving joint venture. MeEs. (1) To ensure that its MBE program (d)(1) A recipient or contractor may count benefits only firms owned and controlled by toward its we goals only expenditures to MBEs minorities or women, t1w recipient shall that perform a commercially useful function in certify the eligibility of MBEs and Joint the work of a contract. An MBE 1s considered • ventures involving MBEs that are named by the to per form a commercially useful function %hen competitors in accordance with this subpart. it is responsible for execution of a distinct Recipients may, at their own discretion, accept . element of the work of a contract and carrying certifications made by other DOT recipients. cut its responsbllltles by actually perform- -. Ing, managing, and supervising the work (2) Recipients shall require •their prime involved. To determine whether an MBE is contractors to sake good faith efforts to performing a commercially useful function, the replace an MBE subcontractor that is unable to reipient or -contractor shall evaluate the perfarm successfully with another MBE. The amount of work subcontracted, Industry - recipient shall approve all substitutions of practices, and other relevant factors. • subcontractors before bid opening and during contract performance, in order to ensure that (2) Consistent with normal Industry the substitute firms are eligible MBEs. practices, an MBE may enter into subcontracts. If an MBE contractor subcontracts a II S I } S 5 5 5 5 f 5 3 S s 5 significantly greater portion of the work of the contract than would be expected on the 123.47 Counting MBE participetion toward basis of normal industry practices, the MBE • mmstiag MBE goals. shall be presumed mot to be performing a • commercially useful function. The MBE may MBE participation shall be counted toward present evidence to rebut this presumption to meeting MBE goals set in s-cordance with this the recipient. The recipient's decision on the . subpart as follows: rebuttal of this presumption 1s subject to review by the Depsrtaent. (a) Onee s firm Is determined ,to- be an eligible MBE in accordance with this subpart, (e) A recipient or contractor any count _ the total do l 1 ar ve t ue of the contract awarded toward its MBE goals expend 1 tures for mater i a 1 s to the MBE is counted toward the applicable and sappily: obtained from MBE suppliers and - MBE goals. manufacturers, provided that the MBEs assume (b) The total dollar value of a contract to the actual and contractual responsibility for an•MBE owned and controlled by both minority the provision of the sterileis and supplies. mates and son-minority tousles is counted toward the goals for minorities and women, (1) The recipient or contractor may count respectively, In proportion to the percentage its entire expenditure to an MBE manufee- of ownership and control of each group In the tuner (1.e., a supplier that produces goods • business. The total dollar value of a con- from raw materials or substantially alters tract with an MBE owned and controlled by them before resale). - minority women is counted toward either the (2) The recipient may count 20 percent of minority goal or the goal for women, but not • its expenditures to MBE 'suppIIers that are to both. The contractor or recipient employ- mot manufacturers, provided that the MBE - Inc the firm may Moose the goat to shich the supoller performs - a commercially useful contract value Is applied. function In the supply process. SSSSSSSSSSSSSSSS FR-4 123.51 Certification of the eligibility of DOT recipient shell make Its own determination alacrity business enterprises. based on the inforetetion it has obtained from the other agency. • (a) To ensure that this part benetit's only (3) If the potential MBE contractor has MBEs which r• owned and controlled in both been determined by the Smell Business Ada in is- toru and substance by one or more minorities or tretion to be owned and controlled by socially women, DOT recipients shall use Schedules A and and economically disadvantaged Individuals B (reproduced at the and of this Part) to under section 8(a) of the Smell Business Act, certify firms who wish to participate as MBEs as amended. in DOT under this part. 123.33 Eligibility steederds. (b) Except as provided in paragraph (c) of this section, each business, including the MBE .• (a) The following standards shall be wad partner in a joint venture, wishing to partici- by recipients in determining whether a firm Is pate as a MBE under this pert in a DOT-assisted owned and controlled by one or more minorities contract shell coup i et• and subm 1 t Schedule A. or women Is and shell therefore bs eligible to Each entity wishing to participate as • joint be certified as an MBE. Businesses aggrieved venture MBE under this pert In DOT-assisted by the determination any appeal In accordance contracts shall in addition complete and submit with procedures set forth In 523.53. Schedule B. The schedule(s) shall be signed and notarized by $te authorized representative (1) Bona fide minority group membership of the business entity. A business seeking shall be established on the basis of the certification as an MBE shall submit the individual's claim that he or she Is a somber required schedules with its bid or proposal of a minority group and is so regarded by that for transmission to the contracting agency particular minority community. However, the involved. recipient is not required to accept this claim (e) Under the hollowing circumstances, • if It determines tine claim to ba invalid. business seeking to participate as an MBE (2) An eligible minority business enterprise under this subpart need not submit schedule A under this part shall be an independent or B: business. The ownership and control by - minorities or women shall be real, substantial, (1) If a DOT recipient has established a and continuing and shall go beyond the pro different certification process that DOT has forme ownership of the firm as reflected in Its determined to be as or more effective than the ownership documents. The minority or women process provided for by this section. Where owners shall enjoy the customary incidents of •- - such a process exists, potential MBE contatec- ownership and shall share in the risks and tors shell submit the Information required by profits . colesensurate with their ownership the recipient's process. interests, an demonstrated by a examination of (2) If the potential MBE contractor states 'the substance rather than form of arrangements. in writing that it hes submitted the same Recognition of the business as a separate Information to or has been certified by the entity for tax or corporate purposes is not DOT recipient involved, any DOT element, necessarily sufficient for recognition as an or another federal agency that uses assert- MBE. In determining whether a potential MBE Is tinily the some definition and ownership and an independent business, DOT recipients shall control criteria as DOT. The potential MBE consider all relevant factors, Including the contractor shell obtain the in format Ion and date the business was established, the adequacy certification (If any) from the other agency of its resources for the bock of the contract, and submit it to the recipient or cause the and the degree to which financial, equipa+ent other agency to submit it. The recipient may leasing, and other relationships with rely upon such a certification. Where another noaetnorIty fires very from industry practice. . agency has collected information but not made (3) The minority or women owners shall also a determination concerning eligibility. the possess the power to direct or cause the • FR-S • • • • direction of the management and policies of the (1) Newly formed fires and flras whose firm and to make the day-today as well as ownership and/or control has changed shoe the major decisions on matters Of management, • date of the advertisement of the contract are policy, and operations. The firs shell not be closely scrutinized to determine the reasons subject to any tomcat or Informal restrictions for the timing of the formation of or change which limit the a stasary discretion of the In the firm. minority or women owners. Thera shall be no (2) A previous and/or continuing restrictions through, for example, bylaw employer-employes relationship between or provisions, partnersh 1 p arausents, or charter among present owners is carefully rev 1 wed to ▪ requirements for. sr.,Iativs voting rights or ensure that the saptoyee-owner Ias management otharwise that prevent the olnorlty or wawa responsibilities and capabilities discussed In • owners, without tee cooperation or vote of any this section. owner who Is not • minority or roman, from (3) Any relationship between an MBE and • ▪ making a business decision of the firs. business which Is not an MBE which has an . (d) If the owners of the firm who are not interest in tee MBE Is carefully reviewed to minorities or women are disproportionately determine if the Interest of .the ha+h-M3E responsible for the operation of the firm, then conflicts with the ownership and control the firm Is not controlled by minorities or requirements of this section. - women and shall not be consl$ard an MBE within the meaning of this pert. Where the actual (c) A joint venture is eligible under this . management of the firm is contracted cut to part If the MBE partner of the ,pint venture Individuals other than the owner, those persons meets the standards for an eligible MEE set . who hove the ultimata pewee to hire and fire forth above and the MBE partner is responsible the managers can, for the purposes of this for a clearly, defined portion of the work to part, be considered as controlling the be performed and shares in the ownership, business. control, eanegasant responsibilities, risks, ' • (3) All securities which ooecst l tuts end prof i is of tie joint venture. ownership' and/or control of a corporation for (d) A joint veeturs is eligible to compete purposes of establishing it as an MBE ender In an MBE set-sslde under this pert if the MBE - this this part shall be held directly by minorities partner of the joint venture meets too or women. No secur 1 t 1 a the i d in trust, or by standards of an eligible MBE set forth above, any guardian for a minor, shall be considered and the MBE partner's share In the ownership, as held by minority or Taman in determining control, and menageasnt responsibilities, the ownership or control of a corporation. risks, and profits of the Joint venture is a (6) The contributions of capital or least 31 percent and the MBE partner is expertise by the minority or mum owners to rsspcnsible for a clearly defined portion of - acquire their interests in the firm shall be the work to be performed. reel and substantial. Examples of (e) A bailees' wishing to be certified as an insufficient contributions include a promise MBE or joint venture MBE by a DOT recipient to contribute capital, a note payable to the shall cooperate with the recipient In supplying fin or Its owners who as not socially and additional Information which may be requested economically disadvantaged, or the mare In order to make a determination. participation as an employee, rather than as • (f) Once certified, an, MBE shell update its anger. subaisslon annually by' submitting ■ new Schedule A or certifying that the Schedule A on (b) In addition to the above standards, DOT . file Is still accurate. At any time there is a recipients shall give special consideration to change in ownership or control of the firm, the - the following circumstances in determining MBE shall submit a new schedule A. eligibility under this pert. PR-6 a � (g) Except as provided In section 23.55, the percent weed by one or tare socially and denial of a certification by the Department or econam l ca l l y disadvantaged Individuals, or, In a recipient shall be final, for that contract the case of any publicly caned business, at and other contracts being let by the recipient least 51 percent of the stock of which is owned - at the, time of the denial of certification. by ono or more socially and economically - MBEs and Joint ventures denied certification disadvantaged Individuals; (b) whose management miay correct deficiencies in their ownership and and daily business operations are controlled by control and apply for certification only .for one or axe of the socially and ecananically future contracts. disadvantaged individuals who own it. (h) Recipients shall safeguard from 'Small business concern" moans a sma l t disclosure to unauthorized persons i of ors at i on bus i nets as defined pursuant to section 3 of that reasonably may be regarded as confidential the Small Business Act and relevant regulations business Information, consistent with Federal, promulgated pursuant thereto. state and local law. 