239
CITY OF YUBA CITY PUBLIC WORKS DEPARTMENT 1201 CIVIC CENTER BOULEVARD YUBA CITY, CALIFORNIA 95993 NOTICE TO CONTRACTORS SPECIAL PROVISIONS PROPOSAL AND CONTRACT FOR FRANKLIN AVENUE IMPROVEMENTS CONTRACT NO. 18-01 FOR USE WITH STANDARD SPECIFICATIONS AND STANDARD PLANS DATED 2010 OF THE CALIFORNIA DEPARTMENT OF TRANSPORTATION, GENERAL PREVAILING WAGE RATES AND LABOR SURCHARGE, AND EQUIPMENT RENTAL RATES OF THE CALIFORNIA DEPARTMENT OF TRANSPORTATION

CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

Page 1: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

CITY OF YUBA CITY PUBLIC WORKS DEPARTMENT

1201 CIVIC CENTER BOULEVARD YUBA CITY, CALIFORNIA 95993

NOTICE TO CONTRACTORS SPECIAL PROVISIONS

PROPOSAL AND CONTRACT

FOR

FRANKLIN AVENUE IMPROVEMENTS CONTRACT NO. 18-01

FOR USE WITH STANDARD SPECIFICATIONS AND STANDARD PLANS DATED 2010 OF THE CALIFORNIA DEPARTMENT OF

TRANSPORTATION, GENERAL PREVAILING WAGE RATES AND LABOR SURCHARGE, AND EQUIPMENT RENTAL RATES OF THE

CALIFORNIA DEPARTMENT OF TRANSPORTATION

Page 2: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California
Page 3: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

******************************************************************************************************

SPECIAL NOTICE ****************************************************************************************************** The bidder’s attention is directed to the section entitled “Subcontracting” in Section 4 of the Special Provisions regarding the requirement that proposed subcontractors be listed in the bidder’s proposal. Subcontractors performing work in excess of one-half of one percent of the total bid or $10,000, whichever is greater, shall be listed. ******************************************************************************************************

Page 4: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

CONTRACT SPECIFICATIONS

TABLE OF CONTENTS

NOTICE TO CONTRACTORS SPECIAL PROVISIONS

1. DEFINITIONS 1.1 General

2. PROPOSAL AND CONTRACT REQUIREMENTS 2.1 Examination of Plans, Specifications, and Site of Work 2.2 Proposal Form 2.3 Delivery of Proposal 2.4 Withdrawal of Proposal 2.5 Competency of Bidder 2.6 Rejection of Proposals 2.7 Bidder Guaranty 2.8 Award of Contract 2.9 Execution of Contract 2.10 Contract Bonds 2.11 Guaranty of Work 2.12 Federal Lobbying Restrictions 2.13 Disadvantaged Business Enterprise (DBE) 2.14 DBE Requirements - CDBG 2.15 Local Agency Bidder – DBE Information

3. CONTROL OF WORK

3.1 General 3.2 Lines, Grades, and Surveying 3.3 Intent of Plans and Specifications 3.4 Environmental Control 3.5 Final Inspection

4. LEGAL REGULATIONS AND RESPONSIBILITY TO THE PUBLIC

4.1 Laws to be Observed 4.2 Prevailing Wages 4.3 Prevailing Wages – Davis-Bacon Act Provisions 4.4 Permits and Licenses 4.5 Indemnity 4.6 Insurance 4.7 No Personal Liability 4.8 Responsibility of City 4.9 Domestic Materials 4.10 Apprenticeship Requirements 4.11 Subcontracting 4.12 Subcontractor and DBE Records 4.13 Differing Site Conditions

Page 5: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

SPECIAL PROVISIONS (continued) 4.14 Working Hour Restrictions 4.15 Examination and Audit 4.16 Equal Opportunity Clause 4.17 Federal Equal Employment Opportunity Construction Contract

Specifications 4.18 Performance of Subcontractors 4.19 DBE Certification Status 4.20 Removal of Asbestos and Hazardous Substances 4.21 Buy America Requirements

5. WATER AND DUST CONTROL 5.1 Water 5.2 Dust Control

6. PROGRESS OF THE WORK, LIQUIDATED DAMAGES, AND

CONTRACT TIME 6.1 Prosecution of Work 6.2 Liquidated Damages 6.3 Time for Completion 6.4 Extension of Contract Time 6.5 Right-of-Way Delays 6.6 Force Account Payment 6.7 Pre-construction Conference

7. PAYMENT 7.1 General 7.2 Progress Payments 7.3 Final Payment 7.4 Resolution of Claims

8. QUANTITIES AND MATERIALS 8.1 Quantities 8.2 Materials 8.3 Quality Control 8.4 Testing Methods and Frequency

9. SAFETY PRECAUTIONS 9.1 Preservation of Property 9.2 Obstructions 9.3 Interruption of Service 9.4 Safety Devices 9.5 Maintaining Traffic

10. DESCRIPTION OF THE WORK

11. EARTHWORK & PAVING 11.1 Tree Removal

Page 6: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

SPECIAL PROVISIONS (continued) 11.2 Clearing and Grubbing 11.3 Concrete Removal 11.4 Earthwork 11.5 Restrictions on Purchases of Mined Materials 11.6 Aggregate Base 11.7 Prime Coat 11.8 Paint Binder 11.9 Pavement Repair 11.10 Cold Plane/ Conform Grind Asphalt Concrete 11.11 Road Surface Preparation 11.12 Tack Coat 11.13 Pavement Reinforcing Fabric 11.14 Asphalt Concrete 11.15 Temporary Pavement Delineation 11.16 Adjusting Manholes and Valves to Grade 11.17 Survey Monument Wells 11.18 Finishing Roadway 11.19 Roadway Signs

12. CONCRETE CURBS, GUTTERS, SIDEWALKS, AND DRIVEWAYS

12.1 General 12.2 Curing 12.3 Measurement and Payment 12.4 Temporary Pedestrian Route of Travel 12.5 Temporary Pedestrian Channelizing Devices & Barricades

13. TRENCHING OPERATIONS

13.1 Legal Requirements 13.2 General 13.3 Trench Width 13.4 Cutting of Pavement 13.5 Bracing and Shoring 13.6 Maximum Length of Trench Open 13.7 Bedding 13.8 Initial Backfill 13.9 Restoration of Surfacing 13.10 Payment

14. STORM SEWER CONSTRUCTION

14.1 General 14.2 Materials 14.3 Protection of Pipes 14.4 Manholes 14.5 Drop Inlets and Catch Basins 14.6 Initial Backfill 14.7 Completing Backfill 14.8 Crossing Over a Water Main

Page 7: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

SPECIAL PROVISIONS (continued) 14.9 Measurement 14.10 Payment

15. SEWER MAIN CONSTRUCTION 15.1 General 15.2 Materials 15.3 Installation of Sanitary Sewer 15.4 Initial Backfill 15.5 Completing Backfill 15.6 Manholes 15.7 Testing and Cleaning of Sewer Lines 15.8 Crossing Over a Water Main 15.9 Measurement and Payment

16. WATER MAIN CONSTRUCTION

16.1 General 16.2 Materials 16.3 Installation 16.4 Locating Wire 16.5 Valves and Fittings 16.6 Traffic Valve Boxes 16.7 Plugs and Caps 16.8 Thrust Backing 16.9 Fire Hydrants 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill 16.13 Hydrostatic Pressure and Leakage Testing 16.14 Disinfection and Flushing 16.15 Payment

17. PAVEMENT MARKERS AND MARKINGS 17.1 Pavement Delineation Layout 17.2 Thermoplastic Traffic Stripes and Traffic Markings 17.3 Pavement Markers 17.4. Remove Traffic Stripes, Pavement Markings, and Markers

18. SIGNALS, SIGNS, AND LIGHTING 18.1 Description 18.2 Foundations 18.3 Conduit 18.4 Pull Boxes 18.5 Conductors and Wirings 18.6 Bonding and Grounding 18.7 Service 18.8 Existing Highway Facilities 18.9 Standards, Steel Pedestals, and Posts

Page 8: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

SPECIAL PROVISIONS (continued) 18.10 Functional Testing 18.11 Numbering Electrical Equipment 18.12 Model 170E Controller Assemblies 18.13 Vehicle Signal Faces and Signal Heads 18.14 Pedestrian Signal Faces 18.15 Detectors 18.16 Pedestal Push Buttons 18.17 Luminaires 18.18 Roadside and Mast Arm Signs 18.19 Modem 18.20 Local Intersection Program (Software) 18.21 Optical Detector System 18.22 Audible Pedestrian Signals 18.23 Battery Backup System 18.24 Payment

18. STORM WATER QUALITY

19.1 General 19.2 Contractor’s Responsibilities 19.3 Owner Responsibilities 19.4 Payment

LANDSCAPING SPECIAL PROVISIONS 320190 Operations and Maintenance of Planting 328400 Landscape Irrigation 329000 Planting

ATTACHMENT A – SECTION 3 CLAUSE ATTACHMENT B – EQUAL OPPORTUNITY FEDERAL LABOR STANDARDS PROVISIONS – FORM HUD-4010 PROPOSAL TO THE PUBLIC WORKS DEPARTMENT, CITY OF YUBA CITY BIDDER’S BOND EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE PUBLIC CONTRACT CODE SECTION 10232 STATEMENT PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT NON-COLLUSION AFFIDAVIT

Page 9: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

SPECIAL PROVISIONS (continued) LABOR CODE SECTION 1861 CERTIFICATION DEBARMENT & SUSPENSION CERTIFICATION (TITLE 49 CFR, PART 29) NONLOBBYING CERTIFICATION FOR FEDERAL-AID CONTRACTS DISCLOSURE OF LOBBYING ACTIVITIES EXHIBIT 15-G: CONSTRUCTION CONTRACT DBE COMMITMENT EXHIBIT 15-H: DBE INFORMATION – GOOD FAITH EFFORTS EXHIBIT 12-B: BIDDERSLIST OF SUBCONTRACTORS (DBE & NON-DBE) PAYROLL FORM WH-347 FEDERAL WAGE RATES FHWA-1273 (EXHIBIT 12-G) STATE LABOR STANDARD PROVISIONS CONTRACTOR’S/SUBCONTRACTOR’S CERTIFICATION CONCERNING STATE LABOR STANDARDS AND PREVAILING WAGES DISADVANTAGED BUSINESS ENTERPRISE INFORMATION FORM MBE/WBE VERIFICATION OF QUALIFICATION FORM PROPOSAL CERTIFICATION CONTRACT AGREEMENT FAITHFUL PERFORMANCE BOND PAYMENT BOND

Page 10: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

CITY OF YUBA CITY STATE OF CALIFORNIA

PUBLIC WORKS DEPARTMENT

NOTICE TO CONTRACTORS Sealed proposals will be received at the City Clerk’s Office, City of Yuba City, located at City Hall, 1201 Civic Center Boulevard, Yuba City, California, 95993, until 3:00 P.M. on Thursday, March 26, 2020, at which time they will be publicly opened and read aloud, for construction in accordance with the specifications to which special reference is made as follows:

FRANKLIN AVENUE IMPROVEMENTS CONTRACT NO. 18-01

No bid will be considered unless it is made on the bid form purchased from and furnished by the Public Works Department. Each bid must be accompanied by cash, cashier’s check, certified check, or a bidder’s bond executed by an admitted surety insurer made payable to the City of Yuba City for an amount equal to at least ten percent (10%) of the total bid amount, such guaranty to be forfeited should the bidder to whom the contract is awarded fail to enter into the contract. General Work Description: The project involves the rehabilitation of Franklin Avenue between S Palora Avenue and Gray Avenue. The rehabilitation consists of the following:

Variable Depth AC Grinding Widening of roadway for vehicle and bike lanes Installation of curb & gutter, parkway strip, sidewalk, driveways, and ADA-

compliant curb ramps Installation of landscaping and landscaping irrigation Storm drain inlet and pipe installations Sewer line extension and sewer lateral stub installation Waterline service installation* Hydrant Installation** Installation of HMA inlays, HMA swales. Installation of new striping Installation of new signal detectors.

*All new water services and meters/meter boxes are to be installed by the City’s water distribution crew. Water distribution crew shall work under contractor’s traffic control for installation of new water laterals. Contractor shall perform excavation, shoring, and backfill for all waterline work. **Contractor shall facilitate all work and provide all materials necessary for hydrant run/installation. City shall only chlorinate and provide hot tap for hydrant run.

Page 11: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Notice to Contractors FRANKLIN AVENUE IMPROVEMENTS Page 2 of 7 CONTRACT NO. 18-01

For a more detailed description of the project scope, refer to the project plans. The DBE Contract goal is _____17.0_____ percent. This project is subject to the “Buy America” provisions of the Surface Transportation Assistance Act of 1982 as amended by the Intermodal Surface Transportation Efficiency Act of 1991. In accordance with the provisions of Section 1770 to 1790 of the Labor Code of the State of California, the City of Yuba City has ascertained that the general prevailing rate of wages applicable to the locality in which the work is to be done to be listed in the “General Prevailing Wage Rates as determined by the Director of Industrial Relations,” which is on file at the Public Works Department and available from the California Department of Industrial Relations Internet website at www.dir.ca.gov/OPRL/DPreWageDetermination.htm. The Federal minimum wage rates set forth in this project as predetermined by the United States Secretary of Labor are set forth in the books entitled “Notice to Contractors, Special Provisions, and Contract Documents”. The Federal minimum wage rates for this project may be obtained directly from the Department of Labor home page at www.wdol.gov/dba.aspx under CA9 wage determination for Sutter County. Addenda to modify the Federal minimum wage rates, if necessary, will be issued to holders of the plans and specifications. If there is a difference between the minimum wage rates predetermined by the Secretary of Labor and the general prevailing wage rates determined by the Director of the California Department of Industrial Relations for similar classifications of labor, the Contractor and subcontractors shall pay not less than the higher wage rate. The Department will not accept lower State wage rates not specifically included in the Federal minimum wage determinations. This includes “helper” (or other classifications based on hours of experience) or any other classification not appearing in the Federal wage determinations. Where Federal wage determinations do not contain the State wage rate determination otherwise available for use by the Contractor and subcontractors, the Contractor and subcontractors shall pay not less than the Federal minimum wage rate which most closely approximates the duties of the employees in question. It is mandatory that the Contractor to whom the contract is awarded and any subcontractor under him pay not less than said specified rates to all persons employed by them or either of them in the execution of the contract. The U.S. Department of Transportation (DOT) provides a toll-free “hotline” service to report bid-rigging activities. Bid-rigging activities can be reported Monday through Friday, between 8:00 A.M. and 5:00 P.M., Eastern time, telephone: 1-800-424-9071. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the hotline to report these activities. The hotline is part of the DOT’s continuing effort to identify and investigate highway construction contract fraud and abuse and is operated

Page 12: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Notice to Contractors FRANKLIN AVENUE IMPROVEMENTS Page 3 of 7 CONTRACT NO. 18-01

under the direction of the DOT Inspector General. All information will be treated confidentially, and caller anonymity will be respected. No pre-bid meeting is scheduled for this project. Bids are required for the entire work described herein. The Contractor shall possess a Class A license. This project is partially funded by the Development of Housing and Urban Development Community Development Block Grant (CDBG) funds. This contract is subject to state contract nondiscrimination and compliance requirements pursuant to Government Code Section 12990.

FRANKLIN AVENUE IMPROVEMENTS CONTRACT NO. 18-01

The total quantity of materials estimated for this contract is in the table below:

Bid Item

Item Description Estimated Quantity

Unit of Measure

1 Traffic Control 1 LS 2 Mobilization/Demobilization 1 LS 3 Construction Area Signs 1 LS 4 Clearing and Grubbing 1 LS 5 Tree Removal 6 EA 6 Remove Concrete Curb, Gutter, and Sidewalk 1,370 SF 7 Roadway Excavation 836 CY 8 Cold Plane Asphalt/ Concrete (Depth Varies) 58,155 SF 9 Minor Concrete (5' Sidewalk and Curb Ramps, YC

ST8, YC ST9, YC ST3) 4,410 SF

10 Minor Concrete (6" Barrier Curb and Gutter, YC ST4) 1,336 LF 11 Minor Concrete (6" Barrier Curb and Gutter for Heavy

Duty Driveway, YC ST11) 248 LF

12 Minor Concrete (Heavy Duty Driveway, YC ST11) 5 EA 13 Minor Concrete (Standard Driveway, YC ST10) 8 EA 14 Adjust AT&T Manhole to Grade 3 EA 15 Adjust AT&T Vault Box Grade, Match Sidewalk

Orientation 1 EA

16 12" Class 4 RCP Storm Drain 156 LF 17 18" Class 4 RCP Storm Drain 97 LF 18 Storm Drain Manhole (YC DR1) 4 EA 19 Install DI (YC DR3) 5 EA 20 Remove DI 2 EA

Page 13: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Notice to Contractors FRANKLIN AVENUE IMPROVEMENTS Page 4 of 7 CONTRACT NO. 18-01

21 Install Junction DI (YC DR4) 2 EA 22 Adjust Storm Drain Manhole to Grade 3 EA 23 8" VCP Sewer 367 LF 24 4" Sanitary Sewer Service Lateral ( YC SS1 & SS3) 7 EA 25 6" Sanitary Sewer Service Lateral (YC SS1 & SS3) 1 EA 26 Sanitary Sewer Cleanout (YC SS4) 1 EA 27 Adjust Sanitary Sewer Manhole to Grade 3 EA 28 Excavation, Shoring, and Backfill for Water Services 9 EA 29 Fire Hydrant Installation (YC W1) 1 EA 30 Adjust Water Valve Lids to Grade 10 EA 31 Planter Excavate, Scarify & Backfill with Top Soil

(Select material generated from excavation) 2,400 SF

32 Landscaping Installation - Decomposed Granite for Planting Areas (3" Depth)

2,400 SF

33 Landscaping Installation - 1" Backflow Preventer 1 EA 34 Landscaping Installation - 1" Remote Control Valves 4 EA 35 Landscaping Installation - Hunter Node 600-Battery

Operated Irrigation Controller 1 EA

36 Landscaping Installation - Hunter Rain Clik 1 EA 37 Landscaping Installation - Drip Irrigation Flush Valves 4 EA 38 Landscaping Installation - Drip Tree Ring 24 EA 39 Landscaping Installation - Drip Shrub Ring 90 LF 40 Landscaping Installation - 1.5" Gate Valves 3 EA 41 Landscaping Installation - 3/4" Irrigation Lateral Line -

PVC Schedule 40 550 LF

42 Landscaping Installation - 1" Irrigation Lateral Line - PVC Schedule 40

1,750 LF

43 Landscaping Installation - 1.5" Irrigation Mainline - PVC Schedule 40

450 LF

44 Landscaping Installation - 6" Pipe Sleve - PVC Schedule 40

750 LF

45 Landscaping Installation - Packet Fertilizer 300 EA 46 Landscaping Installation - Tree (15 gal) 24 EA 47 Landscaping Installation - Shrubs (1 gal) 90 EA 48 Landscaping Installation - Soil Amendments 1 LS 49 Landscaping Installation - Tree Root Barriers 300 LF 50 Class II 3/4" Aggregate Base (Under Roadway,

Sidewalks, Curb & Gutter, Driveways) 1,214 TON

51 Roadway Subgrade Reinforcement Triax TX7 Geogrid or Equivalent

970 SY

52 Pavement Reinforcing Fabric 7,431 SY 53 Asphalt Concrete (HMA Type A) 1,425 TON 54 Signal Detector Loop Type A Replacement 1 EA 55 Signal Detector Loop Type C Replacement 2 EA

Page 14: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Notice to Contractors FRANKLIN AVENUE IMPROVEMENTS Page 5 of 7 CONTRACT NO. 18-01

56 Thermoplastic Detail 12 276 LF 57 Thermoplastic Detail 22 645 LF 58 Thermoplastic Detail 32 841 LF 59 Thermoplastic Detail 38 258 LF 60 Thermoplastic Detail 39 1,387 LF 61 Thermoplastic Detail 39A 500 LF 62 Thermoplastic Detail 41 67 LF 63 Thermoplastic Pavement Marking, Type I Arrow

(White) 2 EA

64 Thermoplastic Pavement Marking, Type IV Arrow (15 SF) (White)

16 EA

65 Thermoplastic Pavement Marking, Bike Lane Symbol (7 SF) (White)

7 EA

66 Thermoplastic Pavement Marking, Bike Lane Arrow (7 SF) (White)

7 EA

67 Thermoplastic Pavement Marking, "Stop" Legend (White)

6 EA

68 12" White Thermoplastic 579 LF 69 24" Yellow Thermoplastic 301 LF 70 Install Bike Lane Sign R81 (CA), 18"X24" 3 EA 71 Install No Parking Sign with City Provided Verbiage,

18"X 24" 5 EA

72 Relocate Sign 4 EA 73 Remove Sign 1 EA 74 Relocate Mailbox 6 EA 75 Prepare SWPPP (File NOI, File NOT, & SMARTS

Reporting) 1 LS

76 Implementation of Erosion Control Practices 1 LS Plans, specifications, and proposal forms for bidding this project can be obtained at the office of the Public Works Director, City of Yuba City, 1201 Civic Center Boulevard, Yuba City, California, 95993, for a non-refundable deposit of $40 per set. If a contractor elects to submit a bid, the proposal form shall be obtained from the City. Deposit shall be in the form of a cashier’s check, personal check, or business check. If a contractor elects to have plans and specifications shipped via Fedex, they may contact the Public Works Department and provide their FedEx Account Number. The successful bidder, at bidder’s own expense, shall furnish a faithful performance bond and a payment bond each in an amount of one hundred percent (100%) of the total bid, respectively, and in the form prescribed for use by the City of Yuba City. The bonds shall be provided to the City at the time of execution of contract. Pursuant to Section 1773 of the Labor Code, the general prevailing wage rates in the county, or counties, in which the work is to be done have been determined by the Director of the California Department of Industrial Relations. These wages are set forth in the

Page 15: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Notice to Contractors FRANKLIN AVENUE IMPROVEMENTS Page 6 of 7 CONTRACT NO. 18-01

General Prevailing Wage Rates for this project, available at the Labor Compliance Office at the offices of the State of California, Department of Transportation, District Director of Transportation, for the district in which the work is situated and at the office of the Yuba City Public Works Department. In its discretion, the City Council of Yuba City or its designee may reject any and all bids presented, may accept an item or group of items of any bid, may modify or cancel in whole or in part the notice inviting bids, and may determine to re-advertise for bids. Similarly, the City Council or its designee reserves the right to waive informalities and minor irregularities in any bids received. If two or more bids received are for the same total amount or unit price, quality and service being equal, the City Council or its designee may accept the one it chooses or accept the lowest bid made after negotiation with tie bidders. The officer or employee conducting the bidding procedure shall present the bid tabulation to the City Council or its designee for consideration and award if deemed appropriate. Bids will be required to set forth the price of the items bid upon, the total sales and use taxes that will be due on the purchase or use of the items bid upon, and a total figure for the price plus tax. Any difference between the taxes shown on the bid as the total figure and that actually due shall be the responsibility of the bidder. No charge for delivery, shipping, parcel post, packing, insurance, license fees, permits, or for any other purpose will be paid by the City of Yuba City unless expressly included and itemized in the bid. In connection with any discount offered, time will be computed from the date of delivery of supplies and/or equipment acceptable to the City or from the date correct invoices are received in the office of the officer or employee conducting the bidding process if the latter date is later than the date of delivery. Payment will be deemed to be made, for the purpose of earning the discount, on the date of the mailing of the City’s warrant. Labor surcharge and equipment rental rates to be used on this contract shall be those in effect when the work is accomplished. Pursuant to Section 22300, Public Contracts Code, the Contractor may elect to receive one hundred percent (100%) of payments due under the contract from time to time without retention of any portion of the payment by the public agency in accordance with the provisions of Section 22300 of the Public Contracts Code. Such securities, if deposited by the Contractor, shall be valued by the public agency’s finance director (treasurer), whose decision on valuation of the securities shall be final. Unit prices shall be shown on bids submitted as well as a total price for each item bid upon.

Page 16: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Notice to Contractors FRANKLIN AVENUE IMPROVEMENTS Page 7 of 7 CONTRACT NO. 18-01

No contractor or subcontractor may be listed on a bid proposal for a public works project unless registered with the Department of Industrial Relations pursuant to Labor Code Section 1725.5 with limited exceptions from this requirement for bid purposes only under Labor Code Section 1771.1(a). No contractor or subcontractor may be awarded a contract for public work on a public works project unless registered with the Department of Industrial Relations pursuant to Labor Code Section 1725.5. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. Please direct questions to the Public Works Department, (530) 822-3288, attention Josh Wolffe, or email at [email protected] . PATRICIA BUCKLAND, CITY CLERK CITY COUNCIL OF YUBA CITY

Page 17: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

SECTION 1 DEFINITIONS

1.1 General – The work embodied herein shall be done in accordance with the appropriate provisions of the Specifications entitled “State of California, Department of Transportation, Standard Specifications for Construction of Local Streets and Roads,” dated 2010, insofar as the same may apply and in accordance with the following special provisions. Whenever in said Standard Specifications and these Special Provisions the following terms are used, they shall be understood to mean and to refer to the following: “Department” or “Department of Transportation” – The Public Works

Department of the City of Yuba City. “Engineer” or “Director” – The City Engineer or the Director of Public Works

of the City of Yuba City or their authorized agents. “Laboratory” – That laboratory designated by the Engineer. “State” – The City of Yuba City. Other terms appearing in the Standard Specifications and these Special Provisions shall have the intent and meaning specified in Section 1, Definition of Terms of the Standard Specifications. In case of conflict between Standard Specifications and these Special Provisions, the Special Provisions shall take precedence over and be used in lieu of such conflicting portions.

SECTION 2 PROPOSAL AND CONTRACT REQUIREMENTS

2.1 Examination of Plans, Specifications, and Site of Work – The bidder is

required to examine carefully the site of the proposed work, plans, special provisions, standard specifications, and contract forms for the work contemplated, and it will be assumed that the bidder investigated and is satisfied as to the conditions to be encountered, as to the character, quality, and quantities of work to be performed and materials to be furnished, and as to the requirements of the Special Provisions and the contract. It is mutually agreed that submission of a proposal shall be considered prima facie evidence that the bidder has made such examination.

2.2 Proposal Form – All proposal forms shall be directly purchased from

the City of Yuba City and shall be made upon the proposal forms included in these Special Provisions. All proposals must give the prices proposed, with unit prices prevailing, and must be signed by the bidder with his address. Copies of proposal forms obtained from a source other than the City will not be allowed.

Page 18: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Special Provisions FRANKLIN AVENUE IMPROVEMENTS Page 2 CONTRACT NO. 18-01

No contractor or subcontractor may be listed on a bid proposal for a public works project unless registered with the Department of Industrial Relations pursuant to Labor Code Section 1725.5 with limited exceptions from this requirement for bid purposes only under Labor Code Section 1771.1(a).

2.3 Delivery of Proposal – Said bid or proposal shall be delivered to the City

Clerk’s Office, City of Yuba City, in accordance with the Notice inviting sealed proposals. 2.4 Withdrawal of Proposal – No bidder may withdraw his proposal for a period

of sixty (60) days after the date set for the opening thereof. 2.5 Competency of Bidder – The City may require any bidder to furnish a

statement of financial responsibility, technical ability and experience. No bid will be accepted from a Contractor who is not licensed under Chapter 9, Division 3, California Business and Professions Code.

2.6 Rejection of Proposals – Proposals may be rejected if they show any

alterations of form, additions not called for, conditional or alternative bids, incomplete bids, erasures, or irregularities of any kind.

The City reserves the right to waive any informality or irregularity in any bid or

bidding. The right is reserved to reject any and all proposals. 2.7 Bidder Guaranty – All bids shall be presented under sealed cover and shall

be accompanied by cashier’s check, certified check, or bidder’s bond, made payable to the City of Yuba City, for an amount equal to at least ten percent (10%) of said bid, and no bids shall be considered unless such cashier’s check, certified check, or bidder’s bond is enclosed herewith.

2.8 Award of Contract – All bids will be compared on the basis of the Engineer's

Estimate of quantities of work to be done.

The contract, if awarded, will be to the lowest responsible, responsive bidder. No contractor or subcontractor may be awarded a contract for public work

on a public works project unless registered with the Department of Industrial Relations pursuant to Labor Code Section 1725.5.

2.9 Execution of Contract – The contract shall be executed by the successful

bidder and returned, together with the contract bonds and certificates of insurance, within fifteen (15) days after the award of contract. 2.10 Contract Bonds – Contractor shall provide, at the time of the execution of the agreement or contract for work and at his own expense, an admitted surety bond in an amount equal to at least one hundred percent (100%) of the contract price as security for the faithful performance of said agreement. Contractor shall also provide, at the time

Page 19: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Special Provisions FRANKLIN AVENUE IMPROVEMENTS Page 3 CONTRACT NO. 18-01

of the execution of the agreement or contract for the work, and at his own expense, a separate admitted surety bond in an amount equal to at least one hundred percent (100%) of the contract price as security for the payment of all persons performing labor and furnishing materials in connection with said agreement. Each bond shall be in the form included in these contract documents. Sureties on each of said bonds shall be satisfactory to the City Attorney. 2.11 Guaranty of Work – Notwithstanding the acceptance of said work and improvements and inspection thereof by the City, Contractor guarantees all of said work and shall perform or cause to be performed repairs, additions, or corrective work caused by the deficiency or omission of Contractor for one (1) year after the work has been completed and accepted by the City. The Faithful Performance Bond herein provided shall cover the guarantee set forth in this paragraph.

2.12 Federal Lobbying Restrictions – Section 1352, Title 31, United States Code prohibits Federal funds from being expended by the recipient or any lower tier sub-recipient of a Federal-aid contract to pay for any person for influencing or attempting to influence a Federal agency or Congress in connection with the awarding of any Federal-aid contract, the making of any Federal grant or loan, or the entering into of any cooperative agreement.

If any funds other than Federal funds have been paid for the same purposes

in connection with this Federal-aid contract, the recipient shall submit an executed certification and, if required, submit a completed disclosure form as part of the bid documents.

A certification for Federal-aid contracts regarding payment of funds to lobby

Congress or a Federal agency is included in the Proposal. Standard Form - LLL, “Disclosure of Lobbying Activities,” with instructions for completion of the Standard Form is also included in the proposal. Signing the proposal shall constitute signature of the certification.

The above-referenced certification and disclosure of lobbying activities shall

be included in each subcontract and any lower-tier contracts exceeding One Hundred Thousand Dollars ($100,000). All disclosure forms, but not certifications, shall be forwarded from tier to tier until received by the Engineer.

The Contractor, subcontractors, and any lower-tier contractors shall file a disclosure form at the end of each calendar quarter in which there occurs any event that requires disclosure or that materially affects the accuracy of the information contained in any disclosure form previously filed by the Contractor, subcontractors, and any lower-tier contractors. An event that materially affects the accuracy of the information reported includes:

1) A cumulative increase of Twenty-five Thousand Dollars ($25,000) or more in the amount paid or expected to be paid for influencing or attempting to influence a covered Federal action; or

Page 20: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Special Provisions FRANKLIN AVENUE IMPROVEMENTS Page 4 CONTRACT NO. 18-01

2) A change in the person(s) or individual(s) influencing or attempting

to influence a covered Federal action; or

3) A change in the officer(s), employees(s), or Member(s) contacted to influence or attempt to influence a covered Federal Action.

2.13 Disadvantaged Business Enterprise (DBE) – This project is subject to Title

49 CFR 26.13(b): The Contractor, sub-recipient or subcontractor shall not discriminate on the basis

of race, color, national origin, or sex in the performance of this contract. The Contractor shall carry out applicable requirements of 49 CFR, Part 26 in the award and administration of DOT-assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the recipient deems appropriate.

The DBE Contract goal is ___17.0____ percent. Take necessary and reasonable steps to ensure that DBEs have opportunity to

participate in the contract (49 CFR 26). To ensure there is equal participation of the DBE groups specified in 49 CFR 26.5,

the Agency specifies a goal for Disadvantaged Business Enterprises (DBEs). DBE is a firm that meets the definition of DBE.

Make work available to DBEs and select work parts consistent with available DBE

subcontractors and suppliers. Meet the DBE goal shown in the Notice to Bidders or demonstrate that you made

adequate good faith efforts to meet this goal. It is your responsibility to verify that the DBE firm is certified as DBE at date of bid

opening. For a list of DBEs certified by the California Unified Certification Program, go to: http://www.dot.ca.gov/hq/bep/find_certified.htm All DBE participation will count toward the California Department of

Transportation’s federally mandated statewide overall DBE goal. Credit for materials or supplies you purchase from DBEs counts towards the goal

in the following manner: 1. 100 percent counts if the materials or supplies are obtained from a DBE

manufacturer. 2. 60 percent counts if the materials or supplies are obtained from a DBE

Page 21: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Special Provisions FRANKLIN AVENUE IMPROVEMENTS Page 5 CONTRACT NO. 18-01

regular dealer. 3. Only fees, commissions, and charges for assistance in the procurement

and delivery of materials or supplies count if obtained from a DBE that is neither a manufacturer, nor a regular dealer. 49 CFR 26.55 defines “manufacturer” and “regular dealer.”

You receive credit towards the goal if you employ a DBE trucking company that

performs a commercially useful function as defined in 49 CFR 26.55. DBE Commitment Submittal Submit DBE information on the Local Agency Bidder DBE Commitment

(Construction Contracts), Exhibit 15-G form, included in the Bid book. If the form is not submitted with the bid, remove the form from the Bid book before submitting your bid.

If the DBE Commitment form is not submitted with the bid, the apparent low bidder,

the 2nd low bidder, and the 3rd low bidder must complete and submit the DBE Commitment form to the Agency. DBE Commitment form must be received by the Agency no later than 4:00 p.m. on the 4th business day after bid opening.

Other bidders do not need to submit the DBE Commitment form unless the Agency

requests it. If the Agency requests you to submit a DBE Commitment form, submit the completed form within 4 business days of the request.

Submit written confirmation from each DBE stating that it is participating in the

contract. Include confirmation with the DBE Commitment form. A copy of a DBE's quote will serve as written confirmation that the DBE is participating in the contract.

If you do not submit the DBE Commitment form within the specified time, the

Agency finds your bid nonresponsive. Good Faith Efforts Submittal If you have not met the DBE goal, complete and submit the DBE Information -

Good Faith Efforts, Exhibit 15-H form with the bid showing that you made adequate good faith efforts to meet the goal. Only good faith efforts directed towards obtaining participation by DBEs will be considered. If good faith efforts documentation is not submitted with the bid, it must be received by the Agency no later than 4:00 p.m. on the 4th business day after bid opening.

If your DBE Commitment form shows that you have met the DBE goal or if you are

required to submit the DBE Commitment form, you must also submit good faith efforts documentation within the specified time to protect your eligibility for award of the contract in the event the Agency finds that the DBE goal has not been met.

Page 22: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Special Provisions FRANKLIN AVENUE IMPROVEMENTS Page 6 CONTRACT NO. 18-01

Good faith efforts documentation must include the following information and supporting documents, as necessary:

1. Items of work you have made available to DBE firms. Identify those items of

work you might otherwise perform with its own forces and those items that have been broken down into economically feasible units to facilitate DBE participation. For each item listed, show the dollar value and percentage of the total contract. It is your responsibility to demonstrate that sufficient work to meet the goal was made available to DBE firms.

2. Names of certified DBEs and dates on which they were solicited to bid on the project. Include the items of work offered. Describe the methods used for following up initial solicitations to determine with certainty if the DBEs were interested, and the dates of the follow-up. Attach supporting documents such as copies of letters, memos, facsimiles sent, telephone logs, telephone billing statements, and other evidence of solicitation. You are reminded to solicit certified DBEs through all reasonable and available means and provide sufficient time to allow DBEs to respond.

3. Name of selected firm and its status as a DBE for each item of work made available. Include name, address, and telephone number of each DBE that provided a quote and their price quote. If the firm selected for the item is not a DBE, provide the reasons for the selection.

4. Name and date of each publication in which you requested DBE participation for the project. Attach copies of the published advertisements.

5. Names of agencies and dates on which they were contacted to provide assistance in contacting, recruiting, and using DBE firms. If the agencies were contacted in writing, provide copies of supporting documents.