'Socially and ecanamlealty disadvantaged Individuals• means those individuals who are S S S S S S S S S S S S S S S S citizens of the United States (or lawfully admitted permanent residents) and who era Black . Subpart D-Special Provisions for Irerlcans, Hispanic Americans, Native Rac i p I ents cf Ponds Under the Surf ace Americans, Asian-Pacific Aver i cans, or Transportation Assistance Art,of 1962 Asian-Indian Americans and any other minorities or Individuals found to be disadvantaged by the 523.61 Purpose. _ • Smolt Business Administration pursuant to section 6(a) of the Small Business Act. (a) The purpose of this subpart is to Recipients shall sake a rebuttable presumption implement section 105(f) of the Surface that individuals In the foliaring groups are Transportation Assistance Act cf 1942 (Pub. L socially and economically disadvantaged. 97-424) no that, except to the extent the Recipients also may determine, on a • Secretary determines otherwise, not loss than case-by-case basis, that individuals who are ten percent of the funds author i zad l by the Act not a member of one of the foil or i ng groups ere for the pr og rsa s listed In 123.53 of this axially and =ane m i ca t l y disadvantaged. Subpart is• expended with small business concerns owned and controlled by socially. and (a) 'Black Americans,■ which includes econoamicall.y disadvantaged individuals. persons having origins In any of the Black (b) The ten percent level of participation racial groups of Africa; . for disadvantaged businesses established by (b) "Hispanic Americans," which includes section 105(f) wiii be achieved if recipients parsons of iexican, Puerto Rican; - Cuban, under the pregraas covered by this Subpart set Central or south American, or other Spanish and swot overall disadvantaged business goals culture or origin, regardless of race; of at least ten percent. -- (c) 'Native Americans,■ which Includes persons who re American Indians, Eskimos, 123.62 Daflaitlems. Aleuts, cr Native Himallans; (d) "Asians-Pacific Americans," which The toilwing definitions apply to this includes persons whose origins are tram Japan, subpart. . Where these definitions are Gina, Telwen, Korea, Vietnam, Laos, Cambodia, Inconsistent with the definitions ct 123.5 of the Philippines, Samoa, G ec, the U.S. Trust -this part, these definitions control for all Territories of the Pacific, and the Northern • other purposes under this pert. Marianas; and - 'Act" means the Surface Transportation (e) 'Asian-Indian Americans,' which includes Assistance Act d 1942 (Pub. L 97-424). persons whose origins are fro India, Pakistan, 'Disadvantagd business' means a small . and Bangladesh. business concern: (al Which is at least 51 • FR-7 • • 123.63 Applicability. disadvantaged, the recipient shall an inform the challenging party in writing. This This subpart applies to all DOT financial terminate's the proceeding. assistance in the fo l l ow i ng categor l es that (I1) If the recipient determines that there recipient's expend In DOT-assisted contracts: Is reason to bailee. that the challenged party Is toot socially and economically disadvantaged, (a) Federal-aid highway funds authorized by the recipient shall begin • proceeding as Title 1 and section 202 of Title II of the Act: provided In paragraphs (b)(4), (5), and (6) of and this paragraph. (b) Urban miss transportation funds authorized by Title I or lit of the Act or the (4) The recipient shalt notify the Urban Maas Trsnsportatioc Act of 1964, as challenged party in writing that his or her emended. status as a socially and economically 4 disadvantaged individual bas been challenged. i i 1A 1 1 1 1 1 1 1 1 1 1 1 The noti s shall Identify the challenging party and summarize the grounds for the challenge. 323,69 Mathias* prime The notice shall also require the challenged party to provide' to the recipient, within a (a) Each recipient required to establish an reasonable time, information sufficient to overall goal under 123.64 shalt establish a permit the recipient to evaluate his or her chattange procedure consistent with this status as • socially and economically • section to detrain* whether an individual disadvantaged individual. presumed to be socially and ecanaeIcally (5) The recipient shell evaluate the • disadvantaged as provided In 123.62 is in fact Information available to it and asks a proposed socis!ly and economically disadvantaged. determination of the racial gaud economic (b) The reelp1entha challenge procedure disadvantage of the challenged party. The shall provide as follows: recipient shall notify both parties of this proposed dstersination In writing, setting (1) Any third party may challenge the forth the reasons for its proposal. The socially and economically disadvantaged status recipient shall provide' an opportunity to tie of any individual (except an Individual who has parties for an Informal bearing, at which they a current 8(a) certification from the Small can respond to this proposed determination in Business Adainistrstlon) presumed to be writing and in person. • socially and ecoacmicelly disadvantaged if that (6) Following tee Informal hearing, the individual Is an owner of a firs certified by recipient shall sake a final detersinatlon. or seek i ng certification from the rec i p i ent as The rse 1_p i erst sha 1 1 Wore:f ore the pe rt i es a disadvantaged business.. The challenge shall to writing of the final determination, setting be wade In writing to the recipient. forth the reasons for its decisions. (2) With its letter, the challenging party (7) In making the determinations called for shall include all information available to it in paragraphs (b)(3), (5), end (6) of this relevant to a determination of whether the paragraph, the reclplent , shall use the challenged party Is In fact socially and standards set forth in Appendix C to this eeoncn i a l l y disadvantaged. Subpart. (3) Tha reelplant shall determine', on the (8) During the pondancy of a challenge under . basis of the Information providad by Ito this Beet ion, the presumption that the' challenging party, whether there is reason to challenged party is a sociaily and economically betieve that the challenged party Is In fact disadvantaged Individual shall remain In not socially and economically disadvantaged. effect. (1) if the recipient dcrtsraines that there (e) The final determination of the recipient is not reason to believe that the challenged under subparagraphs (b)(3)(1) and (b)(6) any be part is not socially and economically appealed to the Decartmeent by the adversely affected party to the proceeding under the procedures of 123.55 of this Part. FR-8 • • • • • S S S S S S 3 S S 1 S S S S S S policy d.clsionasking, including, but not limited to, those with prime responsibility $ebp•rt E-Compliance m d Es foroams.t. for: •1 1 3 S S 1 S S S S S S S S S S (1) Financial decisions (2) Management decisions, such es-- 323.57 Willful provision of il•xrrect • a. Estimating Inforstion. b. Marketing and sates c. Hiring and firing of management If, at any time, the Deportment or a personnel recipient has reason to believe that any person d. Purchases of major items or or firm has willfully and knowingly tip supplies incorrect information or acid. false statements. (3) Supervision of field operations it shell refer the matter to the General Counsel of the Department. Mir/she may Initiate debarment procedures in accordance with 41 CFR 9. For each of those listed in question 8, 1-1.504 and 12-1.602 and/or refer M. matter to provide a ilrief summery of the person's ' the Department of Justice under 18 U.S.C. 1001, experience and number of years with the firm, as he/she deems appropriate. indicating the person's qualifications for the responsibilitics given him or her. Schedule A--Imfcrmatioe for Detana:ti g 10. Describe or attach a copy of any stock Minority Business Enterprise eligibility options or other ownership options that are outstanding, and any agreements between owners ' 1. Name of firm or between owners and third part i sa which 2. Address of firm • restrict ownership or control of minority 3. Phone Number of firm owners. 4. Indicate whether firm 1s ante propri- 11. Identify any owner (sea item 7) or •torshlp, partnership, Joint venture, corpora- management official (see item 6) of the named . t ion or ether business entity (please specify) f 1 re who Is or has been in amp t oye. of another firm that ins an owership interest in or a 3. Nature of firm's business present b:siness relationship with the named . 6. Years firm has been in business firm. Present business relationships include 7. Ownership of firm: 'Identity those who sharod specs, equipment, financing, or own 3 percent or more of the firm's ownership. employees as well as both firms having some of Colin • and f need to be filled out only if the same owners. the firm is less then 100 percent minority 12. that re the gross receipts of th. fir■ owned. for each of the last two years? d • f a b c Years of Ownership Voting Year ending Name Race Sex owner- percent- percent- S ship age age Year ending With firmts less than 100 percent minority 13. Mw of bonding company, tf any: owned, list the .contributions of money, . equipment, real estate, cr expertise of each Bonding limit ' of the owners. Source of letters of credit, if any S. Control of firm: (a) Identify by new, ram., sox, and title in tt►e firm those indl- 14. Are you authorized to do business in the viduals (including owners and non-owners) who state as well as locally, Including all naces- are responsible for day-to-day management and eery business licenses? FR-9 01-1441 • :se lions 'suOtspp 4u•mlaguell (q) smatelo•p lepuevii (e) 04 (nJ14 00 me N) Aq pin t J 44:m A j J edoJd um 4,441 J0 ry 41,44 e4e4s :J03 PIP pus 4l 1A•P134e 6u10e• ; 6144. •4.fammff PIP 4y111g1suedssJ esIJd 44.10 a 'oi 1041E11 '4JOIS Ain, 6u1•q 'aw 'ua q AllsuotJ•d is 405 4nq '611tPnIout 'Sulu mmolstoep. Aollod 4 (•■efi) p.Js dde 1,e e4o4eq pus 4u•si6euem Aep-o44-AeP Jo4 •IgtsuodseJ •Je 6t i+o Aop s14L u0 04• t$i1414 J1•44 PYe) slenPIA1Put 0s12444. 411!144 40 A4urw3 puig ',me 'sou 'emu Aq A414u•Pt 94.041s4.vaa 4a 44S '144 ul u014ed0t4.Jgd Pue 3o 144m00 •6 •l•0 • '(S s 1.444 dde eJ51A) loos 41JOdJ03 'se'sJe4.0 •4ec d1Vs.auso •Im of tdd@ .0440 co) *MI 64b1I flbe mole 6utPnloui 'sue14n41J4.u00 1eilde3 (q) •Jn4eu6LS '6ulJ•'$ 9901 Pug 413OJ{ (5) •AI4..eJIP I04:0J6 •4 'wool 'JO4aes4u00 •misd • •(•9 11010400 Aq Pep 1 AOJd sommeJae ou it 'JO J04.2S14.1100 w 1 Jd 54 45nox44 eaue4o 411t4u0A 4ulof 544 lit Peg1JoseP 41 ul Pe111; sq 5444 4o 941154 54 UJO;ut 4sr59 noA °P441mgns you poem s141) :sJry.ur► 4.ulof 4o d14sung '9 uot4.omJO;ul 044 ul *Sump 4u5Ol;lu61s Aug st L d t 4sJeuno 5!5444. 'uo t+e I n 5eJ '144 Aq psi 4 -4 •44 384 3° e6e4uooJed peel*io ey1 II 40' •L uo ps4.elemmo. st eJI4 sl'4 40 !Joa •44 eJO4eq • •4uesmeJ6e puff Y •I nP4OS '144 5111114 - '4 '4 I ' 40!4 eJ a4.u•A 4u 1 o f 4144 4o Ad= a •p 1 AC.Jd '9 •'s4.ussml 5ys site{ 6u1uJeau00 .sseu1snq 110.042;6A +2110( 044 4a SJr4e14 '£ SAO) •404.5 JO IeJeRed Joplin uo14 $ 611I4I141uI JO} pus pepJene •q Age 4e1+.W tae-tiuoo Aue -" 6ut45uig-+4 Jo4 spurr046 sq II1• uot4e4usss.4d :JOJ04 OA 4.111Of -41S1s ls1J54.e2 AuY '11!13 OrWOU 944 4o :8114 381-+10u wage pa suot4eolittenle soma i snq puu pus spoon.: •'Intocq 40 4511 t aaN8 Pue 41 Pn e sow t JAdm• 544. A I i1,l Jq L ' 1- ' G (q) •44 14 ff.Jld 04. puff s.Wam56u5JJS 54.11060J:4 e44 40 'Am 31 'ss6uego pesodosd Au. puff JO4eJ•y; 'SJ4ue* 4ulof e4l 4.uesiAed •44 '4. .(oJd 5444. uO p•sJo4Jad AJOs ul sJ13 394 •44. 40 •1o.: eu4 e41Jasseo (e) en4oe 5u1PJebsJ uo14•s.03li1 •.rJnOOe pus •4*I4 • ('Y •I n psyps .mos '1 usJJeo 5541154 54 4 A 11.3eJ 1 p 'w 1 Jd •4sldmoo 4sne Jeu4Jed 3'31 WI) '•Jr4us^ 4u1of off 3! 'Jo so4asJ4uaa "IJd •4. 46noJ44. •P1Al2.1d •44 :0iJdmoo '1I'4► 'sJ13 ' 04 4142API •p 4 90•!60 p•uatss•pcn •44 0.10444.114 •;OmJey4 •04.11eA 4.0 1 o f 4o J•gmnu •uogd '£ d l 4sJOUAO •444 :e I 1•sw 'e 011.114 4O asreu) oJn4. +�u• 010( 40 's•Jppy 'Z 40 • suo149J•do 0444. uleldx• a SJ4U0A 4ut0f 4o emu" '1 puff A414Lept o4. AJesseoeu uo140+.100l let.4esi • IS *putout pa 4.051!03 pug 54114 OJg s4.uem04 4.11 (•p•uw0 44.1Joule 1Je 'aJI8 •Jrt4.USA 4u1ot' 6111365!04 e444. 4041 SJc0Ag peu6lssmpu. slur IIe 411 ul P01113 114 gill Poe* 0J403 0141) 41A'PI33Y A4llig15111 • 4A 3410p 6viuleJe010 Jot uot4.mmoll1 eleP•4Pl. •letuep JO Y014501314.J•O 4Ons 30 S4.ep 044. pus A41404.08 10J1d711I uolssjsarsb 5u1A41a-40 044 }o MOO •44 e4uotpul 'ssouff4 Oilgnd AJg -nn9J13 54 OQl-OSSp pus 384 us se uo14ed1a14 IlooS1 -.Jed Jo Y011.e01414Jeo petuep usaq JO peAlso•1 'peep pus 4.os elm; AlsnotA.4 •As4 sJSa144o Imes 54 4o Aus 440 Jog JO '14 w CO Pip pug 4IAepl;41, 041 1,p oem, 04-14 J0440 JO 041; 5144 41 •4•OlPul 'CI • • (1) Estimating (2) Marketing and sales . Mame of Fire Mar of Fire (3) Hiring and firing of senagesent personnel Signature • Signature (4) Purchasing of comer haws or supplies Name Name (c) Supervision of field operations Title Title Mote.—I f, after filing th i s Schedule B and Date Cate • before the completion of the Joint .venture h s work on the contract covered by this regular- Date tlon, there Is any significant change In the State of • Information subeItted, the Joint venture must County of , Inform the grantee, either directly or through • tie prise contractor If the Joint venture Is a Oh this day of i 19_� . subcontractor. before an appeared (Name) to ee persona l i y known, Mho, bung duly sworn. Affidavit did execute the foregoing affidavit, and did state that he or she was properly authorised ■TM undersigned swear that the fo-egoing by (Name of fin) to statements are correct and include all material execute the affidavit and did an as his or her- Information necessary to identity and explain free act and deeds the terms and operation of our Joint venture Notary Public and the intended particlpstlon by each Joint Commission expires venturer In the undertaking. Further, the ISeali undersigned covenant and agree to provide to Date grantee currant, omelets and accurate State of interaatIon regarding actual Joint venture County of i work and the payment therefor and any pro- • posed a ng a in any of the Joint venture On this day of arrangements and to permit the audit and before an appeared (Mans) examination of the books, records and flies of to me personally known, who, being duly warn, the joint venture, or those of each Joint did execute the foregoing affidavit, and did • venturer relevant io the . joint venture, by state that he or she was properly authorized' uthhor I zed . author 1 red representat 1 ves of the grantee or by (Na.. of firs) the Federal funding agency. My material to execute the affidavit and did an as his or sisrepresentstion will be grounds for r_h free set and deed. terminating any contract which may be awarded lbtary Public • and for initiating action under Federal or Commission expires State laws concerning false statements.■ (Seel! • • i FR-11 • • 6-1.05 REQUIRED CONTRACT PROVISIONS FEDERAL-AID STRt1CT t ON CONTRACTS Page . Section I, paragraph 2; I. Application - FR-12 Section IV, paragraphs 1,3,4,6,7,9,10 and 11 11. Equal Opportunity FR-12 Section V, paragraphs 1,2, and 4; III. Nonsegregated FacilitiesFR-14 • Section XI . IV. Payment of Predetermined - ' Minimum Wages a-- FR-1S 11. EQUAL CPPORTUNITY V. Payrolls and Basic Records---- FR-18 VI. Record of Materials. Supplies 1. Selection of Labor: . and Labor FR-19 VII. Subletting or Assigi.tng the During the performance of Phis contract, Contract FR-20 the contractor shall not discriminate against Viii. Safety; Accident Prevention FR-21 labor from any other State, possession or . IX. False Statements Concerning territory of the United States. Highway Projects FR-21 X. Impiementatlon of Clean Air Act 2. Employment Practices: and Federal Water Pollution Control Act- FR-22 The Equal Employe/ant Opportunity X1. Contract Work Hours and Safety Affirmative Action Notice sat forth in 41 CFR Standerd Act RequireeentaFR-22 60-4.2 and Equal EspIoyeent Opportunity Construction Contract Specifications sat forth • I. APPLICATION in 41 CFR 60-4.3 are incorporated by reference In this contract. I. These contract provisions shall apply to all work performed on the contract by the • 3. Equal Opportunity lause: contractor with his on organization and with the assistance of workmen under his immediate During the performance of this contract, superintendence and to all work performed on the contractor agrees as follows: the contract by pipe:work, station work or by • subcontract. a. The contractor will aot discriminate against any employee or applicant for 2. Contractors and subcontractors shall employment because of race, Color, religion, insert in all subcontracts the entire contents sex, or national origin. The contractor will of this form FR-1273. The contents of this take affirmative Action to ensure that fora shall act be incorporated by ippllcaiff are employed, and that employees ars reference. The contractor shall be responsible treated during employment without regard to for compliance by all subcontractors with the their race, color, religion, sax, or national contents of this fora PR-1273. origin. Such action shall include, but not be limited to the following: employment, 3. A breach of,Lny of.the stipulations con- upgrading, demotion or transfer; recruitment or tamed In these Required Contract Provisions recruitment advertising; layoffs. or stay be grounds for termination of the con- termination; rates of pay or other fore: 04 . tract. - compensation; and selection for training, Including apprenticeship. The contractor 4. A breach of the fallowing clauses may be ogress to post In conspicuous'places, available ground' for debarment by the Department of to employees and applicants for employment, Labor as a contractor and a subcontractor as notices to be provided by the State highway provided in 29 CFR 5.12(e)(I): department setting forth the provisions of this nondiscrimination clause. • •R-1273(Rev. S■83) PR-12 • • b. The contractor will, In all solicits- or purchase order unless exempted by rules, tions or advertisements for employees placed regulations or orders of the Secretary of Labor by or on behalf of the contractor, state that 'Issued pursuant to section 204 of Executive all qualified ipplicants will receive consid- Order 11246 of September 24, 1965, so that such oration for employment without regard to race, provisions will be binding upon each - color, religion, sex, or asticesI origin. subcontractor or vendor. The contractor will take such action with respect to any 'c. The contractor will send to each labor subcontract or purchase order as the State union or rrepresettative of workers with which highway department or the Federal highway he has a colleoflve bargaining agreement or Administration may direct es a .ewes of other contract or understanding, • notice to be enforcing such provisions Including sanctions provided by the State highway department for noncompliance: Provided, however, that in advising the said labor union or workers' the went a contractor becomes invgived In, or representative of the contractors commitments In , Is threatened with litigatttn with a under this section 11-2 and shall post copies subcontractor or vendor as a result of such of the notice In conspicuous places available direction by the Federal Highway to employees and applicants for employment. .. Administration, the contractor may request the United States to enter Into such litigation to d. The contractor will comply with all protect the interests of the United States. . provisions of Executive Order 11246 of September 24, 1965, and of the rules, 4, $electlem sf Subcontractors, Proomrecant regulations (41 CFI, Part 60) and relevant of Materials, sad Lesslag of Equipment: orders of the Secretary of Labor. - Ouring the performance of this contract, . e. The contractor will furnish all the contractor, for itself, its assignees and information and reports required by Executive successors in interest (hereinafter referred Order 11246 of September 24, 1965, and by to as the stontractor•) agrees as follows: rules, regulations and orders of the Secretary of Labor, or pursuant thereto, and will permit a. Compliance With Regulations: The access to his books, records and accounts by contractor shall comply with the Regulations the Federal Highway Administration and the relative to nondiscrimination in federally- Secretary of Labor for purposes of lnvestige- assisted programs of the Department of floe to ascertain compliance with such rules, Transportation, Title 49, Code of Federal regulations and orders. Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as . . f. In the event of the -tntractores the Regulations), which are herein incorpo- soncempilance with the nondlscriuinatton rated by reference and made a part of this • clauses of this contract or with any of the contract. . • said rules, regulations or orders, ..this contract may be canceled, • terminated or b. Nondiscrimination: The contractor, with suspended in whole or In pert and the • regard to the work performed by it during the contractor may be declared ineligible for contract, 'shall . not discrialnate on the further Government contracts or Federally- grounds of race, color, sex or national origin assisted construction contracts in accordance in the selection and retention of subcon- :with procedures .authorized in Executive Order tractors, Including procurements of eater l a l s 11246 of September 24, 1965, and such other and leases of equipment. The contractor shall sanctions may be Imposed and remedies invoked mot participate either directly or iadlreefily as provided in Executive Order 11246 of in the discrimination prohibited by section September 24, 1965, or by rule, regulation or 21.5 of the Regulations, including employment order of the Secretary of Labor, or as practices when the contract covers a program otherwise provided by law. set forth in Appendix B of the Regulations. g. The contractor will Include the provi- c. Solicitations for Subcontracts, includ- sions of this Section 11-3 to every subcontract leg Procuremants of (arterials and Equ1peont: • PR-1273(Rev. 5-63) FiR-13 • • • • In all solicitations either by competitive noncompliance: Provided, however, that, in the - bidding or negotiation made by the contractor event a contractor becomes involved In, or is for cork to be performed under • subcontract, threatened with, litigation with a subcontrac- Including procurements of materials or leases for or supplier as a result of such direction, of equipment, each potential subcontractor or the contractor way request the State highway supplier shall be notified by the contractor department to enter Into such litigation to of the contractor's obligations under • this protect the Interests of the State, and, in contract and the Regulations relative to addition, the contractor may request the nondiscrimination on the grounds of race, United States to enter into such litigation to color, sex er national origin. protect the Interests of the United States. d. Information and Reports: - The contractor - shall provide all information and reports 111. leitSESRESATED FACILITIES required tby the Regulations, or directives • . issued pursuant thereto, and shalt permit (Appiiable •to Federal-aid construction access to Its books, records, accounts, other . contracts and related subcontracts aeceeding sources of information and its facilities as $10,000 which rs not rcpt .frog the Equal my be determined by the State highway depart- Opportunity clause.) _ went or the Federal Highway Administration to 'ay submission of this bid, fire elocution of - be pertinent to ascertain compliance with such this contract or subcontract, or the =usury- Regulations or directives. Where any inforee- nation of this arterial supply agr*ement, as tion required of • contractor is in the appropriate, the bidder, Federal-std construe- exclusive possess Ion of another who falls or tion contractor, subcontractor, or tutorial refuses to furnish this 1nfornaetion the supplier, as appropriate, certifies thot he contractor shall so cortify to the State does not maintain or provide for his aaployees highway department, or the Federal Highway any segregated facilities at any of his Administration as appropriate', and shati set establishments, and that he doss not permit forth chat st forts it has wed• to chin l n the his enhtip l ayses to perform their ears 1 zee at any information. location, under his control, where segregated facilities are maintained. He certifies •. Sanctions for Ubneaapliancs: • In the further that he will sot maintain or provide *vent of the contractor's noncompliance with for his employees my segregated facilities at the nondiscrinlnation provisions of this any of his establishments, and that he will contract, the State highway department shall not permit his employees to perform their impose such contract sanctions as it or the services at any loation, under his control, Fbderal_tlighway Administration may determine to shore segregated facilities are maintained. be r opr i ate, including but not limited to: He agrees that a breech of th 1 s curt i f i a t ion Is • violation of the Equal Opportunity clause (1) withholding of payments to the contrac- In this contract. As used in this tor under the contract until the contractor csrtificatlon, the term %segregated complies, and/or facilities" srens any wslting rooms, work (2) cancellation, termination or suspension areas, restrooas and washrooms, restaurants of the contract, to stole or in part. and other eating reas, Hemlocks, locker • rooms and other storage or dressing areas, f. Incorporation of Provisions: Tho con- parking lots, drinking fountains, recreation - tractor shall include the provision of this or entertainment revs, transportation, and paragraph 4 In every subcontract, Including Dousing facilities provided for aoloyees procurements of materials and leases of equip- which are segregated by implicit directly. or sent, unless exempt by the Regulations, or ars In fact segregated on the basis of race, - directives issued pursuant thereto. The con- creed, color, or national origin, because of tractor shall take such action with respect to habit, local custom, or otherwise. He agrees any subcontractor or procurement as the State Chet (except where he hes obtained identical highway department or the Federal Highway certifications from proposed subcontractors . Administration ney. direct as a melons of enforc- and material -suppliers for specific tine log such provisions Including sanctions for periods), r h• will obtain , identical • PR-1273(Rev. 5-0) FR-14 • • • certification from proposed subcontractors or .. any additional classification and wogs rates material .suppliers prior to the award of conformed under paragraph 3 and 4a of this subcontracts or the Consumption of material section) and the Davis-Bacon poster (M#-1321) supply agreements, exceeding $10,0O0.which are shall be posted at all times by the contractor . not exempt from the provisions of the Equal and Its subcontractors at the site of the work Opportunity clause, and that be will retain In a prominent and accessible place where It such oertlflcations In his files. can be easily seen by the workers. .a t. PAYlff.D(T OF PREDETERMINED MINIMUM ICES 3. Payment of Loess Wages: . I. Sehere l . :While the Wage rates shown are the minimum rates required by the contract to be paid All mechanicse and laborers employed or work- during Its life, this is not a rpresentstion • —log upon the site of the work shall be paid that labor can be obtained at these rates., MO ...unconditionally and not less often than ono a . Increase in the contract price shall be . week, and without subsequent deduction or allowed or authorized on account of the rebate on any account (except such peyroll payment of wage rates ln excess of those deductions an are permitted by regulations listed therein. issued by the Secretary of Labor under the • .Copeland Act (29 CFR, Part 3)), the full 3. Ci ass lftuaat Ion s amount of rages and bona fide fringe benefits (or cash equ i va l en is thereof) due at time of a. The State highway agency contract 1 ng • payment computed at rates sat less than the officer shall require that any class of wage determination of the Secretary of Labor laborers or mechanics which Is not listed In which is attached hereto and made • part • the wage determination and which is to be hereof, regardless of any contractual employed under the contract shall be relationship which any be alleged to exist classified In conformance with the sage between the contractor and such laborers and determination. The State Uighway agency mechanics. Contributions mode or costs contracting officer shall improve an . reasonably anticipated for bona fide fringe additional classification and wage rats and benefits under suction 1(b)(2) of the fringe benefits therefor only when the _ Davis-Bacon Act on behalf of laborers or - .following criteria have been amt: mechan i cs are cons i dered wages paid to such laborers or aachenics subject to the provisions (1) The work to be performed by the of paragraph 4 of this section; also, regular classification requested is not performed by a contributions made or costs Incurred for more classification in the wage determination; and then a weekly period (but mot less often than (2) The classification Is utilized in the • quarterly) under plans, funds, or programs area by the construction industry; and . which cover the particular weekly period, are ^ (3) the proposed wage rate, Including any deemed to be constructively made or -incurred bons fide fringe benefits, bears a reasonable during such weekly period. Such laborers and relationship to the wage rates contained In . mechanics shall be paid the appropriate wage the wage determination. - . rate and fringe benefits on the .wage : d eterm i not I on for the c l ass i f l est i on of work . b. If the contractor/'and the laborers and actually performed, witihout regard to skill, mechanics to be employed In the classification . except as provided In paragraphs d, 7, and S of (if known), or their representative, agree this section. Laborers or mechanics performing with the classification and wage rate work in more then one classification may be •(Including the amount designated for fringe compensated et the rats specified for moot benefits where appropriate), • report of the classification for the time actually worked action taken shall be sent by the State therein: Provided, That the employer's blgtmey agency contracting officer to the payroll records accurately set forth the time Administrator of this liege and flour Division, spent in each classifiation in which work is Employment Standards Adelniatratlon, U.S. performed. The wage dsterminatlon (Including Department of Labor, Washington, D.C. 20210. PR-1273(Rev. 5-83) PR-iS • • The Administrator, or an authorized reasonably anticipated in providing bona fide • representative, will approve, modify, or - fringe benefits under a plan or program, . disapprove every additional classification Provided, That the Secretary of Labor has action within 30 days of receipt or will notify- found, upon the written request of the the State highway agency contracting officer contractor, that the applicable standards of within the 30-day period that additional time , the Davis-Bacon Act 'bey. been met. The is necessary. Secretary of Labor mey require the contractor . ' to set aside in a separate account assets for . C. In the event the contractor, or the . -the meeting of obligations under the plan or laborers Cr mechanics to be employed in the program. classification or their representattves, do not • agree with the State highway agency contracting 3 iflthhoidieg: • officer on the proposed classification and rage • rate (including the amount designated for a. The State highway agency shall, upon its fringe benefits, where appropriate), the State • 'own initiative, or upon written request of an highway agency contracting officer shall refer authorized representative of the Department of the questions, including the views of all Labor, withhold, or cause to be withheld, interested parties and the recommendation of from the contractor under this contract, or the State highway agency contracting officer, any other contract ,between it and the to the Administrator, Hoge and Hour Division, contractor, subject to Davis-Bacon prevailing Department of Labor, for determination. The wage requirements, no such of the accrued Administrator, rbge and Hour Division, payments or advances as may be considered • Department of Labor, or an authorized *emissary to pay laborers and mechanics, representative, will Issue a determination including apprentices and trainees, employed within 30 days of receipt or will notify the by the contractor, or any subcontractor, the State highway agency contracting officer within full amount of wages required by the the 30-day period that additional time is contract. necessary. • b. In addition thereto, the Federal Highway S. Primp efttsl • � Administration shall, upon Its can initiative, or upon written request of an authorized a. The wage rate (including fringe benefits representative of the Department of Labor, • where appropriate) determined pursuant to withhold or Ouse to be withheld from the paragraphs 3 b and c of this acct ion, shall be contractor under this contract, or any Federal paid to all workers performing work in the contract with the contractor, or any other classification under this contract from the federally-assisted contract subject to first day on which work is performed in the Davis-Bacon prevailing wage requirements which classification. is held -by the contractor, no much of the accrued payments or Wyman as may be . b. Whenever the minimum wage rate prescribed mmcessary to make the payments set forth in in the contract for • class of laborers or paragraph a. of this section. mechanics includes a