6. List of efforts made to provide interested DBEs with adequate information about the plans, specifications, and requirements of the contract to assist them in responding to a solicitation. If you have provided information, identify the name of the DBE assisted, the nature of the information provided, and date of contact. Provide copies of supporting documents, as appropriate.

7. List of efforts made to assist interested DBEs in obtaining bonding, lines of credit, insurance, necessary equipment, supplies, and materials, excluding supplies and equipment that the DBE subcontractor purchases or leases from the prime contractor or its affiliate. If such assistance is provided by you, identify the name of the DBE assisted, nature of the assistance offered, and date. Provide copies of supporting documents, as appropriate.

8. Any additional data to support demonstration of good faith efforts. The agency may consider DBE commitments of the 2nd and 3rd bidders when

determining whether the low bidder made good faith efforts to meet the goal. 2.14 DBE Requirements – CDBG - This project is partially funded by the

Department of Housing and Urban Development Community Development Block Grant (CDBG) funds. As such, this project is subject to the Requirement for Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246). The contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(a), and its efforts to

Page 23: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Special Provisions FRANKLIN AVENUE IMPROVEMENTS Page 7 CONTRACT NO. 18-01

meet the goals established for the geographical area where the contract resulting from this solicitation is to be performed. The hours of minority and female employment and training must be substantially uniform through the length of the contract, and in each trade, and the contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from contractor to contractor or from project to project for the sole purpose of meeting the contractor's goals shall be a violation of the contract, the Executive Order and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed. As used in this contract, the term "minority or women's business enterprise" means a business, at least 50% of which is owned by minority group members or women or, in the case of publicly-owned businesses, at least 51% of the stock is owned by minority group members or women. For the purpose of this definition, minority group members are Black, Hispanics, Asians, Native Americans, Alaskans or Pacific Islanders.

In submitting a bid, the bidder shall, in the selection of any and all contractors,

subcontractors, and vendors for the procurement of equipment, supplies, construction, and services related to the project, at a minimum, undertake the following affirmative “Good Faith Effort” steps. Failure to take these six (6) affirmative steps, prior to bid opening, and to submit the Disadvantaged Business Enterprise Information Form with the bid shall cause the bid to be rejected as a non-responsive bid.

Good Faith Effort Requirements (1) Include minority and women business enterprises on solicitation lists; (2) Assure that minority and women business enterprises are solicited

whenever they are potential sources, in a way that encourages and facilitates their participation in the competitive process.

(3) Divide total requirements, when economically feasible, into small tasks or

quantities to permit maximum participation by minority and women business enterprises. (4) Establish delivery schedules, when the requirements of the work permit,

which will encourage participation by minority and women business enterprises. (5) Use the services and assistance of the Small Business Administration and

the U.S. Minority Business Development Agency, as appropriate; and (6) If any contractor awards sub-agreements, require the contractor to take the

affirmative steps in paragraphs (1) through (5) of this section. Each bid must include submission of the Disadvantaged Business Enterprise

Information Form, identifying each proposed subcontractor/supplier/ vendor for the project. Using the Disadvantaged Business Enterprises Information Form, the bidder must provide the following information for each proposed subcontractor/supplier/vendor: (1) Firm name; (2) Contact person; (3) Entity’s mailing address: (4) telephone number;

Page 24: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Special Provisions FRANKLIN AVENUE IMPROVEMENTS Page 8 CONTRACT NO. 18-01

(5) e-mail address; (6) The procurement on which the proposed subcontractor/supplier/vendor bid or quoted, and when; and (7) proposed subcontractor/supplier/vendor status as a disadvantaged business enterprise or non- disadvantaged business enterprise.

Other Requirements (1) The apparent successful low bidder must submit documentation showing

that, prior to bid opening, the required Good Faith Effort was made. The documentation must be received by the City of Yuba City within 3 working days following bid opening, except the Disadvantaged Business Enterprise Information Form, which is to be submitted with the bid. Failure to submit the Disadvantaged Business Enterprise Information Form with the bid will cause the bid to be rejected as non-responsive.

(2) If the apparent successful low bidder has rejected or considered as non-

responsible and or non-responsive any low DBE sub-bidder, a complete explanation must be provided to the City of Yuba City.

(3) Using the MBE/WBE Verification of Qualification Form, apparent successful

low bidder must provide evidence of certification by a federal, State, or local government entity for each Disadvantaged Business Enterprise firm to be utilized. Such certification documentation shall be submitted within 3 working days following bid opening.

(4) If additional procurement becomes necessary after the award of the prime

contract, good faith efforts shall be applied, and, if Disadvantaged Business Enterprise subcontracts are awarded, the MBE/WBE Verification of Qualification Form shall be provided to the City of Yuba City by the prime contractor within 10 working days following the award of each new subcontract.

(5) Any deviation from the information contained in the Disadvantaged

Business Enterprise Information Form shall not result in a reduction of Disadvantaged Business Enterprise participation without prior approval of the City of Yuba City.

(6) Failure of the apparent low bidder to perform the six affirmative Good Faith

Effort steps prior to bid opening and/or to submit the Disadvantaged Business Enterprise Information Form with its bid will lead to its bid being declared non-responsive by the City of Yuba City. The City of Yuba City may then award the contract to the next low responsive, responsible bidder meeting the requirements of these contract provisions.

(7) Prime contractor must pay its subcontractor for satisfactory performance no

more than 30 days from the prime contractor’s receipt of payment.

The bidder's attention is called to the "Equal Opportunity Clause" and the

"Standard Federal Equal Employment Opportunity Construction Contract Specifications" set forth in these Special Provisions.

Page 25: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Special Provisions FRANKLIN AVENUE IMPROVEMENTS Page 9 CONTRACT NO. 18-01

WBE Goals and Timetables The following goals and timetables for female utilization shall be included in all

Federal and Federally-assisted construction contracts and subcontracts in excess of $10,000. The goals are applicable to the contractor's aggregate on-site construction workforce whether or not part of that workforce is performing work on a Federal or Federally-assisted construction contract or subcontract.

Timetable WBE Goal

From April 1, 1981, until further notice 6.9%

MBE Goals and Timetables

Until further notice, the following goals for minority utilization in each construction

craft and trade shall be included in all Federal or Federally-assisted construction contracts and subcontracts in excess of $10,000 to be performed in the respective geographical areas. The goals are applicable to each nonexempt contractor's total on-site construction workforce, regardless of whether or not part of that workforce is performing work on a Federal, Federally-assisted, or non-Federally related project, contract, or subcontract. The City of Yuba City does not have an approved Hometown Plan (see 41 CFR 60-4.5) therefore contractors are required to comply with the following Economic Area goal.

ECONOMIC AREAS

Area Covered MBE Goal Sutter County 14.3%

Obtaining Lists of MBE and WBE Contractors

Caltrans is an excellent source of information regarding minority and women

contractors. A complete copy of the statewide listing may be obtained by calling the Caltrans Publications Distribution Unit at (916) 445-3520.

Other sources of information are:

U.S. Small Business Administration 455 Market Street, Suite 600 San Francisco, CA 94105 (415) 744-6820 Extension 0 PRO-Net Database: http://www.ccr.gov/ Bid Notification: http://web.sba.gov/subnet/

Page 26: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Special Provisions FRANKLIN AVENUE IMPROVEMENTS Page 10 CONTRACT NO. 18-01

U.S. Department of Commerce Minority Business Development Agency 211 Main Street, Room 1280 San Francisco, CA 94105 (415) 744-3001 http://www.mbda.gov Caltrans Civil Rights Program Business Enterprise Program (916) 324-1700 or toll free at 1-866-810-6346 Civil Rights Website: http://www.dot.ca.gov/hq/bep National Economic Development Association at (916) 649-2551.

2.15 Local Agency Bidder – DBE Information – A "Local Agency Bidder-DBE

Information (Construction Contracts), Exhibit 15-G" form is included in the Special Provisions to be executed by the successful bidder. The purpose of the form is to collect data required under 49 CFR 26. Even if no DBE participation will be reported, the successful bidder must execute and return the form.

The successful bidder's "Local Agency Bidder- Information (Construction

Contracts), Exhibit 15-G" form should include the names, addresses and phone numbers of DBE firms that will participate, with a complete description of work or supplies to be provided by each, and the dollar value of each DBE transaction. When 100 percent of a contract item of work is not to be performed or furnished by a DBE, a description of the exact portion of that work to be performed or furnished by that DBE should be included in the DBE information, including the planned location of that work. A successful bidder certified as a DBE should describe the work it has committed to performing with its own forces as well as any other work that it has committed to be performed by DBE subcontractors, suppliers and trucking companies.

The successful bidder is encouraged to provide written confirmation from each

DBE that the DBE is participating in the contract. A copy of a DBE's quote will serve as written confirmation that the DBE is participating in the contract. If a DBE is participating as a joint venture partner, the successful bidder is encouraged to submit a copy of the joint venture agreement.

The "Local Agency Bidder-DBE Information (Construction Contracts), Exhibit 15-

G" form shall be completed and returned to the Agency by the successful bidder with the executed contract and contract bonds.

SECTION 3 CONTROL OF THE WORK

3.1 General – Attention is directed to the provisions of Section 5 of the Standard

Specifications and the following provisions.

Page 27: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Special Provisions FRANKLIN AVENUE IMPROVEMENTS Page 11 CONTRACT NO. 18-01

3.2 Lines, Grades, and Surveying – The Contractor shall be responsible for hiring a licensed land surveyor to perform all necessary construction staking. Construction staking shall be considered included in the price or prices bid for various related items of work in the bid schedule and no additional compensation will be allowed therefor.

3.3 Intent of Plans and Specifications – These Special Provisions, the Plans, the Standard Specifications, and all supplementary documents are essential parts of the contract, and a requirement occurring in one is as binding as though occurring in all. They are intended to be cooperative, to describe and to provide for a complete work. Plans shall govern over Standard Specifications, and Special Provisions shall govern over both Plans and Standard Specifications.

3.4 Environmental Control – Attention is directed to Sections 13 and 14 of the Standard Specifications. The Contractor shall comply with all environmental control rules, regulations, ordinances, and statutes that apply to the project and any work performed pursuant to the contract.

Contractor shall haul away and dispose of all removed waste materials at a

proper disposal site. Unless otherwise designated, all trees, landscaping, and shrubbery shall be

protected. Contractor will be required to provide the City a spill countermeasure plan

prior to beginning construction. 3.5 Final Inspection – The Contractor shall notify the Engineer in writing of the

completion of the work, and the Engineer will promptly inspect the work. The Engineer will develop a final punch list, and the Contractor will be notified in writing of any defects or deficiencies to be remedied. When notified that this work has been completed, the Engineer will again inspect the work and when satisfied that all work has been done in accordance with the contract drawings and these Special Provisions, he will recommend to the City Council that they formally accept the contract as complete. The completion date, for purposes of computing “Time for Completion” and liquidated damages, if any, will be considered to be the date of Contractor’s first written completion notice, provided that, in the Engineer’s judgment, the work is substantially complete and operational at that time.

SECTION 4

LEGAL REGULATIONS AND RESPONSIBILITY TO THE PUBLIC

4.1 Laws to be Observed – The Contractor shall keep himself fully informed of

all existing state and national laws and all municipal ordinances and regulations of the City of Yuba City which in any manner affect those engaged or employed in the work, or the materials used in the work, or which in any way affect the conduct of the work, and of

Page 28: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Special Provisions FRANKLIN AVENUE IMPROVEMENTS Page 12 CONTRACT NO. 18-01

all such orders and decrees of bodies or tribunals having any jurisdiction or authority over the same.

4.2 Prevailing Wages – It shall be mandatory upon the Contractor to whom the contract is awarded, and upon any subcontractor under him, to pay not less than the specified rates as listed in the “Notice to Contractors” to all laborers, workmen, and mechanics employed by them in the execution of the contract. The Contractor shall provide the City with a certified copy of all payroll records in accordance with Section 1776 of the Labor Code. The Contractor and all subcontractors shall furnish electronic certified payroll records directly to the Labor Commissioner (aka Division of Labor Standards Enforcement).

4.3 Prevailing Wages – Davis-Bacon Act Provisions – This CDBG funded project must comply with the Davis-Bacon Act.

“(a)(1) Minimum wages. (i) All laborers and mechanics employed or working upon the site of the work (or

under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project), will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics.

Contributions made or costs reasonably anticipated for bona fide fringe benefits

under section (1)(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph (a)(1)(iv) of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in Sec. 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided that the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under paragraph (a)(1)(ii) of this section) and the Davis-Bacon poster (WH-1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers.

Page 29: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Special Provisions FRANKLIN AVENUE IMPROVEMENTS Page 13 CONTRACT NO. 18-01

(ii)(A) The contracting officer shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met:

(1) The work to be performed by the classification requested is not performed by

a classification in the wage determination; and (2) The classification is utilized in the area by the construction industry; and (3) The proposed wage rate, including any bona fide fringe benefits, bears a

reasonable relationship to the wage rates contained in the wage determination. (B) If the contractor and the laborers and mechanics to be employed in the

classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, DC 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary.

(C) In the event the contractor, the laborers or mechanics to be employed in the

classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary.

(D) The wage rate (including fringe benefits where appropriate) determined

pursuant to paragraphs (a)(1)(ii) (B) or (C) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification.

(iii) Whenever the minimum wage rate prescribed in the contract for a class of

laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof.

(iv) If the contractor does not make payments to a trustee or other third person, the

contractor may consider as part of the wages of any laborer or mechanic the amount of

Page 30: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Special Provisions FRANKLIN AVENUE IMPROVEMENTS Page 14 CONTRACT NO. 18-01

any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program.

(2) Withholding. The City of Yuba City shall upon its own action or upon written

request of an authorized representative of the Department of Labor withhold or cause to be withheld from the contractor under this contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to Davis-Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work (or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project), all or part of the wages required by the contract, the City of Yuba City may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased.

(3) Payrolls and basic records. (i) Payrolls and basic records relating thereto shall be maintained by the contractor

during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work (or under the United States Housing Act of 1937, or under the Housing Act of 1949, in the construction or development of the project). Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis-Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs.

Page 31: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Special Provisions FRANKLIN AVENUE IMPROVEMENTS Page 15 CONTRACT NO. 18-01

(ii)(A) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the City of Yuba City if the agency is a party to the contract, but if the agency is not such a party, the contractor will submit the payrolls to the City of Yuba City, sponsor, or owner, as the case may be, for transmission to the City of Yuba City. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i), except that full social security numbers and home addresses shall not be included on weekly transmittals. Instead the payrolls shall only need to include an individually identifying number for each employee (e.g., the last four digits of the employee's social security number). The required weekly payroll information may be submitted in any form desired. Optional Form WH-347 is available for this purpose from the Wage and Hour Division Web site at http://www.dol.gov/esa/whd/forms/wh347instr.htm or its successor site. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request to the appropriate federal agency if the agency is a party to the contract, but if the agency is not such a party, the contractor will submit them to the applicant, sponsor, or owner, as the case may be, for transmission to the City of Yuba City, the contractor, or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this section for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records, without weekly submission to the sponsoring government agency (or the applicant, sponsor, or owner).

(B) Each payroll submitted shall be accompanied by a ̀ `Statement of Compliance,''

signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following:

(1) That the payroll for the payroll period contains the information required to be

provided under Sec. 5.5 (a)(3)(ii) of Regulations, 29 CFR part 5, the appropriate information is being maintained under Sec. 5.5 (a)(3)(i) of Regulations, 29 CFR part 5, and that such information is correct and complete;

(2) That each laborer or mechanic (including each helper, apprentice, and trainee)

employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR part 3;

(3) That each laborer or mechanic has been paid not less than the applicable wage

rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract.

(C) The weekly submission of a properly executed certification set forth on the

reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the ``Statement of Compliance'' required by paragraph (a)(3)(ii)(B) of this section.

Page 32: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Special Provisions FRANKLIN AVENUE IMPROVEMENTS Page 16 CONTRACT NO. 18-01

(D) The falsification of any of the above certifications may subject the contractor or

subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 of title 31 of the United States Code.

(iii) The contractor or subcontractor shall make the records required under

paragraph (a)(3)(i) of this section available for inspection, copying, or transcription by authorized representatives of the City of Yuba City or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the Federal agency may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12.

(4) Apprentices and trainees— (i) Apprentices. Apprentices will be permitted to work at less than the

predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship Training, Employer and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Office of Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails

Page 33: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Special Provisions FRANKLIN AVENUE IMPROVEMENTS Page 17 CONTRACT NO. 18-01

for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved.

(ii) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to

work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved.

(iii) Equal employment opportunity. The utilization of apprentices, trainees and

journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR part 30.

(5) Compliance with Copeland Act requirements. The contractor shall comply with

the requirements of 29 CFR part 3, which are incorporated by reference in this contract. (6) Subcontracts. The contractor or subcontractor shall insert in any subcontracts

the clauses contained in 29 CFR 5.5(a)(1) through (10) and such other clauses as the (write in the name of the Federal agency) may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5.

Page 34: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Special Provisions FRANKLIN AVENUE IMPROVEMENTS Page 18 CONTRACT NO. 18-01

(7) Contract termination: debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12.

(8) Compliance with Davis-Bacon and Related Act requirements. All rulings and

interpretations of the Davis-Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference in this contract.

(9) Disputes concerning labor standards. Disputes arising out of the labor

standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives.

(10) Certification of eligibility. (i) By entering into this contract, the contractor certifies that neither it (nor he or

she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1).

(ii) No part of this contract shall be subcontracted to any person or firm ineligible

for award of a Government contract by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1).

(iii) The penalty for making false statements is prescribed in the U.S. Criminal

Code, 18 U.S.C. 1001. (b) Contract Work Hours and Safety Standards Act. The Agency Head shall cause

or require the contracting officer to insert the following clauses set forth in paragraphs (b)(1), (2), (3), and (4) of this section in full in any contract in an amount in excess of $100,000 and subject to the overtime provisions of the Contract Work Hours and Safety Standards Act. These clauses shall be inserted in addition to the clauses required by Sec. 5.5(a) or 4.6 of part 4 of this title. As used in this paragraph, the terms laborers and mechanics include watchmen and guards.

(1) Overtime requirements. No contractor or subcontractor contracting for any part

of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek.

Page 35: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Special Provisions FRANKLIN AVENUE IMPROVEMENTS Page 19 CONTRACT NO. 18-01

(2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (b)(1) of this section the contractor and any subcontractor responsible therefore shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (b)(1) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (b)(1) of this section.

(3) Withholding for unpaid wages and liquidated damages. The City of Yuba City

shall upon its own action or upon written request of an authorized representative of the Department of

Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (b)(2) of this section.

(4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts

the clauses set forth in paragraph (b)(1) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (b)(1) through (4) of this section.

(c) In addition to the clauses contained in paragraph (b), in any contract subject

only to the Contract Work Hours and Safety Standards Act and not to any of the other statutes cited in Sec. 5.1, the Agency Head shall cause or require the contracting officer to insert a clause requiring that the contractor or subcontractor shall maintain payrolls and basic payroll records during the course of the work and shall preserve them for a period of three years from the completion of the contract for all laborers and mechanics, including guards and watchmen, working on the contract. Such records shall contain the name and address of each such employee, social security number, correct classifications, hourly rates of wages paid, daily and weekly number of hours worked, deductions made, and actual wages paid. Further, the Agency Head shall cause or require the contracting officer to insert in any such contract a clause providing that the records to be maintained under this paragraph shall be made available by the contractor or subcontractor for inspection, copying, or transcription by authorized representatives of the City of Yuba City and the Department of Labor, and the contractor or subcontractor will permit such representatives to interview employees during working hours on the job.”

5. Compliance Verification.

Page 36: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Special Provisions FRANKLIN AVENUE IMPROVEMENTS Page 20 CONTRACT NO. 18-01

(a) The sub recipient shall periodically interview a sufficient number of employees entitled to DB prevailing wages (covered employees) to verify that contractors or subcontractors are paying the appropriate wage rates. As provided in 29 CFR 5.6(a)(3), all interviews must be conducted in confidence. The sub recipient must use Standard Form 1445 (SF 1445) or equivalent documentation to memorialize the interviews. Copies of the SF 1445 are available from EPA on request.

(b) The sub recipient shall establish and follow an interview schedule based on its

assessment of the risks of noncompliance with DB posed by contractors or subcontractors and the duration of the contract or subcontract. Sub recipients must conduct more frequent interviews if the initial interviews or other information indicated that there is a risk that the contractor or subcontractor is not complying with DB.

Sub recipients shall immediately conduct interviews in response to an alleged violation of the prevailing wage requirements. All interviews shall be conducted in confidence."

(c) The sub recipient shall periodically conduct spot checks of a representative

sample of weekly payroll data to verify that contractors or subcontractors are paying the appropriate wage rates. The sub recipient shall establish and follow a spot check schedule based on its assessment of the risks of noncompliance with DB posed by contractors or subcontractors and the duration of the contract or subcontract. At a minimum, if practicable, the sub recipient should spot check payroll data within two weeks of each contractor or subcontractor's submission of its initial payroll data and two weeks prior to the completion date the contract or subcontract. Sub recipients must conduct more frequent spot checks if the initial spot check or other information indicates that there is a risk that the contractor or subcontractor is not complying with DB. In addition, during the examinations the sub recipient shall verify evidence of fringe benefit plans and payments there under by contractors and subcontractors who claim credit for fringe benefit contributions.

(d) The sub recipient shall periodically review contractors' and subcontractors' use

of apprentices and trainees to verify registration and certification with respect to apprenticeship and training programs approved by either the U.S Department of Labor or a state, as appropriate, and that contractors and subcontractors are not using disproportionate numbers of, laborers, trainees and apprentices. These reviews shall be conducted in accordance with the schedules for spot checks and interviews described in Item 5(b) and (c) above.

(e) Sub recipients must immediately report potential violations of the DB prevailing

wage requirements to the EPA DB contact listed above and to the appropriate DOL Wage and Hour District Office listed at http://www.dol.gov/whd/america2.htm.

This project is subject to compliance monitoring and enforcement by the

Department of Industrial Relations.

Page 37: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Special Provisions FRANKLIN AVENUE IMPROVEMENTS Page 21 CONTRACT NO. 18-01

4.4 Permits and Licenses – The Contractor shall procure all permits and licenses, pay all charges and fees, and give all notices necessary and incidental to the due and lawful prosecution of the work. There will be no charge for the permits from the City.

All contractors, including subcontractors, shall have a City business license in accordance with Section 3-4.05 of the Yuba City Municipal Code.

4.5 Indemnity – The City of Yuba City and all officers and employees thereof connected with the work, including but not limited to the Director and the Engineer, shall not be answerable or accountable in any manner for any loss or damage that may happen to the work or any part thereof; for any loss or damage to any of the materials or other things used or employed in performing the work; for injury to or death of any person, either workmen or the public; or for damage to property from any cause which might have been prevented by the Contractor, or his workmen, or anyone employed by him.

The Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person, including but not limited to workmen and the public, or damage to property resulting from defects or obstructions or from any cause whatsoever during the progress of the work or at any time before its completion and final acceptance.

The Contractor shall indemnify and save harmless the City of Yuba City and all officers and employees thereof connected with the work, including but not limited to the Director and the Engineer, from all claims, suits or actions of every name, kind and description, brought forth, or on account of, injuries to or death of any person, including but not limited to workmen and the public, or damage to property resulting from the performance of a contract, except as otherwise provided by statute. The duty of the Contractor to indemnify and save harmless includes the duties to defend as set forth in Section 2778 of the Civil Code.

With respect to third party claims against the Contractor, the Contractor waives any and all rights to any type of express or implied indemnity against the City, its officers or employees.

It is the intent of the parties that the Contractor will indemnify and hold harmless the City, its officers and employees from any and all claims, suits or actions as set forth above regardless of the existence or degree of fault or negligence on the part of the City, the Contractor, the subcontractor or employee of any of these, other than the active negligence of the City, its officers and employees.

4.6 Insurance – The Contractor shall procure and maintain for the duration of the contract insurance against all claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his agents, representatives, employees, or subcontractors.

a. Minimum Scope of Insurance – Coverage shall be at least as broad as:

Page 38: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Special Provisions FRANKLIN AVENUE IMPROVEMENTS Page 22 CONTRACT NO. 18-01

1) Insurance Services Offices Commercial General Liability

coverage (occurrence Form CG 00 01) including products and completed operations.

2) Insurance Services Office Form Number CA 0001 covering

Automobile Liability, Code I (any auto). 3) Workers’ Compensation insurance as required by the State of

California and Employer’s Liability Insurance.

b. Minimum Limits of Insurance – The Contractor shall maintain limits no less than:

1) General Liability: $2,000,000 per occurrence for bodily injury,

personal injury, and property damage. The aggregate limit shall be $2,000,000 and shall apply separately to the Contractor’s work under this contract.

2) Automobile Liability: $1,000,000 per accident for bodily injury

and property damage. 3) Workers Compensation: Statutory limits. 4) Employers’ Liability: $1,000,000 each accident,

$1,000,000 policy limit bodily injury by disease, $1,000,000 each employee bodily injury by disease.

If the contractor maintains higher limits than the minimums shown above, the City shall be entitled to coverage for the higher limits maintained by the contractor.

c. Deductibles and Self-Insurance Retention – Any deductibles or self-insurance retention must be declared to and approved by the City. At the option of the City, either the insurer shall reduce or eliminate such deductibles or self-insurance retention as respects the City, its officers, officials, employees and volunteers, or the Contractor shall provide a financial guarantee satisfactory to the City guaranteeing payment of losses and related investigations, claim administration and defense expenses.

d. Other Insurance Provisions – The general liability and automobile

liability policies are to contain, or be endorsed to contain, the following provisions:

1) The City, its officers, officials, employees, and volunteers are to be covered as insureds on the CGL and automobile liability policies with respect to liability arising out of work or operations performed by or on behalf of the Contractor including materials, parts, or equipment furnished

Page 39: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Special Provisions FRANKLIN AVENUE IMPROVEMENTS Page 23 CONTRACT NO. 18-01

in connection with such work or operations and automobiles owned, leased, hired, or borrowed by or on behalf of the Contractor. General liability coverage can be provided in the form of an endorsement to the Contractor’s insurance (at least as broad as ISO Form CG 20 10, 11 85 or both CG 20 10 and CG 23 37 forms if later revisions are used).

2) For any claims related to this project, the Contractor’s insurance

coverage shall be primary insurance as respects the City, its officers, officials, employees, and volunteers. Any insurance or self-insurance maintained by the City, its officers, officials, employees or volunteers shall be excess of the Contractor’s insurance and shall not contribute with it.

3) Each insurance policy required by this clause shall provide that

coverage shall not be canceled, except after 30 days prior written notice has been provided to the City or 10 days prior written notice for non-payment of premium.

e. Acceptability of Insurer – Insurance is to be placed with insurers with a current A.M. Best rating of no less than A:VII unless otherwise acceptable to the City. Exception may be made for the State Compensation Insurance Fund when not specifically rated.

f. Verification of Coverage – Contractor shall furnish the City with original certificates and amendatory endorsements, or copies of the applicable insurance language, effecting coverage required by this contract. All certificates and endorsements are to be received and approved by the City before work commences. However, failure to obtain the required documents prior to the work beginning shall not waive the Contractor’s obligation to provide them. The Entity reserves the right to require complete, certified copies of all required insurance policies, including endorsements, required by these specifications, at any time.

g. Subcontractors – Contractor shall require and verify that all

subcontractors maintain insurance meeting all the requirements stated herein.

h. Waiver of Subrogation – Contractor hereby agrees to waive rights of subrogation which any insurer of Contractor may acquire from Contractor by virtue of the payment of any loss. Contractor agrees to obtain any endorsement that may be necessary to effect this waiver of subrogation.

The Workers’ Compensation policy shall be endorsed with a waiver of

subrogation in favor of the City for all work performed by the Contractor, its employees, agents and subcontractors.

If the Contractor fails to maintain any insurance as required by this section,

the City of Yuba City may take out such insurance to cover any damages for which the City of Yuba City might be held liable on account of the operations under this contract, and deduct and retain the amount of the premiums for such insurance from any sums due

Page 40: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Special Provisions FRANKLIN AVENUE IMPROVEMENTS Page 24 CONTRACT NO. 18-01

the Contractor under the contract. Nothing herein contained shall be construed as limiting in any way the extent to which the Contractor may be held responsible for payment of damages resulting from his operations, or those of any subcontractor under him. Maintenance of proper insurance coverage is a material element of the contract and failure to maintain or renew coverage or to provide evidence of renewal may be treated by the City as a material breach of contract.

4.7 No Personal Liability – Neither the Mayor, the Council, the Engineer, nor any other officer or authorized assistant or agent shall be personally responsible for any liability arising under the contract.

4.8 Responsibility of City – The City shall not be held responsible for the care

or protection of any materials or parts of the work prior to final acceptance, except as expressly provided in these Special Provisions.

4.9 Domestic Materials – Only such materials shall be used in the performance

of this contract as conform to the requirements of Chapter 4 of Division 5 of Title 1 of Government Code of the State of California except as otherwise provided in certain treaties and general trade agreements of the United States.

4.10 Apprenticeship Requirements – Attention is directed to the provisions in Sections 1777.5, 1777.6 and 1777.7 of the Labor Code concerning the employment of apprentices by the Contractor or any subcontractor under him.

Section 1777.5, as amended in 1989, requires the Contractor or subcontractor employing tradesmen in any apprenticeable occupation to apply to the joint apprenticeship committee nearest the site of the public works project and which administers the apprenticeship program in that trade for a certificate of approval. The certificate will fix the ratio of apprentices to journeymen that will be used in the performance of the contract to be not less than one to five hours except:

a. When employment in the area of coverage by the joint apprenticeship committee has exceed an average of fifteen percent (15%) in the ninety (90) days prior to the request for certificate; or

b. When the number of apprentices in training in the area exceeds a

ratio of one to five (1:5); or c. When the trade can show that it is replacing at least 1/30 of its

membership through apprenticeship training on an annual basis statewide or locally; or

d. When the contractor provides evidence that he employs registered

apprentices on all of his contracts on an annual average of not less than one apprentice to eight journeymen; or

Page 41: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Special Provisions FRANKLIN AVENUE IMPROVEMENTS Page 25 CONTRACT NO. 18-01

e. When a joint apprenticeship committee submits an application to DAS for an alternative ratio based on a 1:5 daily worker count if the hourly ratio is not feasible for that particular craft or trade.

In addition to the above exceptions, contracts of specialty contractors not

bidding through a general contractor and involving less than twenty (20) working days or Thirty Thousand Dollars ($30,000) are exempt from the provisions of Section 1777.5. This is the same exemption that applies to contracts of general contractors. However, a subcontractor bidding through a general contractor must comply with Section 1777.5 no matter how small the subcontract if the contract between the general contractor and the awarding body is covered by Section 1777.5.

Effective January 1, 1990, the Contractor must promptly provide certain contract award information to the joint apprenticeship committee of the apprenticeable craft or trade in the area of the site of the public work. This contract award information must include an estimate of the journeymen hours required, the number of apprentices to be employed, and the approximate date of apprentice employment.

The Contractor is required to make contributions to local funds established for the administration of apprenticeship programs or to the California Apprenticeship Council if he employs registered apprentices or journeymen in any apprenticeable trade on such contracts and if other Contractors on the public works site are making such contributions.

Noncompliance by the Contractor and subcontractor under him with the requirements of Sections 1777.5 and 1777.6 shall result in denial of right to bid on contracts and civil penalties as more particularly set forth in Section 1777.7.

Information relative to apprenticeship standards, wage schedules and other

requirements may be obtained from the Director of Industrial Relations, ex-officio the Administrator of Apprenticeship, San Francisco, California, or from the Division of Apprenticeship Standards and its branch offices.

4.11 Subcontracting – Attention is directed to the provisions in Section 5-1.13, “Subcontracting” of the Standard Specifications. The “Subletting and Subcontracting Fair Practices Act” (Public Contract Code Section 4100 through and including 4114, inclusive) shall apply to the work the subject of this invitation. Said Act requires subcontractors, if used for such work, to be listed and identified in the prime contractor’s proposal. It further prohibits the substitution of subcontractors, except as therein specifically authorized (Section 4107 and 4107.5); said Act provides that if the prime contractor fails to specify a subcontractor or specifies more than one subcontractor for the same portion of the work to be performed, in excess of one-half of one percent of the prime contractor’s total bid, under those circumstances, it shall be presumed that the prime contractor agrees that he is fully qualified to perform the work himself and that he shall perform the work himself. Each bidder shall, with respect to the work the subject of this invitation, list in his proposal:

Page 42: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Special Provisions FRANKLIN AVENUE IMPROVEMENTS Page 26 CONTRACT NO. 18-01

a. 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, specially fabricates and installs a portion of the work or improvement according to detailed drawings contained in the plans and specifications, in an amount in excess of one-half of one percent of the prime contractor’s total bid.

b. The portion of the work which will be done by each such

subcontractor. One subcontractor shall be listed for each such portion.

4.12 Subcontractor and DBE Records – Use each DBE subcontractor as listed on the List of Subcontractors form and the Local Agency Bidder DBE Commitment (Construction Contracts), Exhibit 15-G, forms unless you receive authorization for a substitution.

The Agency requests the Contractor to: 1. Notify the Engineer of any changes to its anticipated DBE participation 2. Provide this notification before starting the affected work Maintain records including: 1. Name and business address of each 1st-tier subcontractor 2. Name and business address of each DBE subcontractor, DBE vendor,

and DBE trucking company, regardless of tier 3. Date of payment and total amount paid to each business If you are a DBE contractor, include the date of work performed by your own forces

and the corresponding value of the work. Before the 15th of each month, submit a Monthly DBE Trucking Verification form. If a DBE is decertified before completing its work, the DBE must notify you in writing

of the decertification date. If a business becomes a certified DBE before completing its work, the business must notify you in writing of the certification date. Submit the notifications. On work completion, complete a Disadvantaged Business Enterprises (DBE) Certification Status Change, Exhibit 17-O, form. Submit the form within 30 days of contract acceptance.

Upon work completion, complete a Final Report – Utilization of Disadvantaged

Business Enterprises (DBE), First-Tier Subcontractors, Exhibit 17-F, form. Submit it within 90 days of contract acceptance. The Agency withholds $10,000 until the form is submitted. The Agency releases the withhold upon submission of the completed form. 4.13 Differing Site Conditions

a. During the progress of the work, the Contractor shall immediately, and before the following conditions are disturbed, notify the Engineer, in writing, of any:

Page 43: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Special Provisions FRANKLIN AVENUE IMPROVEMENTS Page 27 CONTRACT NO. 18-01

1) Material that the contractor believes may be hazardous waste,

as defined in Section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class III disposal site in accordance with provisions of existing law;

2) Subsurface or latent physical conditions at the site differing

from those indicated; 3) Unknown physical conditions at the site differing from and

generally recognized as inherent in work of the character provided for in the contract.

b. Upon written notification, the Engineer will promptly investigate the

conditions, and if the Engineer finds that the conditions do materially differ or do involve hazardous waste and cause a decrease or increase in the Contractor’s cost of or time required for performance of any part of the work, an adjustment, excluding loss of anticipated profits, will be made and the contract modified in writing accordingly.

In the event that a dispute arises whether the conditions materially

differ, or involve hazardous waste, or cause a decrease or increase in the Contractor’s cost of or time required for performance of any part of the work, the Contractor shall not be excused from any scheduled completion date provided for by the contract, but shall proceed with all work to be performed under the contract. The Contractor shall retain any and all rights provided either by contract or by law which pertain to the resolution of disputes and protests between the contracting parties.

4.14 Working Hour Restrictions – Eight (8) hours of labor is a legal day’s work.

Any worker’s time of service is restricted to eight (8) hours during any calendar day and forty (40) hours during a calendar week, unless overtime compensation is paid at not less than one and one-half times the basic rate of pay. The Contractor shall pay a penalty of Twenty-five Dollars ($25) for each day a worker is employed in violation of these provisions.