fringe benefit which is - not expressed as an hourly rate, the contractor, c. In the event of failure to .pay shall either say the benefit as stated in the' any laborer or mechanic, tactud!ng any wig. determination or shall pay another bona apprentice or trainee, employed or working on fide fringe benefit or an hourly cash - the site of the work, all or part of the wages - equ•ivatant thereof. required by the contract, the Federal Highway Administration may, after written notice to c. If the contractor does not minks payments the State highway agency, take such action as to a trustee or other third person, the may be necessary to muss the suspension of contractor may consider as pert of the wages of any further payment, advance, or guarantee of any laborer or mechanic the amount of any costs funds until such violations have ceased. • PR-12T3(Rev. 3-83) PR-16 . • 1 S. Apprentices (Department of Labor), classification. If the Administrator, liley. and Hour Division, determines that a different Apprentices viii be permitted to work at practice prevails for the applicable less then the predetermined rats for the work apprentice classification, fringes shall be they perform when they are empioyed pursuant paid in accordance with that determination. In to, and individually registered 1n, a bane fide the avant the Buream 'of Apprenticeship and .apprenticeship program registered with the U.S. Training, or a State Apprenticeship Agency . Department of Labor, Employment and Training recognized by that Bureau, withdraws approval Administration, Bureau of Apprenticeship and of an apprenticeship program, the contractor Training, or with a State Apprenticeship Agency will no longer be permitted to vfilized recognized by that Bureau, or If a parson Is Apprentices at less than the applicable employed in his or her first BO days of predetermined rate for the work performed •probetionary employment as an apprentice In . until an acceptable program Is approved. such an apprenticeship program, who is not Individually reg i stred In the program, but who 7. Trainees (D.pertsset of Labor): has been cert i f i ed by the Bureau of Apprenticeship and Training or a State Apprenticeship Agency (where appropriate) to be will Not tbe as permitted to work In 5l1ss trainees ork k a e t less than the eligible for probationary employment es an predetermined rate for the work performed apprentice. The allowable ratio of apprentices unless they are employed pursuant to and to Journeymen on 'the Job site In any craft individually registred In a program which has classification shell not be greater than the received prior approval, evidenced by formal ratio permitted to the contractor as to the certification by the U.S. Department of Labor, entire work force under the registered program. .Employment and Training Administration. The Any worker listed on a payroll at an apprentice ratio of trainees to journeymen on the job wage rate, who is not registered cr otherwise site shall not be greater than permitted under employed as stated above, shall be paid not the plan approved by the Employment and less than the applicable weg* rate on the wage Training Administration. Every trainee oust datormination for the classification of work be paid at not less thy n the rate specified In • actually performed. In addition, any the approved program for.the trainee's level - apprentice performing work on the job site In of progress, impressed as a percentage of the excess of the ratio persit ad under the Journeyman hourly rate specified In the registered program shall be paid not less than applicable raga determination. Trainees shall the applicable wage rate on the wags be paid fringe benefits in accordance with the determination for the work actually performed. provisions—of the train.. program. If the Where a contractor As performing construction train.. progress does not mention fringe on a project in a locality other than that in benefits, trainees shall be paid the full which its program is reg 1 stered, the ratios and • amount of fr i nge benef i is listed on the we g. wags rates (expressed- 1n percentages of the d.terainatioa unless the Administrator of the . journeymen's hourly rats) specified In the Wag. and Hour Division dsteralnes that there con tractor's or subcontractor's registered Is an apprenticeship program associated with program shall be observed. Every apprentice the corresponding Journeymen wage rate on the must . be paid at mat less than the . rat. wage determination which provides for less / specified in- the registered program for the than full fringe benefits for apprentices. apprentice's level of progress, expressed as a Any seployee listed on the payroll at a per—antage of the Journeymen hourly rate trainee rate who 1s not -registred and specified to the applicable wags dstralnation. participating In • training plan approved by Apprentices shall be paid fringe benefits in the Employment and Training Administration accordance with the provisions of the shall be paid not less than the applicable apprenticeship program. if the apprenticeship gage rate on the wag. determination for the program does not specify fringe benefits, class 1 f tat ion of work actu.t l y performed. In apprentices must be paid the full amount of addition, any train.. performing work on the fringe benefits listed on -ts wag. Job Site in excess of the ratio permitted d etrs 1 nat ion for the app l iab l e sander the registered program.aha I I be paid not PR-1273(Rev. 5-43) FR-17 lass than the applicable wage rots on the wag. Department of Labor set forth in 29 CFR Parts d eterm i nat l on for the cork act ua l l y par torsed. 5, 6, and 7. D i sputes within the moan i ng of In the event the Employment and Training this clause Include disputes between the Administration withdrawn approval of a training contractor (or any of its subcontractors) and program, the contractor will so longer be the State highway contracting agency,. the U.S. perm 1 tted to ut 1 I I zs fra i n ees at I ess than the Department of Labor, or the emp I oyees or the i r applicable predetermined rate for the work representatives. performed until an acceptable program Is approved. S.S. Certifies/flea of Eligibility: •. Apprentices amd Tresiases '(ogress of • My entering into this contract, the ' Deportment of Traasportstioa): Contractor certifies that sslther it nor • any person or f 1 rm who has an *interest. In the Apprentices and trainees working wader . contractor's . firm is a person or firms apprenticeship and skill training programs Ineligible to be awarded Government contracts • winch have been certified by the Secretary of by virtue of section 3(a) of the Davis-Bacon Transportation as promoting equal employment Act (49 U.S.C. 276a-2(s)) or 29 CFR opportunity In connsctien with Federal-mid 5.12(a)(1). • highway construction programs are not subject to the requirements of Section IV, paragraphs 6 14. Restriction an Svbccstractiag: • and 7. The straight time hourly woos rates for appr•entices and trainees under such programs No pert of this contract shall be • will be established by the particular subcontracted to any person or firs in.I iglble programs. • for award of a Government contract by virtee of section 3(a) of the Davis-Bacon Act (40 Equal Employe:met Cppertasity: U.S.C. 276a-2(a)) or 29 CFR 5.12(a)(1), The utilization of apprentices, trainees, 15. Penalty for false stst+ats: and journeymen under this part shall be In conformity with the equal employment The penalty for caking false statements is • 9pportunity requirements of Executive Order a fine of not more than $10,000 cr 11246, as sae nded,and 29 CFR Part 30. Impr i scnment for not more than five years or both as prescribed by 1e U.S.C. 1001. • 10. Ocaplimen with Copelasd Act require:seats: T. PAYROLLS AiD BASIC RECORDS • The contractor shell cosily with the 1. Contents and ratentloa: • requirements of 29 Chat Part 3, which are Incorporated by reference in this contract. Payrolls and basic records relating thereto shall be maintained by the contractor during 11. C mp i l a:►se it Deviseilecee mad the course of the work and preserved for a Related Act reqairabsats: period of three years thereafter for all laborers and mechanics work 1 ng at the site of Rulings and interpretations Issued under the the work. Such records shall contain the • Davis-Bacon and Related Acts contained In 29 same, address, and social security *umber of CFR Parts 1 and 5 are herein incorporated by such such worker, his or her correct reference In this contract. classification, -hourly rotas of wages paid (including rates of contributions or costs 12. Dlsgwtes ooaeorslag labor eta lards: anticipated for bona fide fringe benefits or ,cash equivalents thereof of the types Disputes arising cut of the labor standards described In section 1(b)(2)(B) of the provisions of this contract shall not be Davis-Bacon Act), daily and weekly number of subject to the general disputes clause of this hours worked, deductions mede and actual wages contract. Such disputes shall be resolved In paid. Whenever the Secretary of Labor has accordance with the procedures of the • PR-1273(Rev. 5-e3) PR-15 • • found under Section IV, psregraph 4 (29 CFR ladtrectiy, and that no deductions have 5.S(e)(1)(1v)) that the wages of any laborer or been ande either directly or indirectly mechanic include the amount of any costs from the full wages earned, other than reasonably anticipated in providing benefits • permissible deductions as met forth in 29 under a plan or program described In action CFR Part 3j 1(b)(2)(B) . of the Coyle-Bacon Act, the contractor shell ma i nta 1 n records which slow (3) That each laborer or mecha n 1 c he s that the cosaltnent to provide such benefits is been paid not less than the applicable rag. -enforceable, that the plan or program Is •rates and fringe benefits or cash financially responsible, and that the plan or equivalents for the classification of work program has bean ccaraunicated In-writing to the performed, as specltied in the applicable laborers or mechanics affected, and records wage 'determination Incorporated into the which show the costs anticipated or the actual contract. cost . Incurred In providing such •benefits. Contractors employing apprentices or trainees c. .The weekly submission of a properly . under approved progress shall maintain written acecut.d tertlfcation sat forth on the reverse . evidence of the registration of apprenticeship side of Optional Fora WH-347 shell satisfy the progress and certIfication of trainee. programs,. requirements for submission of -the ',Statement the registration of the apprentices and of Compliance" required by paragraph b. of trainees, and the ratios and wage rates this section. prescribed in the applicable program. - • 3. Purities for falslflcatio.: 2. Stemmed of Campi ne:oa: The falsification of any of the above a. The contractor sell submit weekly for cartIfiations may subject the contractor or each week in which any contract work Is subcontractor to civil or criminal prosecution performed a copy of all payrolls to the State under Section 1001 of Title 18 and Section 231 highway agency for transmission to the Federal of Title 31 of the United States Code. Highway Administration. The payrolls submitted shall set out accurately and 4. Awliability of records: • completely all of the information required by these specifications. This information any be The contractor and subcontractors shall submitted in any fora desird. U.S. Department make the records required under paragraph 1 of of Labor Optional Fora WH-347 may be used for this section available for inspection, this purpose. The contractor is responsible copying or transcription by