4.15 Examination and Audit – Notwithstanding any other provision of law, every contract involving the expenditure of public funds in excess of Ten Thousand Dollars ($10,000) entered into by any State agency, board, commission, or department, or by any other public entity, including a City, County, or District, shall be subject to the examination and audit of the State Auditor, at the request of the public entity or as part of any audit of the public entity, for a period of three (3) years after final payment under the contract. Contractor shall also be subject to examination and audit for the same time period.

4.16 Equal Opportunity Clause – During the performance of this contract, the contractor agrees as follows:

Page 44: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Special Provisions FRANKLIN AVENUE IMPROVEMENTS Page 28 CONTRACT NO. 18-01

a. The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, or national origin. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause.

b. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, or national origin.

c. The contractor will send to each labor union or representative of workers with which the contractor has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment.

d. The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor.

e. The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to its books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders.

f. In the event of the contractor's noncompliance with the discrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further government contracts or Federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rules, regulations, or orders of the Secretary of Labor, or as otherwise provided by law.

g. The contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (7) in every

Page 45: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Special Provisions FRANKLIN AVENUE IMPROVEMENTS Page 29 CONTRACT NO. 18-01

subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to Section 504 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance; provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency, the contractor may request the United States to enter into such litigation to protect the interests of the United States. 4.17 Federal Equal Employment Opportunity Construction Contract

Specifications

a. As used in this section:

1) "Covered area" means the geographical area described in the solicitation from which this contract resulted.

2) "Director" means Director, Office of Federal Contract

Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority.

3) "Employer identification number" means the Federal social

security number used on the Employer's Quarterly Federal Tax Return, U.S. Treasury Department Form 941.

4) "Minority" includes:

i. Black (all persons having origins in any of the Black

African racial groups not of Hispanic origin).

ii. Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American or other Spanish culture or origin, regardless of race).

iii. Asian and Pacific Islander (all persons having origins

in any of the original peoples of the Far East, southeast Asia, the Indian subcontinent or the Pacific Islands).

iv. American Indian or Alaskan Native (all persons having

origins in any of the original peoples of North America and maintaining identifiable tribal affiliations through membership and participation or community identification).

b. Whenever the contractor, or any subcontractor at any tier,

subcontracts a portion of the work involving any construction trade, it shall

Page 46: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Special Provisions FRANKLIN AVENUE IMPROVEMENTS Page 30 CONTRACT NO. 18-01

physically include in each subcontract in excess of $10,000 the provisions of these specifications and the notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted.

c. If the contractor is participating (pursuant to 41 CFR 60-4.5) in a

Hometown Plan approved by the U. S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the plan area (including goals and timetables) shall be in accordance with that plan for those trades which have unions participating in the plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each contractor or subcontractor participating in an approved plan is individually required to comply with its obligations under the EEO clause, and to make a good faith effort to achieve each goal under the plan in each trade in which it has employees. The overall good faith performance by other contractors or subcontractors toward a goal in an approved plan does not excuse any covered contractor's or subcontractor's failure to take good faith efforts to achieve the plan's goals and timetables.

d. The contractor shall implement the specific affirmative action

standards provided in paragraphs g.1). through g.16). The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered construction contractors performing construction work in geographical areas where they do not have a Federal or Federally-assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. Goals are published periodically in the Federal Register in notice form and such notices may be obtained from any Office of Federal Contract Compliance Programs or from Federal procurement contracting officers. The contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified.

e. Neither the provisions of any collective bargaining agreement, nor

the failure by a union with whom the contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the contractor's obligations under these specifications, Executive Order 11246, or the regulations promulgated pursuant thereto.

f. In order for the non-working training hours of apprentices and

trainees to be counted in meeting the goals, such apprentices and trainees must be employed by the contractor during the training period, and the contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor.

Page 47: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Special Provisions FRANKLIN AVENUE IMPROVEMENTS Page 31 CONTRACT NO. 18-01

g. The contractor shall take specific affirmative actions to ensure equal

employment opportunity. The evaluation of the contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its actions. The contractor shall document these efforts fully and shall implement affirmative action steps at least as extensive as the following:

1) Ensure and maintain a working environment free of

harassment, intimidation, and coercion at all sites, and in all facilities at which the contractor's employees are assigned to work. The contractor, where possible, will assign two or more women to each construction project. The contractor shall specifically ensure that all foremen, superintendents, and other on-site supervisory personnel are aware of and carry out the contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities.

2) Establish and maintain a current list of minority and female

recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses.

3) Maintain a current file of the names, addresses and telephone

numbers of each minority and female off-the-street applicant and minority or female referral from a union, a recruitment source or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the contractor by the union or, if referred, not employed by the contractor, this shall be documented in the file with the reason therefore, along with whatever additional actions the contractor may have taken.

4) Provide immediate written notification to the Director when the

union or unions with which the contractor has a collective bargaining agreement has not referred to the contractor a minority person or woman sent by the contractor or when the contractor has other information that the union referral process has impeded the contractor's efforts to meet its obligations.

5) Develop on-the-job training opportunities and/or participate in

training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the contractor's employment needs, especially those programs funded or approved by the Department of Labor. The contractor shall provide notice of these programs to the sources compiled under g.2) above.

Page 48: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Special Provisions FRANKLIN AVENUE IMPROVEMENTS Page 32 CONTRACT NO. 18-01

6) Disseminate the contractor's EEO policy by providing notice

of the policy to unions and training programs and requesting their cooperation in assisting the contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed.

7) Review at least annually, the company's EEO policy and

affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination or other employment decisions, including specific review of these items with on-site supervisory personnel such as superintendents, general foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter.

8) Disseminate the contractor's EEO policy externally by

including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the contractor's EEO policy with other contractors and subcontractors with whom the contractor does or anticipates doing business.

9) Direct its recruitment efforts, both oral and written, to minority,

female and community organizations, to schools with minority and female students and to minority and female recruitment and training organizations serving the contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the contractor shall send written notification to organizations such as the above, describing the openings, screening procedures, and tests to be used in the selection process.

10) Encourage present minority and female employees to recruit

other minority persons and women and, where reasonable, provide after-school summer and vacation employment to minority and female youth both on the site and in other areas of a contractor's workforce.

11) Validate all tests and other selection requirements where

there is an obligation to do so under 41 CFR Part 60.3.

Page 49: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Special Provisions FRANKLIN AVENUE IMPROVEMENTS Page 33 CONTRACT NO. 18-01

12) Conduct at least annually, an inventory and evaluation at least of all minority and female personnel for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities.

13) Ensure that seniority practices, job classifications, work

assignments and other personnel practices, do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the contractor's obligations under these specifications are being carried out.

14) Ensure that all facilities and company activities are non-

segregated except that separate or single-user toilet and necessary changing facilities shall be provided to assure privacy between the sexes.

15) Document and maintain a record of all solicitations of offers

for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations.

16) Conduct a review, at least annually, of all supervisors'

adherence to and performance under the contractor's EEO policies and affirmative action obligations.

h. Contractors are encouraged to participate in voluntary associations

which assist in fulfilling one or more of their affirmative action obligations (g.1) through g.16)). The efforts of a contractor association, joint contractor-union, contractor-community, or other similar group of which the contractor is a member and participant, may be asserted as fulfilling any one or more of its obligations under g.1) through g.16) of these specifications provided that the contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensures that the concrete benefits of the program are reflected in the contractor's minority and female workforce participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the contractor. The obligation to comply, however, is the contractor's and failure of such a group to fulfill an obligation shall not be a defense for the contractor's noncompliance.

i. A single goal for minorities and a separate single goal for women

have been established. The contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non-minority. Consequently, the contractor may be in violation of the Executive Order if a particular group is employed in a substantially disparate manner (for example, even though the contractor has achieved its goals for women generally, the contractor may be in

Page 50: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Special Provisions FRANKLIN AVENUE IMPROVEMENTS Page 34 CONTRACT NO. 18-01

violation of the Executive Order if a specific minority group of women is under-utilized).

j. The contractor shall not use the goals and timetables or affirmative

action standards to discriminate against any person because of race, color, religion, sex or national origin.

k. The contractor shall not enter into any subcontract with any person

or firm debarred from government contracts pursuant to Executive Order 11246.

l. The contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations, by the Office of Federal Contract Compliance Programs. Any contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended.

m. The contractor, in fulfilling its obligations under these specifications,

shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph g of these specifications, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60-4.8.

n. The contractor shall designate a responsible official to monitor all

employment related activity to ensure that the company's EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the government and to keep records. Records shall at least include for each employee the name, address, telephone number, construction trade, union affiliation, if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, contractors shall not be required to maintain separate records.

o. Nothing herein provided shall be construed as a limitation upon the

application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area resident (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program).

p. By the submission of this bid, the bidder, offeror, applicant, or

subcontractor certifies that he/she does not maintain or provide for his/her

Page 51: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Special Provisions FRANKLIN AVENUE IMPROVEMENTS Page 35 CONTRACT NO. 18-01

employees any segregated facility at any of his/her establishments, and that he/she does not permit employees to perform their services at any location under his/her control where segregated facilities are maintained. He/she certifies further that he/she will not maintain or provide for employees any segregated facilities at any of his/her establishments, and he/she will not permit employees to perform their services at any location under his/her control where segregated facilities are maintained. The bidder, offeror, applicant, or subcontractor agrees that a breach of this certification is a violation of the Equal Opportunity Clause of this contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, rest rooms and wash rooms, restaurants and other eating areas, time clocks, locker rooms, and other storage or dressing areas,* transportation and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, color, religion, or national origin, habits, local custom, or otherwise. He/she further agrees that (except where he/she has obtained identical certifications from proposed subcontractors for specific time periods) he/she will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause; that he/she will retain such certifications in his/her files; and that he/she will forward the following notice to such proposed subcontractors (except where proposed subcontractors have submitted identical certifications for specific time periods).

4.18 Performance of Subcontractors – DBEs must perform work or supply

materials as listed in the Local Agency Bidder DBE Commitment (Construction Contracts), Exhibit 15-G, included in the Bid.

Do not terminate or substitute a listed DBE for convenience and perform the work with your own forces or obtain materials from other sources without authorization from the Agency.

The Agency authorizes a request to use other forces or sources of materials if it shows any of the following justifications:

1. Listed DBE fails or refuses to execute a written contract based on

plans and specifications for the project. 2. You stipulated that a bond is a condition of executing the

subcontract and the listed DBE fails to meet your bond requirements.

3. Work requires a contractor's license and listed DBE does not have a valid license under Contractors License Law.

4. Listed DBE fails or refuses to perform the work or furnish the listed materials.

5. Listed DBE's work is unsatisfactory and not in compliance with the contract.

6. Listed DBE is ineligible to work on the project because of suspension or debarment.

7. Listed DBE becomes bankrupt or insolvent.

Page 52: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Special Provisions FRANKLIN AVENUE IMPROVEMENTS Page 36 CONTRACT NO. 18-01

8. Listed DBE voluntarily withdraws with written notice from the Contract

9. Listed DBE is ineligible to receive credit for the type of work required.

10. Listed DBE owner dies or becomes disabled resulting in the inability to perform the work on the Contract.

11. Agency determines other documented good cause.

Notify the original DBE of your intent to use other forces or material

sources and provide the reasons. Provide the DBE with 5 days to respond to your notice and advise you and the Agency of the reasons why the use of other forces or sources of materials should not occur. Your request to use other forces or material sources must include:

1. 1 or more of the reasons listed in the preceding paragraph 2. Notices from you to the DBE regarding the request 3. Notices from the DBEs to you regarding the request

If a listed DBE is terminated, make good faith efforts to find another

DBE to substitute for the original DBE. The substitute DBE must perform at least the same amount of work as the original DBE under the contract to the extent needed to meet the DBE goal.

The substitute DBE must be certified as a DBE at the time of request

for substitution. Unless the Agency authorizes (1) a request to use other forces or sources

of materials or (2) a good faith effort for a substitution of a terminated DBE, the Agency does not pay for work listed on the Local Agency Bidder DBE Commitment (Construction Contracts), Exhibit 15-G, form unless it is performed or supplied by the listed DBE or an authorized substitute.

4.19 DBE Certification Status – If a DBE subcontractor is decertified during the life of the project, the decertified subcontractor shall notify the contractor in writing with the date of decertification. If a subcontractor becomes a certified DBE during the life of the project, the subcontractor shall notify the Contractor in writing with the date of certification. The Contractor shall furnish the written documentation to the Engineer.

Upon completion of the contract, “Disadvantaged Business Enterprises

(DBE) Certification Status Change” Form CEM-2403(F) indicating the DBE’s existing certification status shall be signed and certified correct by the Contractor. The certified form shall be furnished to the Engineer within ninety days from the date of contract acceptance.

4.20 Removal of Asbestos and Hazardous Substances – When the presence of

Page 53: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Special Provisions FRANKLIN AVENUE IMPROVEMENTS Page 37 CONTRACT NO. 18-01

asbestos or hazardous substances are not shown on the plans or indicated in the specifications and the Contractor encounters materials which the Contractor reasonably believes to be asbestos or a hazardous substance as defined in Section 25914.1 of the Health and Safety Code, and the asbestos or hazardous substance has not been rendered harmless, the Contractor may continue work in unaffected areas reasonably believed to be safe. The Contractor shall immediately cease work in the affected area and report the condition to the Engineer in writing.

In conformance with Section 25914.1 of the Health and Safety Code,

removal of asbestos or hazardous substances including exploratory work to identify and determine the extent of the asbestos or hazardous substance will be performed by separate contract.

If delay of work in the area delays the current controlling operation, the delay

will be considered a right of way delay and no contract time will be charged during such delay period. No direct compensation will be made for such delay and Section 8-1.09 of the Standard Specifications will not apply to this contract.

4.21 Buy America Requirements – Attention is directed to the “Buy America” requirements of the Title 23 United States Code, Section 313 and the regulations adopted pursuant thereto. In accordance with said law and regulations, all manufacturing processes for steel and iron materials furnished for incorporation into the work on this project shall occur in the United States; with the exception that pig iron and processed, pelletized and reduced iron ore manufactured outside of the United States may be used in the domestic manufacturing process for such steel and iron materials. The application of coatings, such as epoxy coating, galvanizing, painting, and any other coating that protects or enhances the value of such steel or iron materials shall be considered a manufacturing process subject to the “Buy America” requirements.

A Certificate of Compliance, conforming to the provisions in Section 6-1.07, Certificates of Compliance, of the Standard Specifications, shall be furnished for steel and iron materials. The certificates, in addition to certifying that the materials comply with the specifications, shall also specifically certify that all manufacturing processes for the materials occurred in the United States, except for the exceptions allowed herein. The requirements imposed by said law and regulations do not prevent a minimal use of foreign steel and iron materials if the total combined cost of such materials used does not exceed one-tenth of one percent (0.1%) of the total contract cost or $2,500, whichever is greater. The Contractor shall furnish the Engineer acceptable documentation of the quantity and value of any foreign steel and iron prior to incorporating such materials into the work.

SECTION 5 WATER AND DUST CONTROL

5.1 Water – Water, if obtained from a City fire hydrant, shall be metered and paid for at the rates set forth in Section 6-6.15 of the Yuba City Municipal Code. A service charge and deposit will be required for each meter installation required for said metering.

Page 54: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Special Provisions FRANKLIN AVENUE IMPROVEMENTS Page 38 CONTRACT NO. 18-01

The Contractor shall not leave any hose attached to a fire hydrant except when actually drawing water therefrom and shall keep hydrants clear for possible use by the Fire Department. 5.2 Dust Control – Dust control measures shall be taken in conformance to Section 14-9.03 of the Standard Specifications. Contractor shall water the construction site at sufficient intervals to preclude the nuisance of dust caused by the Contractor’s operations and/or wind and traffic, at no additional compensation.

SECTION 6 PROGRESS OF THE WORK, LIQUIDATED

DAMAGES, AND CONTRACT TIME

6.1 Prosecution of Work – The City will issue a Notice to Proceed to the Contractor after the contracts have been fully executed. The Contractor shall diligently prosecute the work to completion before the expiration of the number of working days provided herein. 6.2 Liquidated Damages – Should the Contractor fail to complete all work under the contract within the time provided therefor, he shall pay to the City the sum of One Thousand Dollars ($1,000) for each calendar day delay in finishing the work beyond such contract period, all in accordance with Section 8-1.10 of the Standard Specifications. The City may deduct such payment from the amounts due the Contractor under the contract. 6.3 Time for Completion – All work under this contract shall be completed within a maximum of sixty (60) working days from the date stated in the Notice to Proceed as the date to start work.

6.4 Extension of Contract Time

a. If the Contractor finds it impossible, for reasons beyond his control, to complete the work within the contract time as specified or as extended in accordance with the provisions of this subsection, he may, at any time prior to the expiration of the contract time, as extended, make a written request to the Engineer for an extension of time, setting forth therein the complete facts which he believes will justify the granting of such request.

The Contractor’s pleas that insufficient time was originally specified

shall not constitute a valid reason for extension of contract time. If the Engineer determines that the prosecution of the work was delayed or hampered by conditions beyond the control and without the fault of the Contractor, he may extend the time for completion in such amount as conditions may justify. Such extended time for completion shall then be in full force and effect the same as though it were the original time for completion.

Page 55: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Special Provisions FRANKLIN AVENUE IMPROVEMENTS Page 39 CONTRACT NO. 18-01

Suspension of work by the Engineer, or extension of the contract time, shall not constitute grounds for any claims by the Contractor for damages or extra compensation, but the period of such suspensions or extensions shall be taken into consideration in determining the time for completion, as herein provided. When final acceptance has been duly made by the Engineer, as prescribed in Section 3.4, the daily time charge will cease.

b. Any dispute hereunder shall be considered pursuant to the Standard Specifications, and the Contractor shall give immediate notice to the Engineer, along with all pertinent facts relative to such dispute.

6.5 Right-of-Way Delays – The City has scheduled relocation of public utilities to provide for little or no delay to the contractor. It is anticipated that utility companies may be engaged in relocation work immediately prior to Contractor’s work on the project. Some coordination of scheduling between the Contractor and the utility company may be necessary to minimize or eliminate delays to the Contractor. If the Contractor is unavoidably delayed because of the City’s failure to clear right-of-way, no contract time will be charged during such delay period. No direct compensation will be made for such delay.

6.6 Force Account Payment – The added markup of Labor, Materials, and Equipment Rental as listed in Sections 9-1.04B, “Labor,” 9-1.04C, “Materials,” and 9-1.04D, “Equipment Rental,” are amended as follows: To the total of the direct costs there will be added a markup of 15 percent to the cost of labor, 12 percent to the cost of materials and 12 percent to the equipment rental.

6.7 Pre-construction Conference – Prior to the issuance of the Notice to Proceed, a pre-construction conference will be held at the office of the Director of Public Works for the purpose of discussing with the Contractor the scope of work, contract drawings, specifications, existing conditions, materials to be ordered, equipment to be used, and all essential matters pertaining to the prosecution and the satisfactory completion of the project as required. The Contractor shall provide the following items at the pre-construction conference:

Schedule Jobsite Photographs

The Contractor’s representatives at this conference shall include all major

superintendents for the work and may include major subcontractors.

Page 56: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Special Provisions FRANKLIN AVENUE IMPROVEMENTS Page 40 CONTRACT NO. 18-01

SECTION 7 PAYMENT

7.1 General – Payment will be made on the basis of the unit prices bid for the

various items of work and the quantities of such items completed, and measured in accordance with these Special Provisions.

The prices bid for the various items of work, as listed on the bid schedule, shall be full compensation for furnishing all labor, tools, equipment, materials, and services required by the Plans, these Special Provisions, and the Standard Specifications, to provide a complete work serviceable in all respects. Unless otherwise noted on the plans or specified in these Special Provisions, no additional compensation will be made for incidental work identified in the Plans, these Special Provisions, or the Standard Specifications. Compensation for such incidental work shall be considered included in the price or prices bid, for various related items of work, in the bid schedule.

7.2 Progress Payments – The City will make monthly progress payments to the Contractor for the work under the contract. Such progress payments are not intended to imply acceptance of the work completed or to be accurate as to the quantities of work indicated, but to provide the Contractor with operating capital reasonably consistent with the amount of work completed and materials supplied.

The amounts of such progress payments will be based on the Engineer’s Estimate of the quantities or portions of the work completed at the time of preparation of such estimate.

Upon Contractor’s submittal of documentation of the amounts paid for acceptable materials furnished at the site, but not yet installed, the cost of such materials will be compensated in the progress payments, to a maximum of fifty percent (50%) of the associated bid price.

A retention of five percent (5%) of the total value of the work completed to date will be made from the amount due on each progress payment for partial security for fulfillment of the contract. At the Contractor’s request and at his expense, he may offer to substitute securities within the meaning of Section 22300 of the Public Contract Code in an amount equivalent to the amount withheld, to wit, bank or savings and loan certificates of deposit. This option is available to the Contractor as provided by Section 22300 of the Public Contract Code and must be initiated by him by request and at his sole cost and expense, and upon such request, City shall permit the substitution of securities equivalent to the amount withheld to ensure satisfactory completion and fulfillment of the contract. Contractor shall remain the beneficial owner of any securities substituted for monies withheld and shall receive any interest thereon during the period of retention. Such securities shall be released to Contractor upon satisfactory completion of the contract, to wit, thirty-five (35) days from and after the Notice of Completion.

The securities deposited by Contractor as substitution for funds withheld shall be deposited with City pursuant to the provisions of Section 22300 of the Public

Page 57: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Special Provisions FRANKLIN AVENUE IMPROVEMENTS Page 41 CONTRACT NO. 18-01

Contract Code and shall be ultimately released at the conclusion and satisfactory completion of the contract as herein provided for.

7.3 Final Payment – The Engineer will, after completion of the work, make a final estimate of the amount of work done thereunder, and the value of such work, and the City will pay the entire sum so found to be due after deducting therefrom all previous payments and all amounts to be kept and all amounts to be retained under the provisions of the contract. All prior partial estimates and payments shall be subject to correction in the final pay estimate and payment. The final payment will not be due and payable until the expiration of thirty-five (35) days from the date of recordation of the notice of acceptance of completion in the Office of the County Recorder of Sutter County.

It is mutually agreed between the parties to the contract that no payments made under the contract shall be conclusive evidence of the performance of the contract, either wholly or in part, against any claim of the City, and no payment shall be construed to be acceptance of any defective work or improper material.

7.4 Resolution of Claims – This section is intended to comply with Article 1.5 (commencing with Section 20104) of Chapter 1 of Part 3 of Division 2 of the Public Contract Code and shall apply to all claims by the Contractor against the City in any amount arising out of or relating to the contract.

Claims filed by the Contractor shall be in writing and shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said claims. Claims must be filed on or before the date of Final Payment. Nothing herein is intended to extend the time limit or supersede notice requirements otherwise provided by the Contract for the filing of claims. Claims submitted by the Contractor shall be accompanied by a notarized certificate containing the following language:

Under the penalty of law for perjury or falsification and with specific reference to the California False Claims Act, Government Code Section 12650 et. seq., the undersigned, (name)______________ title _________________ of (company) ____________________, hereby certifies that the claim for the additional compensation and time, if any, made herein for the work on this contract is a true statement of the actual costs incurred and time sought, and is fully documented and supported under the contract between parties.

Dated __________________ /s/ _______________________

Subscribed and sworn before me this ________ day of ________________

Notary Public My Commission Expires______________

Failure to submit the notarized certificate will be sufficient cause for denying

the claim.

Page 58: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Special Provisions FRANKLIN AVENUE IMPROVEMENTS Page 42 CONTRACT NO. 18-01

The Contractor shall keep full and complete records of the costs and

additional time incurred for any work for which a claim for additional compensation is made. The Engineer or any designated claim investigator or auditor shall have access to those records and any other records as may be required by the Engineer to determine the facts or contentions involved in the claims. Failure to permit access to such records shall be sufficient cause for denying the claims.

For claims of less than Fifty Thousand Dollars ($50,000), the Engineer shall respond in writing to any written claim within forty-five (45) days of receipt of the claim, or may request, in writing, within thirty (30) days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the City may have. The Engineer’s written response to the claim, as further documented, shall be submitted to the Contractor within fifteen (15) days after receipt of further documentation or within a period of time no greater than that taken by the Contractor in producing the additional information, whichever is greater.

For claims over Fifty Thousand Dollars ($50,000), the Engineer shall respond in writing to all written claims within sixty (60) days of receipt of the claim, or may request, in writing, within thirty (30) days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the City may have. The Engineer’s written response to the claim, as further documented, shall be submitted to the Contractor within thirty (30) days after receipt of the further documentation, or within a period of time no greater than that taken by the Contractor in producing the additional information or requested documentation, whichever is greater. If the Contractor disputes the Engineer’s written response, or if the Engineer fails to respond within the time prescribed, the Contractor may notify the Engineer, in writing, either within fifteen (15) days of receipt of Engineer’s response or within fifteen (15) days of the Engineer’s failure to respond within the time prescribed, respectively, and demand in writing an informal conference to meet and confer for settlement of the issues in dispute. Upon such written demand, City shall schedule a meet and confer conference within thirty (30) days for settlement of the dispute.

If following the meet and confer conference, the claim or any portion remains in dispute, the Contractor may file a claim pursuant to Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Divisions 3.6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which a claim must be filed shall be tolled from the time the Contractor initially submits the written claim pursuant the section until the time the claim is denied, including any period of time utilized by the meet and confer conference.

As provided by Public Contract Code Section 20104.4, the following procedures are established for all civil actions filed to resolve claims subject to this section:

a. Within sixty (60) days, but no earlier than thirty (30) days, following the filing or responsive pleadings, the court shall submit the matter to nonbinding

Page 59: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Special Provisions FRANKLIN AVENUE IMPROVEMENTS Page 43 CONTRACT NO. 18-01

mediation unless waived by mutual stipulation of both parties. The mediation process shall provide for the election within fifteen (15) days by both parties of a disinterested third person as mediator, shall be commenced within thirty (30) days of the submittal, and shall be concluded within fifteen (15) days from the commencement of the mediation unless a time requirement is extended upon a good cause showing to the Court.

b. If the matter remains in dispute, the case shall be submitted to

judicial arbitration pursuant to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, notwithstanding Section 1141.11 of such Code. The Civil Discovery Act of 1986 (Article 3 (commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of Civil Procedure) shall apply to any proceeding brought under this subparagraph consistent with the rules pertaining to judicial arbitration. Arbitrators shall, when possible, be experienced in construction law. In addition to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, any party appealing in arbitration award who does not obtain a more favorable judgment shall, in addition to payment of costs and fees under such chapter, also pay the attorneys’ fees on appeal of the other party.

SECTION 8

QUANTITIES AND MATERIALS 8.1 Quantities – The estimate of the quantities of work to be done and materials to be furnished are approximate only, being given as a basis for the comparison of bids, and the City does not express or by implication agree that the actual amount of work will correspond therewith, but reserves the right to increase or decrease the amount of any class or portion of the work or to omit portions of the work that may be deemed necessary or expedient by the Engineer.

8.2 Materials – All materials required to complete the work under the contract shall be furnished by the Contractor, except such as is mentioned in these special provisions to be furnished by the City.

8.3 Quality Control – Contractor shall provide material submittals for all

materials to be used on this contract. Material submittals shall be delivered to the Engineer a minimum of eight (8) working days prior to their scheduled use, and shall be approved by the Engineer prior to use.

Full compensation for providing material submittals and Certificates of Compliance

shall be considered as included in the prices paid for the various contract items of work, and no separate payment will be made therefor.

8.4 Testing Methods and Frequency – The Contractor shall hire a geotechnical

firm to perform all testing at City’s direction within the limits of work. Testing procedures and frequency to be used by the geotechnical firm shall be in accordance with the City’s

Page 60: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Special Provisions FRANKLIN AVENUE IMPROVEMENTS Page 44 CONTRACT NO. 18-01

testing procedures and as directed by the Engineer. All costs incurred will be paid by the Contractor. Minimum compaction testing requirements are as follows:

a. Roadway Subgrade and Aggregate Base – Compaction for

roadway subgrade and aggregate base shall be tested using nuclear density testing gauges in accordance with ASTM D-1557, D-2922, and D-3017. In cases of highly variable subgrade materials, compaction tests shall be taken in accordance with California Test 216 with a maximum density determination at each location, if necessary. Compaction test frequency for roadway subgrade and aggregate base shall be one test location per each 5,000 square feet of pavement surface per lift of material. Random test locations shall be determined using either ASTM D-3665 or California Test 375.

b. Asphalt Concrete – Compaction for asphalt concrete shall be in accordance with California Test 375. Compaction test frequency for asphalt concrete shall be one test location per each 2,500 square feet of pavement surface area with a minimum of 3 tests per street segment or cul-de-sac.

c. Trench Backfill – Compaction for trench backfill shall be tested using nuclear density testing gauges in accordance with ASTM D-1557, D-2922, and D-3017. Compaction test frequency for trench backfill shall be one test per 24 inches of compacted of material per 100 linear feet of trench.

Full compensation for testing materials shall be considered as included in the prices paid for the various contract items of work, and no separate payment will be made therefor.

SECTION 9

SAFETY PRECAUTIONS

9.1 Preservation of Property – Due care shall be exercised to avoid injury to existing improvements, utility facilities, adjacent property, and roadside trees and shrubbery that are not to be removed or relocated. Concrete surfaces including curbs and sidewalks that are not to be removed shall not be defaced or damaged in any manner, including markings with paint, asphalt overspray, etc. Contractor is to video or photograph job site to document existing conditions prior to start of work. Photographs and video shall be dated and labeled for location. One copy of the video or photographs shall be provided to the City.

Trees and shrubbery that are not to be removed, and pole lines, fences, signs, markers and monuments, buildings and structures, conduits, pipe lines under or above ground, sewer and water lines, all facilities and any other improvements or facilities within or adjacent to the work shall be protected from injury or damage, and if ordered by the Engineer, the Contractor shall provide and install suitable safeguards to protect such objects from injury or damage. If such objects are injured or damaged by the Contractor’s operations, they shall be replaced or restored at the Contractor’s expense, to a condition as good as when the Contractor entered upon the work, or as good as required by the

Page 61: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Special Provisions FRANKLIN AVENUE IMPROVEMENTS Page 45 CONTRACT NO. 18-01

Specifications accompanying the contract, if any such objects are a part of the work being performed under the contract. Damaged sanitary sewer services and storm drain laterals shall be repaired at Contractor’s expense, as shown on the detail sheet on the plans. The Engineer may make or cause to be made such temporary or permanent repairs as are necessary to restore to service any damaged facility. The cost of such repairs shall be borne by the Contractor and may be deducted from any monies due or to become due to the Contractor under the contract.

Full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in protecting or repairing property as specified in these Special Provisions shall be considered as included in the prices paid for the various contract items of work and no additional compensation will be allowed therefor.

9.2 Obstructions – The location of underground utilities shown on the plans represent the best information available to the City but should be considered as being approximate only. Utility lines may exist that are not as shown on the plans. The exact locations of underground facilities and improvements within the construction area shall be ascertained by the Contractor before using equipment that may damage such facilities or interfere with their service. Contractor will be held liable to the owners of such facilities for any damage or interference with service resulting from his operations.

9.3 Interruption of Service – No valves or other controls on existing utility

systems shall be operated for any purpose by the Contractor without prior approval of the Engineer and/or the utility company.

9.4 Safety Devices – Sufficient and adequate signs, lights, barricades and cones shall be furnished, placed, and maintained throughout the construction project as may be deemed necessary by the Engineer to adequately protect the public from injury or unnecessary inconvenience due to the construction operations. Cones shall have two white reflective bands and all barricades shall be equipped with safety lighting. When traffic is to be interrupted or detoured, flagmen, adequately equipped and instructed, shall be provided by the Contractor as deemed necessary by the Engineer. Payment to the Contractor for all costs incurred by him in conforming to this section and “Maintaining Traffic” below shall be considered as included in payment for other items of work and no additional special payment will be made therefor.

9.5 Maintaining Traffic – Attention is directed to Section 7-1.04 of the Standard Specifications. The Contractor will be required to furnish the City a work schedule sufficiently detailed so that the City may ascertain therefrom what effect the Contractor’s proposed construction program will have on traffic through the construction area.

The Contractor shall conduct his operation so as to offer the least possible obstruction and inconvenience to the public, and he shall have under construction no greater amount of work than he can prosecute properly with due regard to the rights of the public. Temporary approaches at private driveways shall be provided as needed and when ordered by the Engineer, and shall be kept in good condition.

Page 62: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Special Provisions FRANKLIN AVENUE IMPROVEMENTS Page 46 CONTRACT NO. 18-01

Temporary altered or alternate accessible pedestrian route of travel shall

be provided around any sidewalk closure at all times. Altered and alternate routes of travel shall comply with Sections 6D.01, 6D.02, and 6D.05 of the California Manual on Uniform Traffic Control Devices and shall be kept in good usable condition.

Temporary altered or alternate pedestrian routes of travel shall be

accompanied by temporary accessible pedestrian channelizing devices or barricades. If pedestrian barricades are to be used, they shall be located such that a disabled pedestrian shall not have to backtrack more than one block in order to reach an identified alternate route of travel. Accessible pedestrian channelizing devices and barricades shall comply with Sections 6F.63, 6F.68, and 6F.71 of the California Manual on Uniform Traffic Control Devices.

Spillage resulting from hauling operation along or across a public traveled way shall be removed immediately at the Contractor’s expense.

Attention is directed to the following special traffic control provisions:

a. Streets – One traffic lane in each direction, at least eleven feet (11’) wide, shall be maintained at all times. Contractor shall not grind out more digout area than can be paved back to grade within the same work day as the grinding operation occurs.

b. Minor Streets – Remaining streets within the construction area may be closed as construction necessitates subject to the conditions in subparagraph c. below.

c. General Traffic Control Requirements:

1) Contractor shall provide all necessary detour signs, warning signs, safety devices, and flagmen, as determined by the Public Works Director.

2) Contractor shall provide adequate notice to City and to

affected property owners of closures twenty-four (24) hours prior to closure.

3) Contractor shall assure that adequate ingress and egress is provided to all commercial establishments adjacent to the work at all times.

4) Contractor shall assure that residents of residential properties

adjacent to the work are afforded reasonable and safe access to their property, and that overnight parking of their vehicles on such property is not restricted except when suitable on-street parking is available.

5) Trenches which have been backfilled but not fully restored

and which are to be utilized by public traffic shall be temporarily patched

Page 63: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Special Provisions FRANKLIN AVENUE IMPROVEMENTS Page 47 CONTRACT NO. 18-01

with cold mix asphalt prior to traffic usage unless otherwise approved by the Engineer. This requirement is in addition to those set forth in Section 13.9 of these Special Provisions.

SECTION 10

DESCRIPTION OF THE WORK

The project involves the rehabilitation of Franklin Avenue between S Palora Avenue and Gray Avenue. The rehabilitation consists of the following:

Variable Depth AC Grinding Widening of roadway for vehicle and bike lanes Installation of curb & gutter, parkway strip, sidewalk, driveways, and ADA-

compliant curb ramps Installation of landscaping and landscaping irrigation Storm drain inlet and pipe installations Sewer line extension and sewer lateral stub installation Waterline service installation* Hydrant Installation** Installation of HMA inlays, HMA swales. Installation of new striping Installation of new signal detectors.

*All new water services and meters/meter boxes are to be installed by the City’s water distribution crew. Water distribution crew shall work under contractor’s traffic control for installation of new water laterals. Contractor shall perform excavation, shoring, and backfill for all waterline work. **Contractor shall facilitate all work and provide all materials necessary for hydrant run/installation. City shall only chlorinate and provide hot tap for hydrant run. For a more detailed description of the project scope, refer to the project plans.

SECTION 11 EARTHWORK & PAVING

11.1 Tree Removal – Tree removal shall be done in compliance with Section 16,

“Clearing and Grubbing,” of the Standard Specifications. Payment will be made at the unit price bid therefor in the bid schedule; except when no bid item is provided for tree removal, the cost therefor shall be included in the price bid for clearing and grubbing. 11.2 Clearing and Grubbing – Clearing and grubbing shall conform to the provisions of Section 16 of the Standard Specifications.