authorized for the submission of copies of payrolls by all representatives of the State h i g hway agency, subcontractors. (Approved by the Office of the Federal Highway Administration, and/or the Management and Budget under OMB control number Department of Labor, and shall perait such 1215-0149.) representatives to interview employees during working lours on the Job. If the contractor b. Each payroll submitted shall ' be or subcontractors tail to submit the required accompanied by a ',Statement of Compliance,* records.or to s,ks them available, the Federal signed by the contractor or subcontractor or Highway Adainistratlon may, after written his cr. her agent who pays. or supervises the liatice to the State highway money, take such payment of the persons employed under the action as may be necessary to cause the contract and shall certify the following: .suspension of any further payment of funds. Furthermore, tenure to submit the required (1) That the payroll for the payroll records upon request or to make such records period contains the Information required to available may be gr:•unds for debarment be maintained under paragraph 1 of this action pursuant to 29 CFR 5.12. : IsectIon (29 CFR 5.5(e)(3)(1)) and that such Information Is correct and temp 1 ete; VI. iiEC , OF MATERIALS, SU PPL 1 ES AMC LA9Ct (2) That each laborer or mechanic 1. The provisions In this section are (including each apprentice and trainee) applicable to all contracts accept contracts eaptoyed on the contract during the payroll for secondary highways. contracts financed period has been paid the full weekly wages solely with funds provided by the Highway earned, without rebate, either directly or • • PR-1273(R.v. 5-63) FR-19 • • • Beautification Act of 1955, as amended, end directly by the prime contractor and equipment contracts with • total bid price less than owned or rented by him, with or without opera-. 5500,000. 'hors. • 2. The contractor shall unlntaln a record b. •Specialty Items" shall be construed to of the total cost of all materials and sup- be limited to work that requires highly spy- . plies purchased for and Incorporated in the ciallzad knowledge, craftsmenshlp or equipment work, end also of the quantities of those not ordinarily available in contracting specific saterials and supplies listed on Form organizations qualified to bid on the contract PR-47 and in the units shown. . Upon completion as a whole and in general are to be limited to of the contract, this record, together with minor components of the overall contract. the final labor summery required In Section V, - . paragraph 3, hereof, shall be transmitted to 2. In addition to the 30 percent requirement the State highway department resident engineer set forth in paragraph 1 above, the contractor for the project on Form PR-47 in accordance shall.turn1sh (a) a competent superintendent or with instructions attached thereto, which will foremen who Is employed by him, who has full be furnished for this purpose upon request. authority to direct performance of the work to • The quantities for the listed !tees shall be accordance with the contract requirements, end reported separately for roadway and for struc- who is In charge of all construction operations tures over 20 feet long as measured along the (regardless of who performs the work), and (b) centerline of the roadway. such other of his awn organizational capability and responsibility (supervision, management, ,3. The contractor shall become familiar and engineering services) as the State highway with the list of specific arterials and sup- department contracting officer determines is plies contained In Fors PR-47 prior to the necessary to assure the performance of the commencement of work under this contract. Any contract. additional materials information required. will . be solicited through revisions of Form PR-47 3. The contract amount upon which the 30 with attendant explanations. percent requirement set forth In paragraph 1 is computed includes the cost of materials and 4. There sub=ntractors ere Involved the manufactured products which are to be pur- contrsctor shall submit either a single report lased or produced by the contractor.under the covering work bolt by himself and all his contract provisions. subcontractors, or he may submit separate reports for himself and for each of his 4. Any Items that have been selected as subcontractors. "Spec l a l ty Items" for the contract are listed es such In the Special Provisions, bid ached- rf 1. SISLETTING CR ASSIGNING THE CONTRACT el., or elsewhere in the contract documents. 1. The contractor shall perform with his own 5. No portion of the contract shall- be organization contract work amounting to not sublet, asslgeed or otherwise disposed of less than 30 percent of the original total except with the written consent of the State contract price, except that any It highway department contracting offices, or his designated by the State as 'Specialty Items" a.'tlor 1 zed representative, and such COheeht may be performed by subcontract and the amount when given shall no be construed to relieve of any such "Specialty items" so performed may . the contractor of any responsibility for tine be deducted from the original total contract fulfillment of the contract. Request for price before computing the amount of won permission to sublet, assign, or otherwise required to be performed by the contractor with dispose of any portion of the contract shall his own organization. be In writing and accompanied by (a) a showing that the organization which will perform the a. ")his own organization" shall be construed work Is particularly ecperienced and equipped to include only workmen employed and paid for such work, and (b) an assurance by the • PR-1273(Rev. 5-43) FR-20 • contractor that the labor standards provisions project Is a violation of Federal law. To _ set forth in this contract shall apply to prevent any misunderstanding regarding the labor performed on all work encompassed by the seriousness of these and similar acts, the request. following notice shall be posted on each Federal-sid highway project In one or axe VIII. SAFETY= ACCIDEIIT PREVENTION places where it Is reedily available to all • • personnel .concarned with the project: In the performancee of this contract, the • contractor shall comply with all applicable •• e * • Federal, State and local laws governing safety, health and sanitation. The contractor IIOTICS TO ALL PERSONNEL BGAAED ON shall provide all safeguards, safety devices FEDERAL-AID NIOFA1AY PROJECTS and protective equipment and take any other . needed actions, on his own responsibility, or Title 16, United States Dodo, Section 1020, as the State highway department contracting reeds as follows: officer may determine, reasonably eecessary to protect the life and health of employees oe *Whoever, being an officer, agent, or . the job and the safety of the public and to .employee of the United States, or of any State protect property In connection with the or Territory, or whoever, whether a person, portermana of .the work covered by the association, tire, or corporation, knowingly contract. makes any false • statement, false It Is • condition of this contract, and representation, or false report as to the shall be made a condition of each subcontract character, quality, quantity, or cost of the entered Into pursuant to this contract, that material used or to be used, or the quantity or the contractor and any subcontractor shall mot quality of the work performed or to be require any laborer or mechanic employed in performed, or the costs thereof in connection performance of the contract to work in sur- with the submission of plans, mos, roundIngs or under working conditions which specifications, contracts, or costs cf • are unsanitary, hazardous, or dangerous to his construction on any highway or related project • health or safety, as determined under subeittted for approval to the Secretary of construction safety and health standards Transportation; or • (Title 29, Cade of Federal Regulations, Part *Whoever knowingly makes any false state- 1926, forserly Part 1518, an revised from sent, false representation, false report, or from time to time), promulgated by the United false claim with respect to the character, States Secretary of Labor, in accordance with quality, quantity, or cost of any _work per- - Section 107 of the Contract Work Hours and termed or to be performed, or u.terlals fur- Safety Standards Act (63 Stat. 96). wished or to be furnished, in connection with the construction of any highway or related iX. FALSE STATEMENT'S CONCERNIN8 MIDWAY project approved by the Secretary of Trans- - PROJECTS . partation; or • *Whoever knowingly sakes any false state- In order to assure high quality and durable sent or false representation as to a material •construction in conformity with approved plans fact In any statement, certificate, or report and specifications and' a high degree of ret.la- submitted pursuant to provisions of the bility on statements and representations lace Federal-aid Road Act approved July 1, 1916 (39 by engineers, contractors, supplies, (sic) and Stet. 355),.as amended and supplemented; • workers an Federal-sid highway projects, it is *Shall -be fined not more than $10,000 or essential that a!I persons concerned with the laprIsoned not acre than five years, or project perforce their functions as carefully, bath.• thoroughly, and honestly as possible. Willful falsification, distortion, or misrepresentation with respect to any facts related to the • PR-1273(Rev. 5-63) PR-21 • X. IWLFlENTATION OF CLEAN AIR ACT AND eight hours In any calendar day or in emcees FEDERAL WATER POLLUTION CONTROL ACT of forty pours in such workweek unless such (APPLICABLE ID STS AND SUBCONTRACTS laborer or mechanic receives compensation at a WHICH EXCEED $100,000) rata not less than one and one-half times the basic rata of pay for all hours worked in 1. The contractor stipulates that any eeooess of eight hours in any calendar day or facility to be utilized in the performance of In •,:cams of forty hours in such workweek, this contract, unless such contract is emend whichever is greater. under the Clean Alr Act, an amended (42 U.S.C. 1857 it seq., as amended by Pub. L. 91-604), 2. Ylolatloas liability for unpaid woes= and under the Federal Water Pollution Control liquidated d amges: Act, as amended (33 U.S.C. 1251 it seq., as • • amended by Pub. L. 92-500), Executive Order • In the went of any violation of paragraph 11738, end regulations in Implementation I of this Section, the contractor and any thereof (40 C.F.R. Part 15), Is not listed, on subcontractor responsible therefor shall be .the ' ate of contract award, on the U.S. (table for the unpaid wages. In addition, Environments! Protection Agency, (EPA) List of such contractor and subcontractor shall be Violating Facilities Pursuant to 40 C.F.R. liable to the United States (in the case of 15.20. work done under contract for the District of • " Columbia or a territory, to such District or 2. The contractor agrees to comply with all to such territory), for liquidated damages. the requirements of section 114 of the Clean Such liquidated damages shall be computed with Air Act and section 309 of the Federal Water respect to each individual laborer or Pollution Control Act and all regulations and mechanic, Including watchmen and guards, guidelines listed thereunder. employed in violation of paragraph I of this Section, in the sum of 110 for each calendar 3. The contractor shall prcept I y hoot i fy the day or workweek in which 'uch Individual was State highway department of the receipt of any required or permitted to work in excess of •communication from the Director, Office of eight hours or to excess of the standard • 'Federal Activities, EPA, Indicating that a workweek of forty hours without payment of the facility to be utilized for the contract is overtime wages required by paragraph l of this `under consideration to be listed on the EPA Section. List of Violating Facilities. 3. Ilithholdiag for unpaid wages and 4. The contractor agrees to include or • ,(lgwldsted damages: • cause to be included the requirements of subparagraphs I through 4 of this paragraph X The Federal Highway Administration shall •in •very nonexempt subcontract, and further 'upon its own initiative or upon written agrees to take such action as the Government request an authorized representative of the may direct ims a wens of enforcing such Department of Labor withhold or cause to be•requirements. withheld, from any moneys payable on account .of work performed by /be contractor and all X1. CONTRACT WORK HOURS NC SAFETY STAMDAfiD subcontractors under this• contract or any ACT RECCIRI:?E)tTS Federal contract with the tome 'contractor, or any other Federally-assisted contract subject • 1. Overtime requirements: to -the Contract Mork Hours and Safety Standards Act, which Is held by the sane No contractor or subcontractor contracting contractor, such sues as.aey be determined to for any part of time contract work which may be aeorssary to satisfy any liabilities of require or involve the employment of laborers such contractor and all subcontractors for or mechanics, Including watchmen and guards, unpaid wages and liquidated damages as shall require or permit any such laborer or provided in paragraph 2 of this Section. mechanic in any workweek Ir which he or she Is employed on such work to work in ewccess of • PR-1273(Rev. 5-83) FR-22 • .EZ-!Id • • • • • 'ut5J5q P5uI04uoo i:O06 v3 J0 VSKS ' - •t4solidds •44 441• Alamo 04 P•JInbsJ *JO S.J04 • -x..uoo 4uos dx.soe uol. c 4suoo tom° Js440. '041u•e u•S V0 • 11.44 11• 04 PJS6sJ 441M •us Id ui16044m0014 044 foutaopueW Y3 !axe1 V3 kg poJeo.00 **JO e44 ut tJo4Jed Aa44 *row Y014 Z•CE ss l 41Nno3 VS1 SS- 1 -anJ4suoo aF p .6s.+ 11,41a u=1 d I2*0.}ssoH. 544 ;o sleo6 544 44In Aldwoo a4 PeJInb5J *JO (s'1►-09 - WOKS y !WON Y3 2iV3 If ••s) mid um°4.O0H PeAcldde us u1 5u14sd Oct 'ti3 'Welt -1014150 *JO 4014* IJ04.21J4.0 v14onJ4su03 -P 1.1 u.41J-0 .t tell OZL9 •4zeJ4moo9l J0 42814uoo '4oerrJd Pe4e1•J *moues YJ A11eJep5;uou JO Pe4stsst Atteseps;. 'IeJOP5d 1.6 V3 'e1$01i s:usS OOGL . uo *Am 6ut5J04J5d sl soJ00JaS 4.44 40 4154 'znJ3 54ues Y3 40u JO J044040 440 ssslpJt651 ',010;x105 uot4 6'Pt 'Y0 •z 7 •4usS 6911 . ►14su00 s4lsuo 1,414 $6J040.J4u00 4dsexsuo11 •*J510 84u•S VO floss 04 •I4solidd5 *JO sI5a6 e41 'sIIGJ0 9'61 •V'J '•s0r uss OOPL Is014d5J6005 UA143uds5J •44 ut PossJo;• ed •q 04 '0 .4em u•4 Y3 000'01$ i0 sse=0 ui s4oeJ4ucogne pue s437141100 1o0s10ue1d u5S YO :u1J01E V0 uol42n4su00 Ps4slsse AlleJ0+Ps; JO t,JeP•d 154x3 Q14iuo3 Y0 1•P•sstY Y3 tie ut PWnlout •4 1I 4• •P•-4 Out 4 4010 . 9'0 'V3 'Ous11100.440s10usJi usS 09£L uOf:=14suoo floss ut 00140 4 l l 4e A4I JQU I• JO;. •AMJe4uCN VO s l— SuI*OI l°4 •44 ',owe 1,44104 114uft 6'9Z •Y7 'A.Je4u0w -40P1ss•5-ssull•S OZIL 6'9 (4Ye3Jed) (5PIA+i°t4eu x,11448) :set4u YSi6. uacoll 103 Is0 • :y3 '010f u5$-pYe1't•O•oostoueJA uIS 9L1 °4011114UONfls 13 42.1000 uo14onJ4s500 Pe4stsst AIItJip.4. JO IsJePSd A41u111 Y3 . u0 vow 6u1Q10 4Jed st e3JOpIJae 4.44 ;0 4J.d 141)I0gst*4 Y3 1.4JON 1.0 VO 40u Jo J•44■4* 5OJO3lJOw 11014onJ4suo0 5418-u0. 9'9 )s 14Ye03 VS1d5-+i0M •4e6•J680 s o o4=J4uo0 e44 04 •14eo 1 t dds s 1 I•o6 •41 '000'Olf i0 sseoz5 ut 14oeJ4moogns 'Y3 61"1 .'3 sL1 put s4Oe.4u00 uo14aa14suo0 Pµstsst AIIS.SPS; . • ••+x•4.1 VO 1 noA t CIS I S V3 Pue I'JePed tie ut P•PO l0L l •g . 11.4• 1014 1,41544 V3 lseentd V3 -011I140 •10001 •04 1,06 6utw01104 041 •Z . - foopotit Y0 fuels', Y0 •ui5lsq 44J0; • 9.9 90141,000 .1#9.049-VON 4e5 ■•sns13 A41un4104dO I5'03e 044 04 P•IISo s1f0 '6u1PPI% 1L1 s1 1014u0445 s,1•PPI9 10 .11sJO4e;3O •41. '1 - (4 J•d) (9PZII L3QHO 3111033X3) - • I.Oe All Nf.Lf0ddp 1N3W,401dM3 1Vf03 3>i0SN3 01 P10113V V3114 01004033 OlC33 VI P 304 11Y3 3A 11VISt1 14.4Y VOA 1ri3432I1 003!1 JO 301.10N 'I • 301101 1VS0d0114 01Y•11100331 90'1°9 , , , 177 Sacramento, CA: 7480 Santa Barbera-Santa Maria- Lompoc, CA 19.7 • SMSA Counties: ' CA Santa Barbara. 6920 Sacramento, CA. 16.1 Ion-SMSA Counties 24.6 . CA Placer; CA Sacramento; CA Inyo; CA Mono; .CA Yolo. CA San Luis Obispo. Non-SMSA Counties 14.3 CA Butte; CA Colusa; 181 San Diego, CA: CA El Dorado; CA Glenn; ~ CA Nevada; CA Sierra; SMSA Counties ' CA Sutter; CA Yuba. 7320 San Diego, CA 16.9 CA San Diego. 178 Stockton-Modesto, CA: Mon-SMSA Counties 18.2 CA Imperial. SMSA Counties: 5170 Modesto, CA 12.3 These goals re applicable to all the Con- . . CA Stanislaus. tractor's construction work (whether or not it 8120 Stockton, CA 24.3 is Federal or federally assisted) performed In CA 'San Joaquin. the covered area. If the contractor performs Non-SMSA Counties 19.8 construction work In a geographical . area . CA Alpine; CA Aeedor; located outside of the covered area, It shall • CA Calaveras; CA Mariposa; apply the goals established for such geographl- CA Merced; CA Tuolumne. cal ca"ea where the work is actually performed. W l tth regard to to i s second area, t . contractor 179 Fresno-Bakersfield, CA: also is subject to the goals for both. its federally Involved and nonfederally Involved SMSA Countless construction.BakerafIiid. CA. 19.1 The Contractor's compliance with the Execu- CA Kern. 'five Order and the regulations in 41 CFR Part 2840 Fresno, CA. 26.1 60-4 shall be based on its Iapleeentatlon of CA Fresno. the Equal Opportunity Clause, specific afflr- Non-SMSA Counties 23.6 motive action obligations required by the CA Kings; CA Madera; specifications met Toth In 41 CFR 60-4.3(a), CA Tulare. _ and Its efforts to meet the goals. The hours of minority and female employment and training . 180 Los Angeles, CA: asst be substantially uniform throughout the L SMSA Counties: length of the contract, and In each trade, and the contractor shell make a good faith effort 0360 Anaheim-Santa Ma-Gerden to employ alnorltles and woman evenly on each I- Grove, CA. 11.9 of Its projects. The transfer of minority or •l� CA Orange. female employees or trainees from Contractor to 1111 4480 Los Angeles-Long Contractor or from project to project for the Beach, CA. 28.3 sole purpose of meet i ag the Contractor h s goals • CA Los Angeles. shall be a violation of tM contract, the Exe- cutive r 6000 Oxnard-Simi Valley- Cullum Order and the regulations in 41 /CFR Pert Ventura, CA. 21.5 60-4. Compliance with the goals will be sea- I. -CA Ventura. eared against tte total work hours performed. - 6780 Riverside-San Be wired CA. 19.0 • 3. The Contractor shall provide written CA Riverside; notification to The Director of the Office of 1 ._ CA San Bernardino. Federal Contract Coapllance Programs within 10 . iFR-24. • • 0 working days of sward of any construction sub- flestion suabor of the subcontractor; contract in access of $10,000 at any tier _for estimated dollar amount of the subcontract; construction work ender the contract resulting estimated starting and completion dates of the from this solicitation. The sotificatIon subcontract; and the geographical area in shall list the mama, address and telephone which the subcontract is to be performed. ember of the subcontractor; employer idantl- STAND MD FEDERAL EQUAL Bd•LOTPIDIT CFPCRTUNITT CONSTRUCTION Cp(TRACT »IFiCATIONS (EXECUTIVE ORDER 11246) 1. As used in these specifications: -In cress of $10,000 the provisions of these • specifications and the Notice which contains a. 'Covered arse 'leans the geographical the ,applicable goals for minority and tomato area described in the solicitation from participation and which is it forth In the . which this contract resulted. solicitations from ' which this contract resulted. . b. 'Director* means Director, Office of ?Worst Contract Compliance Programs, United 3. If the Contractor is participating (pur- . States Departaant cf Labor, or any person to suant to 41 CFR 60-4.5) In • Hometown Plan ' whom the Director delegates authority. approved by the U.S. Department of Labor in the covered ram either individually or through an . e. 'Employer identlftation ember* means association, its affirantive action oblige- . the Fsderat Social Security number used on ' tions on all work In the Plan Area (including the Explorer's Quarterly Federal Tax Return, goals and timetables) shall be in accordance U.S. Treasury Department Form 941. with that Plan for those trades which have unions participating in the Plan. Contractors d. •Minority■ includes: most be able to demonstrate their 'partici- pation in and compliance with the provisions (I) Slack (all persons having origins of any such Hometown Plan. Each Contractor or in any of the Slack African racial groups Subcontractor participating in an approved • act of Hispanic origin); Plan is individually required 'to comply with ' (it) Hispanic (all persons of Mexican, its obligations under the EEO clause, and to Puerto Rican, Cuban, Control or South • make a good faith effort to achieve each goal • American or other Spanish Culture ar wader the Plan In each trade in which it has Origin, regard 1 ess of rocs); amp t oyees. The overa 1 t good faith pertornancs - (i11) Asian and Pacific islander (all by other Contractors or Subcontractors toward .,z persons having origins in any of the a goal in an approved Plan does not accuse any original peoples, of the Far East, South- —covered Contractor's or Subcontractor's east Asia, the Indian Subcontinent, or failure to take good faith efforts to achieve the Pacific islands); and the Plan goals and timetables. (iv) American Indian or Alaskan Native (all persons having origins In any of the 4. The Contractor shall lapteasnt the original peoples of North America and specific affirmative action standards provided maintaining Identifiable tribe! Otitis- in paragraphs 7a through p of these . 'Pions through moobar•shIp and pertlelpe- specifications. no goals set forth In the lion or community identification). r -solicitation from which this contract resulted are acpressed as percentages of the 'total 2. Whenever the Contractor, or any Sub- hours of smployannt and training of alnoritr contractor at any tier, subcontracts a portion and female utilization the Contractor should of the work involving any construction trade, reasonably be able to achieve in each it shall physically Include in each subcontract construction trade In which it has seployees • FR-25 • 1 r In the covered area. Covered construction possible, will assign Ciao or more roman to . contractors performing construction work In each construction project. The Contractor geographical areas where they do not have a shall specifically ensure that all foremen, Federal or federally assisted construction superintendents, and other onslte super- contract shall apply the minority and fwsale visory personnel re aware of and carry out goals established for the geographical area the Contractor's obligation to melntaln such where the work is being performed. Goals are a working envlrolment, with specific atten- published periodically In the Federal Register Lion to minority or female individuals in notice form, and such Notices my be . • .working at such sites or in such tacltl- obtained from any Office of Federal Contract ties. Compliance Progra^s office or from Federal procurement contracting officers. The b. Establish and maintain s current list Contractor Is .opted to make substantially of minority and female recruitment sources, uniform progress in sooting Its goals In each provide written notification to minority and craft during the parted specified. female recruitment sources and to community organizations when the Contractor or its 5. Neither the provisions of any collective unions haw employment opportunities avail- bargaining agreement, nor the failure by a able, and maintain a record of the organ!