Page 64: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Special Provisions FRANKLIN AVENUE IMPROVEMENTS Page 48 CONTRACT NO. 18-01

Clearing shall consist of the satisfactory removal and disposal of all debris and rubbish within the bounds of the contract right-of-ways, including all objects, bushes, and material called for on the plans or necessary for the prosecution of the work for which a separate bid item is not provided.

Grubbing shall consist of the removal of stumps, tree roots and other objectionable material within the limits directed. Depressions made by grubbing shall be filled, compacted and graded to conform to the original ground surface.

11.3 Concrete Removal – Concrete removal shall be done in accordance with Section 15-3 of the Standard Specifications as shown on the plans and as directed by the Engineer. Concrete removal shall be to neat saw cut lines, as directed by the Engineer.

Concrete removed shall be disposed of by the Contractor.

Measurement for payment shall be made by the Engineer before or during removal operations.

11.4 Earthwork – The earthwork involved shall conform to the provisions for

“Roadway Excavation” of Section 19 of the Standard Specifications except as modified by these Special Provisions.

a. Excavation – Excavation shall consist of all excavation on the project involved in the grading and construction of roadways, curb and gutters, sidewalks and driveways. Surplus excavated material shall be disposed of by the Contractor.

b. Compaction – The relative compaction of original ground areas below the grading plane to a point six inches (6”) below the grading plane, and embankment areas, under base and surfacing and concrete work plus two feet (2’) each side thereof, shall be compacted to a relative compaction of ninety percent (90%) of California Test 216.

If subsidence occurs as a result of compacting original ground, the

Contractor shall borrow selected earth material from excavation and shall compact the same to the elevation of the grading plane in accordance with these Special Provisions. Full compensation for excavating and placing such selected earth material will be considered as included as part of work involved in compacting original ground.

c. Testing Compaction – Testing shall be done in accordance with

Section 8.4 of these Special Provisions as determined by the Engineer. For testing purposes, moving averages will be based on separate areas consisting of contiguous construction areas.

d. Payment – Payment for the labor, materials, tools, equipment, and

incidentals required for doing all the work involved in excavating, loading, hauling, depositing, spreading, and compacting subgrade material and other earthwork,

Page 65: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Special Provisions FRANKLIN AVENUE IMPROVEMENTS Page 49 CONTRACT NO. 18-01

including furnishing and applying water and disposing of surplus materials shall be considered as included in the unit price bid for “Roadway Excavation” in the schedule.

11.5 Restrictions on Purchases of Mined Materials – Per Section 20676 of the Public Contract Code, any construction aggregate (sand, gravel, crushed rock, road base, etc.) shall be purchased from an operation listed on the 3098 List. The 3098 List can be viewed at the Department of Conservation’s Office of Mine Reclamation (OMR) website:

https://www.conservation.ca.gov/dmr

To confirm whether or not a specific operator is on or off the list at any time, contact the Office of Mine Reclamation at (916) 323-9198.

11.6 Aggregate Base – Shall be Class 2 – ¾” maximum grading and shall conform to Aggregate Base Section 26 of the Standard Specifications, except as modified herein.

The surface of the finished aggregate base at any point shall not vary more than 0.05 foot above or below the grade established by the Engineer.

Aggregate base shall not be placed on the prepared subgrade until the Engineer has given his approval of the prepared subgrade.

The aggregate base shall be ninety-five percent (95%) compacted and the

method of compaction shall be suitable for the backfill material used, and shall be approved by the Engineer

Measurement for payment of aggregate base shall be from back of curb to back of curb. The contract price per ton shall include full compensation for furnishing all labor, tools, materials, and equipment involved in constructing aggregate base complete in place as shown on the plans and directed by the Engineer.

11.7 Prime Coat – Not used. 11.8 Paint Binder – A paint binder (asphaltic emulsion) shall be furnished and applied in conformance with Section 39-1.09C of the Standard Specifications, except that full compensation for furnishing and applying paint binder (asphaltic emulsion) and sanding (if directed by the Engineer) shall be considered as included in the price paid for asphalt concrete and no additional compensation will be allowed therefor. 11.9 Pavement Repair – Pavement repair shall include removing pavement failures as marked on the street by the Engineer, compacting the base material, and placing asphalt concrete. Individual pavement repairs will be not less than two feet (2’) wide and not less than eight (8) square feet in area. All street cuts around defective areas will be done with a saw, cut to full depth of the pavement. At the Contractor’s option,

Page 66: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Special Provisions FRANKLIN AVENUE IMPROVEMENTS Page 50 CONTRACT NO. 18-01

defective areas may be removed by grinding to the full depth of the pavement without saw cutting the perimeter of the defective area.

The existing material shall be removed to a minimum depth of four inches (4”), but in no case less than the depth of the existing pavement. The existing base material shall be compacted to a density of ninety-five percent (95%). If there is no base material, pave section with four inches (4”) of asphalt concrete. If the existing pavement is thicker than four inches (4”), Class 2 aggregate base shall be used to fill the excavation to a depth of four inches (4”). At the contractor’s option, if the existing pavement is thicker than four inches (4”), the section may be paved full depth with asphalt concrete.

If, in the opinion of the Engineer, the existing subgrade material is

unsuitable, the subgrade material shall be removed to a depth as directed by the Engineer, replaced with Class 2 aggregate base, and compacted to a relative density of ninety-five percent (95%). The removal and replacement of subgrade material will be paid as force account work.

The edges of the existing pavement shall be tacked with SS-1 emulsified

asphalt immediately prior to paving. Asphalt concrete shall be type “B” and conform to Section 39 of the Standard Specifications.

The Contractor shall be responsible for disposing of all excavated materials

off-site. The contract unit price per square foot for “Pavement Repair” shall include

full compensation for furnishing all labor (including flagmen), materials, tools, and equipment and doing all work involved in the removal and replacement of failed pavement areas in accordance with this section, including grinding and removal of existing asphalt concrete.

11.10 Cold Plane/Conform Grind Asphalt Concrete – This bid item shall include grinding asphalt concrete pavement at the locations and to the dimensions shown on the Plans, in accordance with the Standard Specifications and these Special Provisions, and as directed by the Engineer.

Planing asphalt concrete pavement shall be performed by the cold planing method and not by the heater planing method.

Cold planing machines shall be equipped with a cutter head not less than

750 mm (30 inches) in width and shall be operated so that no fumes or smoke will be produced. The cold planing machine shall plane the pavement without requiring the use of a heating device to soften the pavement during or prior to the planing operation.

The depth, width, and shape of the cut shall be as shown on the typical cross sections or as designated by the Engineer. The final cut shall result in a uniform surface conforming to the typical cross sections. The outside lines of the planed area shall

Page 67: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Special Provisions FRANKLIN AVENUE IMPROVEMENTS Page 51 CONTRACT NO. 18-01

be neat and uniform. Planing asphalt concrete pavement operations shall be performed without damage to the surface to remain in place.

Planed widths of pavement shall be continuous except for intersections at

cross streets where the planing shall be carried around the corners and through the conform lines. Following planing operations, a drop-off of more than 45 mm (0.15 foot) will not be allowed between adjacent lanes open to public traffic.

Where transverse joints are planed in the pavement at conform lines, no

drop-off shall remain between the existing pavement and the planed area when the pavement is opened to public traffic. If asphalt concrete has not been placed to the level of existing pavement before the pavement is to be opened to public traffic, a temporary asphalt concrete taper shall be constructed. Asphalt concrete for temporary tapers shall be placed to the level of the existing pavement and tapered on a slope of 1:30 (vertical: horizontal) or flatter to the level of the planed area.

Asphalt concrete for temporary tapers shall be commercial quality and may be spread and compacted by any method that will produce a smooth riding surface. Temporary asphalt concrete tapers shall be completely removed, including the removal of loose material from the underlying surface, before placing the permanent surfacing. The removed material shall be disposed of outside the highway right of way.

Operations shall be scheduled so that not more than seven (7) calendar days shall elapse between the time when transverse joints are planed in the pavement at the conform lines and the permanent surfacing is placed at the conform lines.

The material planed from the roadway surface shall become the property of the Contractor and disposed of offsite, unless otherwise directed or approved by the Engineer.

Contract removal operations of cold planed material shall be concurrent with planing operations and follow within 15 m (50 feet) of the planer, unless otherwise directed by the Engineer.

Cold plane asphalt concrete pavement will be measured by the square yard. The quantity to be paid for will be the actual area of surface cold planed irrespective of the number of passes required to obtain the depth shown on the plans. Grinding for removal of asphalt concrete associated with Pavement Repair (digouts) will be measured and paid for separately under the Pavement Repair bid item.

The contract price paid per square yard for cold plane asphalt concrete pavement shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for performing all the work involved in cold planing asphalt concrete surfacing and disposing of planed material, including furnishing the asphalt concrete for and constructing, maintaining, removing, and disposing of temporary asphalt concrete tapers, as specified in the Plans, Standard Specifications, and these Special Provisions, and as directed by the Engineer.

Page 68: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Special Provisions FRANKLIN AVENUE IMPROVEMENTS Page 52 CONTRACT NO. 18-01

11.11 Road Surface Preparation – In addition to the requirements of Section 39-1.09B of the Standard Specifications, road surface preparation shall also include the removal and proper disposal of all pavement markers within the project limits. Contractor shall be responsible for filling any holes caused by the removal of pavement markers. Holes shall be filled with a material approved by the Engineer. Paint binder shall not be applied until surface is clean and free of vegetation. The Contractor will also be responsible for maintaining the striping locations, including locations where striping changes from no passing to passing, to ensure replacement of same in the original locations. Compensation for “Road Surface Preparation” shall be included in other items of work, and no additional compensation will be allowed therefor. 11.12 Tack Coat – A tack coat (asphaltic emulsion) shall be furnished and applied in conformance with Section 39 of the Standard Specifications. Full compensation for furnishing and applying tack coat (asphaltic emulsion) and sanding (if directed by the Engineer) shall be considered as included in the price paid for Pavement Reinforcing Fabric and no additional compensation will be allowed therefor. 11.13 Pavement Reinforcing Fabric – Attention is directed to Section 88-1.02J of the Standard Specifications and to these Special Provisions. No more than one roll of fabric may be placed in advance of hauling operations. Fabric shall be placed or trimmed so that no fabric is exposed beyond the edge of pavement. This bid item shall include placing pavement reinforcing fabric between the existing asphalt concrete (or leveling course) and the overlay materials in accordance with the Standard Specifications and these Special Provisions, and as directed by the Engineer. Payment for this item shall include full compensation for furnishing all labor, materials, equipment, and incidentals for performing all the work as described in the Standard Specifications and these Special Provisions, and as directed by the Engineer. 11.14 Asphalt Concrete – Hot Mix Asphalt (asphalt concrete) shall be either ¾-inch Type A or ½-inch Type A, as designated on the Plans. Asphalt concrete shall conform to the provisions of Section 39 of the Standard Specifications and to these Special Provisions. Asphalt binder to be mixed with aggregate shall be steam-refined paving asphalt in conformance with the provisions in Section 92, “Asphalts,” specification grade PG 64-10, or as determined by the Engineer. Contractor is to produce, construct, provide quality control, and quality control testing for Hot Mix Asphalt in accordance with Section 39-2 “Standard Construction Process” of the Standard Specifications.

Before placing asphalt concrete on the prepared base course, it is the Contractor’s responsibility to ascertain that the base course is accurately brought to the

Page 69: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Special Provisions FRANKLIN AVENUE IMPROVEMENTS Page 53 CONTRACT NO. 18-01

required grade. Asphalt concrete shall be placed and compacted to ninety-five percent (95%) relative compaction at not less than the required thickness shown on the plans.

The casting of loose materials upon the freshly placed mat behind the paving machine and ahead of the breakdown roller is specifically prohibited. Whenever new paving is joined to existing paving, the paving surface at the joint shall be sealed with asphalt emulsion four inches (4”) each side of joint after final compaction of asphalt concrete. Sealant shall be sanded as necessary to prevent traffic pickup.

Certificates of compliance shall be submitted for all materials in asphalt

concrete. In addition to the requirements in Section 39-2.04, “Transporting,

Spreading, and Compacting” of the Standard Specifications, asphalt paving equipment shall be equipped with automatic screed controls and a sensing device or devices when paving. When placing the initial mat of asphalt concrete on existing pavement or prepared aggregate base, the end of the screed nearest the centerline shall be controlled by a sensor, activated by a ski device not less than thirty feet (30’) long. The end of the screed farthest from the centerline shall be controlled by a sensor that responds to the grade of the existing surface and will reproduce final grade in the new mat within 0.01 foot (3 mm) tolerance. The end of the screed farthest from the previously placed mat shall be controlled in the same manner as when placing the initial mat.

Should automatic screed controls fail to operate properly and all remedial

attempts to correct the equipment by the Contractor have been applied during any day’s work, the Contractor may use manual controls of spreading equipment for the remainder of the day. However, the equipment shall be corrected or replaced with alternative automatically controlled equipment conforming to the requirements in this section before starting another day’s work.

Type of pavers that meet minimum requirements for this project are Cedar

Rapids 451/551 Series, CAT Rubber Tire AT-1000B, CAT Track AT-1050B, or comparable.

The top of the surface layer of asphalt concrete that does not meet all

specified surface tolerances shall be brought within tolerance by abrasive grinding. Areas that have been ground shall receive a fog seal coat. Deviations in excess of 0.3 inch which cannot be brought into specified surface tolerances by abrasive grinding shall be corrected by either removal and replacement or placing an overlay of asphalt concrete. The corrective method for each area shall be selected by the Contractor and shall be approved by the Engineer prior to beginning the corrective work. Any replacement or overlay pavement not meeting specified tolerances shall be corrected by the methods specified above. All corrective work shall be at the Contractor’s expense.

When abrasive grinding is used to bring the top surface of the uppermost

layer of asphalt concrete surfacing within specified surface tolerances, additional abrasive grinding shall be performed as necessary to extend the area ground in each lateral

Page 70: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Special Provisions FRANKLIN AVENUE IMPROVEMENTS Page 54 CONTRACT NO. 18-01

direction so that the lateral limits of grinding are at a constant offset from and parallel to the nearest lane line or pavement edge and in each longitudinal direction so that the grinding begins and ends at lines normal to the pavement centerline within any ground area. All ground areas shall be neat rectangular areas of uniform surface appearance.

Abrasive grinding shall conform to the requirements in Section 42-3.03,

“Construction,” of the Standard Specifications, except that the grinding residue shall be disposed of outside the public right-of-way.

String line or other suitable methods of alignment may be required to ensure

straight longitudinal joints. Asphalt concrete shall not be placed until roadways are determined by the

Engineer to be ready for paving. At locations as directed by the Engineer, the Contractor shall place a tack

coat and skin patch using 3/8” asphalt concrete. Areas to be leveled shall be feathered to match existing surface. The maximum spread rate is 175 tons per lane mile or 40 square yards per ton and shall not be exceeded unless determined by the Engineer. Asphalt concrete may be placed by motor grader, float tractor, or any other means to obtain a level, uniform surface. At each location requiring a leveling of 3/8” asphalt concrete, a paving machine shall be used and pavement reinforcing fabric and/or surface course of asphalt concrete shall be placed within forty-eight (48) hours of the placement of the leveling course.

Public and private roads adjacent to pulverized or reconstructed areas may

require additional attention to safely conform to existing grade. Asphalt concrete may be placed by float tractor or any other means to obtain a level, uniform surface.

After rolling of asphalt concrete and before leaving the construction site, the

Contractor shall place temporary pavement delineation per Section 11.14, “Temporary Pavement Delineation,” of these Special Provisions. Any pavement markings obliterated during work, that the Engineer deems necessary, shall receive temporary markings before reopening the travel way to public traffic. Compensation for temporary pavement delineation shall be considered as included in the cost for asphalt concrete and no additional compensation will be allowed therefor.

11.15 Temporary Pavement Delineation – Temporary pavement delineation shall be furnished, placed, maintained and removed in accordance with the provisions in Section 12-3, “Traffic-Handling Equipment and Devices,” of the Standard Specifications and these Special Provisions. Nothing in these Special Provisions shall be construed as to reduce the minimum standards specified in the Manual of Traffic Controls published by the Department or as relieving the Contractor from his responsibility as provided in Section 7-1.04, “Public Safety,” of the Standard Specifications.

Whenever the work causes obliteration of, or revision to, pavement delineation, temporary or permanent pavement delineation shall be in place and

Page 71: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Special Provisions FRANKLIN AVENUE IMPROVEMENTS Page 55 CONTRACT NO. 18-01

conflicting pavement delineation removed, prior to opening the traveled way to public traffic. Lane line pavement delineation shall be provided at all times for traveled ways open to public traffic.

All work necessary to establish the alignment of temporary pavement delineation, including any required lines and marks, shall be performed by the Contractor. Surfaces on which temporary pavement delineation is to be applied shall be cleaned of all dirt and loose material and shall be dry when the pavement delineation is applied. Temporary pavement delineation shall not be applied over existing or other temporary pavement delineation.

Temporary pavement delineation for lane lines shall consist of temporary reflective raised pavement markers placed at longitudinal intervals of not more than twenty-four feet (24’). Temporary reflective raised pavement markers shall be the same color as the lane line the markers replace.

Temporary reflective raised pavement markers shall be placed in accordance with the manufacturer’s instructions. Temporary reflective raised pavement markers shall be cemented to the surfacing with the adhesive recommended by the manufacturer, except epoxy adhesive shall not be used to place temporary reflective raised pavement markers in areas where removal of the markers will be required.

In lieu of temporary reflective raised pavement markers, four inch (4”) reflectorized traffic tape may be used as directed by the Engineer.

Removable type traffic tape shall be applied in accordance with the

manufacturer’s installation instructions and shall be rolled slowly with a rubber tired vehicle or roller to ensure complete contact with the pavement surface. Traffic tape shall be applied straight on tangent alignment and on a true arc on curved alignment. Traffic tape shall not be applied when the air or pavement temperature is less than 50ºF unless the installation procedures to be used are approved by the Engineer prior to beginning installation of the tape.

Full compensation for furnishing, placing, maintaining, and removing temporary delineation including temporary reflective raised pavement markers, cones, delineators, channelizers, four inch (4”) traffic stripe, and providing equivalent patterns of the permanent traffic lines when required shall be considered as included in the contract prices paid for the items of work that obliterated the pavement delineation and no separate payment will be made therefor.