- union with whom the Contractor has a collar ations' responses. tire bargaining agreement, to refer either minorities or women shall accuse the Contrac- C. i a i nta i n a current file of the names, torus obligations under these specifications, addresses and teiephone numbers of each Executive Order 11246, or the regulations • minority and female off-►the-street spoil- promulgated pursuant thereto. cunt and minority or female referral from a union, a recruitment source or community 6. In order for the nonworking training organization and of what action was taken hours of apprentices and trainees to be counted with respect to each such individual. If in meeting the goals, such apprentices and such individual was sent to the union hir- tralnees must be employed by the Contractor leg hall for referral and was not referred during the training period, and the Contractor beck to the Contractor by the union or, if met have weds a commitment to employ the referred, not employed by time Contractor, apprentices and trainees at the completion of this shall be documented In the file with their training, subject to the availability of the reason therefor, along with whatever employment opportunities. Trainees must be additional actions the Contractor way have • trained pursuant to training programs approved taken. by the U.S. Department of Labor. ... d. Provide Immediate written notitica- 7. The Contractor shall take specific afar- tion to the Director when the anion or entire act Ions to ensure equal sap loyment micas with which the Contractor has a opportunity. The evaluations of the Contrac- collective bargaining agreement has not tors compliance with these specifications referred to the Contractor a minority shall be based upon its effort to achieve pram or woman sent by the Contractor, or maximum results from its actions. The Contrac- when the Contractor hes other information for shall document these efforts fully, and that the anion referral process has impeded shall Implement affirmative action steps et the Contractor's efforts to wet its obll- least as extensive as the following: Rations. •. Ensure and ewintain a working envlron- C. Develop en-the-job training sent free of harassment, Intimidation, and opportunities and/or participate in coercion at all sites, and In all facilities training programs for the eras which at which the Contractor's employees are expressly include minorities and women, assigned to worn. The Contractor, where including upgrading progress and • • FR-26 apprenticeship and .trainee progress community organizations, to schools with relevant to the Contractor's employment minority and female students and to minority seeds, especially those programs funded or and ferule recruitment and training argent- approved by the Department of Labor. The rations serving the Contractor's recruitment . Contractor shall provide notice of these area and employment seeds. Not later than programs to the sources complied wader 7b oas month prior to the data for the scoop- sbwe. • tens of applications for apprenticeship or other training by any recruitment source, f. Disseminate the Contractor's EEO the Contractor shall and written not lfica- poticy by providing notice of the policy to Lion to organizations such an the above, • unions and training programs and requesting describing the openings, screening proes- their cooperation in assisting the Contrac- duree, and tests to be used in the selection tar In meeting Its EEO obligations; by process. . • including it In any policy annual and • co I l act i ve barga i n 1 ng agreement; by j. Encourage present mi nor i ty and fume 1 e publicizing It In the company newspaper, employees to recruit other minority persons annual report, etc.; by specific review of and women and, where reasonable, provide the policy with all management personnel after school, summer and vocation amp1oysent and with -all minority and female employees to minority and tamale youth both on the at least ones a year; and by poeting the site and In other areas of a Contractor's company EEO policy on bulletin boards workforce. accessible to all employees at each location snore construction work Is k. Validate all tests and other selection performed. requirements where there is an obligation to • do so under 41 CFR Part GO-3. g. Review, st least annually, the cm- pony's EEO policy and affirmative action I. . Conduct, at least annually, an obligations under these specifications with Inventory and evaiuetlon at least of all all employees having any responsibility for minority and female personnai for promo- hiring, assignment, layoff, termination or timed opportunities and erzecurege these other employment decisions including employees to seek or to prepare for, • specific review of these'ltsms with onsite through appropriate training, eta., such supervisory personnel such as Superinten- opportunities. dents, General Foreman, etc., prior to the Initiation of construction work at any job . m. Ensure that seniority practices,. job sits. A written "record shall be made and classifications, work assignments and other amintalned identifying the time and place of personnel practices, do not hove • discrie- these meetings, persons attending, subject history effect by continually monitoring matter discussed, and disposition of the — all personnel and employment related subject matter. • activities to ensure that the EEO po?icy • and the Contractor's obligations ender b. Disseminate the Contractor's EEO these specifications w being curried policy externally by including it in any out. advertising In the mows media, specifically Including minority and female saws media, a. Ensure that all facilities and cote- and providing written notification to and pony activities are ecasegregatpd accent discussing tie Contractor's EEO policy with that separate or single-user toilet -.Mot other Contractors and Subcontractors with necessary changing facilities shall be - whom the Contractor does or anticipates provided to assure privacy between the doing business. sexes. I. Direct its r e c r u 1 t o ant efforts, both o. Document and maintain a record of a l l oral and written, to minority, female and solicitations of offers for subcontracts FR-27 • • v from minority and female construction 10. The Contractor shall not use the goals contractors and suppliers, including clrcu- and timetables or affirmative action standards . lotion of solicitations to minority and to discriminate against any person because of female contractor associations and other race, color, religion, sex, or national business associations. origin. • p. Conduct a review, at least annually, 11. The Contractor shall act enter into any of all supervisors' adherence to and subcontract with any person or firm debarred . performance under the Contractor's EEO from Government contracts pursuant to Executive policies and affirmative action .oblige- Order 11246. .t ions. 12. The Contractor shall carry cut such 6. Contractors are .encouraged to partici- sanctions and penalties for violation of these pate In voluntary associations, which assist specifications and of the Equal Opportunity In fulfilling one or sere of their affirmative Clause, including suspension, termination and action - obligations (7a through p). The cancellation of socisting subcontracts as may be efforts of a contractor association, joint Imposed or ordered pursuant to Executive Order contractor-union, contractor-community, or 11246, as amended, and its implementing regu- otter similar group of which the Contractor is lotions, by the Oftice of Federal Contract • a member and participant, may be asserted as Compliance programs. Any Contractor who falls fulfilling any one of more of Its obligations to carry out such sanctions and penalties shall under 7a through p of these Specifications be in violation of these specifications and provided that the Contractor actively Executive Order 11246, as amended. partlepetes in the group, makes every effort to assure that the group has a positive impact 13. The Contractor, In fulfilling its on the .aiploymant of minorities and women in obligations under these specifications, shall the industry, ensures that the concrete implement specific affirmative action steps, benefits of the program are reflected in the at least as extensive as those standards Contractor's minority and female workforce prescribed In paragraph 7 of these specifi- .. . participation, makes a god faith effort to cations, so as to achieve maximum results from e.et its individual goals and timetables, and its efforts to ensure equal employment oppor- can provide access to documentation which tunity. if the Contractor fails to comply demonstrates the effectIvaness of actions taken with the requirements of the Executive Order, on behalf of the C.ontrector. The obligation to the implementing regulations, or these spec!- 'comply, however, is the Contractor's end tics/ions, the Direc^or' shall proceed in • f a i l ure of such a group to fulfill an accordance with 41 CFR 60-4.3. obligation shall not be a defense for the Contractor's noncompliance. 14. The Contractor shall designate a r.sponsibte official to monitor all employment 9. A single goal for minorities and a sspa- related activity to ensure that the company rate single goal for women have been estab- EEO policy is being carried cut, to submit ilshed. The Contractor, however, is required reports relating to the provisions hereof as to provide equal employment opportunity and to may be required by the Government and to keep take affirmative action for alp minority records. Records shall at least include for groups, both male and feesle, and all women, each employee the mese, address, telephone both minority and man-minority. Consequently, numbers, construction trade, union affiliation the Contractor ay be in violation of the If any, saployee identification number when - Executive Order if a particular group Is assigned, •octal security number, race, sex, employed In • substantially disparate manner status (e.g., mechanic, apprentice, trainee, (for scampi., even though the Contractor hes helper, or laborer), dates of changes In achieved its goals for women generally, the status, hours worked per week In the indicated Contractor may be In violation of the Executive trade, rate of pay. and ioations at which the Order if a specific minority group of women Is work was performed. Records shall be underutilized). • FR-2s • . meintalned • In an *stilly understandable and Works Employment Act of 1977 end the Community • retrievable form; however, to the degree that Oevelop.ent Block Grant Program). _ existing records satisfy this requirement, Contractors shall not be required to maintain - 16. in addition to the reporting separate records. r.quIra.ents sat forth elsewhere in this Contract the Contractor and subcontractors • 15. Ibthing herein provided shall be eon- holding subcontracts, mot including meterlal 'trued as a limitation upon the application of suppliers, of $10,000 or more, shall submit for otter laws which establish different standards every month of July during which work is of . complience or upon the application of part ssploysent data ss contained under requirements for the hiring of local or ether Form PR-1391 (Appendix C to 23 CtR, Part 230), area residents (e.g., those under the Public and In accordance with the Instructions included thereon. • • • FR-29