11.16 Adjusting Manholes and Valves to Grade – Existing manholes shall be adjusted to grade with materials similar in quality to those in the original structure in accordance with the provisions of Section 15-2.10B of the Standard Specifications and these Special Provisions.

Manholes and valve boxes shall be lowered prior to milling operations and raised to finish grade per the plans and specifications.

Page 72: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Special Provisions FRANKLIN AVENUE IMPROVEMENTS Page 56 CONTRACT NO. 18-01

After the manhole frame has been removed, the top of the structure shall

be carefully trimmed to provide a suitable foundation for the new material. Existing frames and covers are to be used.

Class “B” concrete shall be used for backfilling and shall be struck off to a

depth of two inches (2”) below the adjacent surfacing. Type “B” asphalt concrete shall be placed over the concrete backfill smooth with the adjacent pavement.

Adjusting manholes and valves to grade within the publicly used travel lanes

shall be completed, including placing paving material around and to the level of the frame and cover, by the end of the same day on which work started. If permanent pavement backfill cannot be completed by the end of the work day, the Contractor shall place temporary paving material to the finished grade level of the frame and cover. The Contractor shall maintain the temporary paving smooth and level with the frame and cover until such time as the permanent paving is placed.

11.17 Survey Monument Wells – Survey monument wells shall be constructed at locations indicated on the plans and as directed by the Engineer.

The concrete used in the construction of the monument well assembly shall be of Class “B” and shall conform to the applicable provisions of Section 90 of the Standard Specifications.

The price paid for each monument well shall include full compensation for furnishing all labor, materials, tools and equipment and doing all the work including structure excavation and backfill involved in the construction of the monument well in place.

11.18 Finishing Roadway – Finishing roadway shall conform to Section 22 of the Standard Specifications and these Special Provisions.

Finishing roadway shall include replacing or relocating all roadway signs, mailboxes, sprinklers, and related facilities removed to facilitate the work, cleaning the roadway surface and adjacent areas of all excess construction materials and debris, and shaping and grading excavated and filled areas adjacent to the work.

Excavated and filled areas adjacent to the work and contiguous to private

property and landscape areas shall be of loose select material to a depth of six inches (6”), smoothly graded and sloped as directed by the Engineer.

Payment for finishing roadway shall be considered included in the prices

bid for other related items of work and no additional compensation will be made therefor, except where specific bid items are provided on the bid schedule the specified items will be compensation at the price bid therefor.

Page 73: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Special Provisions FRANKLIN AVENUE IMPROVEMENTS Page 57 CONTRACT NO. 18-01

11.19 Roadway Signs – Roadside signs shall be installed at the locations shown on the plans or where directed by the Engineer, and shall conform to the provisions in Section 56-2, “Roadside Signs,” of the Standard Specifications, these Special Provisions, and Standard Detail No. 109.

Roadside signs shall conform to State Specifications which may be obtained from the Transportation Laboratory, P.0. Box 19128, Sacramento, CA, 95819, (916) 739-2400. Full compensation for furnishing and installing sign panels and metal posts shall be considered as included in the contract price paid for the roadside signs and no separate payment will be made therefor.

SECTION 12 CONCRETE CURBS, GUTTERS, SIDEWALKS, AND DRIVEWAYS

12.1 General – Portland Cement Concrete curbs, gutters, sidewalks, and

driveways shall be constructed in conformance with the details shown on the plans and in accordance with the requirements of 90-1 of the Standard Specifications for Minor Concrete.

12.2 Curing – Curing compound shall consist of a liquid which, when applied to fresh concrete by means of a spray gun, will form an impervious membrane over the exposed surfaces of the concrete.

The membrane may be either asphaltic or paraffin derivatives to which other waterproofing materials may have been added. Concrete curing compounds shall be Type 2, white pigmented or clear, as approved by the Engineer.

All compounds shall be furnished by the Contractor and shall be delivered

in sealed original containers bearing the manufacturer’s name and product identification. The compounds shall not be a water emulsion and shall not contain

ingredients which are harmful to concrete. Compounds shall be of a uniform quality and tests on samples selected from a given shipment or shipments shall show no appreciable difference in results. The material shall be approved by the Engineer prior to its use.

The rate of application shall be such that the compound forms a continuous,

unbroken film which will not disintegrate, check or peel from the applied surfaces of concrete within thirty (30) days after application. The Engineer will determine the permissible rate of coverage of a curing compound. 12.3 Measurement and Payment – Measurement of all concrete quantities for payment shall be to the neat lines determined in the field. Curb and gutter quantities will be measured through driveways and ramps. Curb and gutter will be measured by the lineal foot of exposed front face without regard to depressions and thickening for driveways and pedestrian ramps. Pedestrian access ramps, retaining curbs, and sidewalk

Page 74: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Special Provisions FRANKLIN AVENUE IMPROVEMENTS Page 58 CONTRACT NO. 18-01

shall be measured per square foot. Payment for miscellaneous items such as reinforcing, expansion joints, seals, score lines, truncated domes, Class 2 aggregate base and any other related work that does not have a separate bid item shall be included in the unit prices bid for the related types of concrete work and no additional compensation will be allowed therefor.

No separate measurement will be made for fill material used in conforming to existing grades behind sidewalks. Concrete transitions behind sidewalks necessary for matching existing driveway grades shall be considered as part of the bid item for sidewalk.

The estimated quantities of this item are approximate only, being given as

a basis for the comparison of bids. The City does not expressly, or by implication, agree that the actual amount of work will correspond therewith, and reserves the right to increase or decrease the amount thereof as may be deemed necessary or advisable by the Engineer. No adjustments of the contract unit prices will be made therefor. Section 9-1.06, "Changed Quantity Payment Adjustments," of the Standard Specifications shall not apply.

12.4 Temporary Pedestrian Route of Travel – The contractor shall provide a temporary altered or alternate accessible pedestrian route of travel for any sidewalk closure. Altered and alternate routes of travel shall comply with Sections 6D.01, 6D.02, and 6D.05 of the California Manual on Uniform Traffic Control Devices and shall be kept in good usable condition.

12.5 Temporary Pedestrian Channelizing Devices & Barricades - Temporary

altered or alternate pedestrian routes of travel shall be accompanied by temporary accessible pedestrian channelizing devices or barricades. If pedestrian barricades are to be used, they shall be located such that a disabled pedestrian shall not have to backtrack more than one block in order to reach an identified alternate route of travel. Accessible pedestrian channelizing devices and barricades shall comply with Sections 6F.63, 6F.68, and 6F.71 of the California Manual on Uniform Traffic Control Devices.

SECTION 13 TRENCHING OPERATIONS

13.1 Legal Requirements – Prior to commencement of trenching or excavating

operations, the Contractor on this project shall have complied with all applicable provisions of Title 8 of the California Administrative Code and all applicable requirements of the Labor Code of the State of California, including:

a. Section 6705 of the Labor Code which requires that, prior to starting

excavation of any trench five feet (5’) or more in depth, the Contractor submit for the Engineer’s approval, plans for trench shoring or protection he proposes to use in performing the trenching and pipe installations in this contract; and

b. Section 6500 of the Labor Code which requires that the Contractor obtain a permit for trenching operations from the State Division of Occupational

Page 75: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Special Provisions FRANKLIN AVENUE IMPROVEMENTS Page 59 CONTRACT NO. 18-01

Safety and Health prior to any trench work in trenches or excavations over five feet (5’) deep.

This section shall also apply to any person doing work in accordance with any permit issued by the City.

13.2 General – Trenching operations shall include cutting of pavement, trench

excavation, disposal of excess materials, removal of obstructions, bracing and shoring, bedding of pipe, backfilling, compacting, and placing of temporary and permanent street pavement restoration.

13.3 Trench Width – The maximum clear width of the trench, measured at the

horizontal diameter of the pipe and at one foot (1’) above the top of the pipe, shall not be more than the width shown on the Plans.

If such trench width is exceeded for any reason, the Contractor shall

provide, at his own expense, improved bedding conditions, as approved by the Engineer, to meet the load requirements of the changed conditions.

13.4 Cutting of Pavement – When the trench is in an existing paved area, the

pavement shall be sawed on neat lines parallel and equidistant from the trench centerline. Pavement between the lines shall be broken and removed immediately ahead of the trenching operations.

13.5 Bracing and Shoring – To ensure the safety of workmen and to protect and

facilitate the work, sufficient bracing and shoring shall be installed in all excavations. The bracing and shoring shall comply with rules, orders, and regulations of the California Division of Industrial Safety. Failure to comply with any of the above mentioned rules, orders, and regulations shall be sufficient cause for, but shall not place any responsibility upon, the Engineer to immediately suspend the work. The Contractor shall be responsible for the adequacy of all shoring and bracing and compliance with law, and failure of the Engineer to suspend the work or notify the Contractor of the inadequacy of the shoring or bracing or non-compliance with law shall not relieve the Contractor of this responsibility.

Insofar as possible, sheeting shall not extend below the top of the pipe

barrel. All sheeting, timbering, lagging and bracing shall, unless otherwise required by the Engineer, be removed during backfilling, and in such a manner as to prevent any movement of the ground or damage to the piping or to the other structures. When the Engineer requires that sheet piling, lagging and bracing be left in place, such materials shall be cut off where designated and the upper part withdrawn. If steel sheet piling is utilized, it may be withdrawn, with compacting of backfill to proceed as piling is removed.

13.6 Maximum Length of Trench Open – At end of each working day, all open

trenches, including manhole and drop inlet excavations, shall be either backfilled and compacted or properly protected to allow safe vehicle and pedestrian travel, unless

Page 76: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Special Provisions FRANKLIN AVENUE IMPROVEMENTS Page 60 CONTRACT NO. 18-01

otherwise authorized by the Engineer. Contractor shall provide protective barrier approved by the Engineer around open trench when left unattended.

Steel plate bridging, if used, shall be steel plate designed for HS20-44 truck

loading per the CalTrans Bridge Design Specifications Manual. The Contractor shall maintain on the steel plate a non-skid surface having a minimum coefficient of friction equivalent to 0.35 as determined by California Test Method 342.

Approach plate(s) and ending plate (if longitudinal placement) shall be

attached to the roadway by a minimum of two (2) dowels pre-drilled into the corners of the plate and drilled two inches (2”) into the pavement. Subsequent plates are butted to each other. Fine graded asphalt concrete shall be compacted to form ramps, maximum slope eight and one-half percent (8.5%) with a minimum twelve inch (12”) taper to cover all edges of the steel plates. When steel plates are removed, the dowel holes in the pavement shall be backfilled with either graded fines of asphalt concrete mix, concrete slurry or equivalent slurry satisfactory to the City’s representative.

The Contractor shall be responsible for maintenance of the steel plates,

shoring, and asphalt concrete ramps.

Unless specifically noted, steel plate bridging should not exceed four (4) consecutive working days in any given week. Backfilling of excavations shall be covered with a minimum three inch (3”) temporary layer of cold asphalt concrete, compacted in place using a vibrating roller or vibroplate.

The following table shows the required minimal thickness of steel plate

bridging required for a given trench width: Trench Width Minimum Plate Thickness 1.0’ 1/2” 1.5’ 3/4” 2.0’ 7/8” 3.0’ 1” 4.0’ 1 - 1/4”

Note: For spans greater than 4 feet, a structural design shall be prepared by a registered civil engineer and approved by the City.

13.7 Bedding – Unless otherwise indicated on the drawings or in the Special

Provisions, the pipe shall be placed on a firm, prepared bed of three-quarter inch (¾”) maximum crushed rock. The ¾” maximum crushed rock shall have at least one fractured face and shall be in accordance with ASTM D 448 and meet the following gradation:

Sieve Size Percent Passing 3/4” 90 to 100 3/8” 20 to 55 No. 4 0 to 10

Page 77: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Special Provisions FRANKLIN AVENUE IMPROVEMENTS Page 61 CONTRACT NO. 18-01

No. 8 0 to 5

Bedding shall extend at least four inches (4”) below the pipe barrel or as indicated on the plans. The pipe shall be bedded uniformly throughout its length to a bearing width of at least sixty percent (60%) of the pipe’s internal diameter.

13.8 Initial Backfill – See Sections 14, 15, and 16 of these Special Provisions for

specific backfill requirements for storm drain construction, sewer main construction, and water main construction, respectively.

13.9 Restoration of Surfacing – Typical trench restoration is not anticipated as part of this project, as all trench work is expected to be beneath either curb and gutter or asphalt concrete pavement restoration. If trench alignments are modified during construction such that typical trench restoration becomes necessary, it will be paid for as extra work and specification requirements will be issued as part of a change order.

13.10 Payment – Full compensation for trench excavation and backfill as herein specified including all equipment, labor, materials, dewatering, special traffic considerations and safety measures required shall be included in the price for each or lump sum bid of the item requiring such activities listed in the Proposal and no additional compensation will be allowed therefor; except that when a separate bid item is provided for shoring, the lump sum price bid therefor shall be full compensation for furnishing, installing, and maintaining adequate sheeting, shoring, and bracing or equivalent method for protection of life or limb which conform to applicable safety orders; and except that when a separate bid item is provided for CDF, the price per cubic yard shall be full compensation for furnishing, installing, and protecting the Controlled Density Fill in lieu of backfill with sand or native material and placing Class 2 aggregate base.

SECTION 14 STORM SEWER CONSTRUCTION

14.1 General – Furnishing and installing storm sewer facilities and

appurtenances shall be in accordance with the Plans, these Special Provisions, and Sections 64 and 65 of the Standard Specifications.

14.2 Materials – Storm sewer pipe to be furnished shall be as designated on the Plans and as specified herein. Unless otherwise designated on the Plans, storm sewer pipe shall be:

a. Reinforced Concrete Pipe – Reinforced concrete pipe (RCP) with rubber gasket joints:

Reinforced concrete pipe shall conform to ASTM designation C-76

and shall be of the class designated on the Plans, or the following if not so designated:

Page 78: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Special Provisions FRANKLIN AVENUE IMPROVEMENTS Page 62 CONTRACT NO. 18-01

Class 3 – For pipes thirty inches (30”) or greater in diameter and with a minimum of three feet (3’) of cover.

Class 4 – For pipes twenty-four inches (24”) or smaller in diameter,

regardless of depth of cover.

For pipes thirty inches (30”) or greater in diameter and with less than three feet (3’) of cover.

14.3 Protection of Pipes – The Contractor shall take all necessary precautions to

protect any and all pipe near the surface of the grading plane from damage by construction equipment or traffic.

14.4 Manholes – Manholes for storm sewers shall be constructed of pre-cast reinforced concrete sections or shall be cast-in-place reinforced concrete or shall be a combination of both materials. Manholes shall conform to the details shown on the Plans and shall be designed to meet H-20 loading requirements.

Pre-cast concrete tapered sections, flat lids, rings, and manhole body sections shall conform to Section 70 of the Standard Specifications except as herein provided. All joints on the inside of structures shall be neatly struck and pointed. The bottoms of manholes, as shown on the Plans, shall be neatly shaped.

No pipe shall project more than 0.17 feet into a manhole except where shown on the Plans and in no case shall the bell of a pipe be built into the wall of a manhole or structure. All work shall be cured for a period of ten (10) days after being placed and shall be protected from injury.

Cast-in-place reinforced portions of manholes shall be constructed of Class A concrete as specified in Section 90 of the Standard Specifications. Bar reinforcing steel shall be furnished and installed in accordance with Section 52 of the Standard Specifications.

Cast iron frames and covers as specified on the Plans shall be furnished

and installed by the Contractor in accordance with the applicable portions of Section 75 of the Standard Specifications.

Payment for manholes shall include full compensation for all labor, tools, materials, and equipment, pre-cast concrete sections, all cast-in-place concrete, cast iron frame and cover, structure excavation and backfill and raising to grade following completion of paving in accordance with these Special Provisions.

14.5 Drop Inlets and Catch Basins – Drop inlets and catch basins shall conform to the standard details as shown on the Plans and to the provisions of Section 51 of the Standard Specifications.

Page 79: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Special Provisions FRANKLIN AVENUE IMPROVEMENTS Page 63 CONTRACT NO. 18-01

Payment for drop inlets and catch basins will be made at the respective bid prices for each as contained in the bid schedule and shall include full compensation for all labor, tools, materials, and equipment, pre-cast concrete sections, all cast-in-place concrete, cast iron frame and cover, structure excavation and backfill, relocation, and raising to grade in accordance with these Special Provisions.

14.6 Initial Backfill – The trench shall be backfilled to a point twelve inches (12”) above the top of the pipe using either three-quarter inch (3/4”) maximum crushed rock or imported sand with one hundred percent (100%) passing a one inch (1”) sieve. The initial backfill shall be carefully placed so as not to disturb or damage the pipe, and shall be brought up evenly on both sides. It shall be placed in layers not exceeding four inches (4”) in depth and hand tamped to the spring line of the pipe or placed to a depth sufficient to keep the pipe from floating. If C.D.F. is used for the balance of the backfill, the bedding and initial backfill shall be compacted prior to placement of C.D.F.

14.7 Completing Backfill – Trench backfill material placed above the initial backfill shall be as designated on the Plans and as specified herein. If not so designated on the Plans, backfill material may be one of the following:

a. Class 2 Aggregate Base – If crushed rock is used for the initial backfill, filter fabric shall be installed to provide a barrier between the Class 2 aggregate base backfill and the crushed rock. If sand is used for the initial backfill, no filter fabric is required.

The Class 2 aggregate base shall be compacted as shown on the

plans. The method of compaction shall be suitable for the backfill material used and the trench condition, and shall be approved by the Engineer.

b. Sand – If crushed rock is used for the initial backfill, filter fabric shall

be installed to provide a barrier between the sand backfill and the crushed rock. If sand is used for the initial backfill, no filter fabric is required.

The sand shall be ninety-five percent (95%) compacted and the

method of compaction shall be suitable for the backfill material used, the trench condition, and shall be approved by the Engineer. Jetting of the sand is not allowed.

c. Controlled Density Fill (C.D.F.) – Controlled Density Fill shall be a

mixture of Portland Cement (not to exceed 25 pounds per yard), fly ash, aggregates, water and admixtures proportioned to provide a non-segregating, self-consolidating, free-flowing, and excavatable material which will result in a hardened, dense, non-setting fill. The unconfined compressive strength shall not exceed 200 psi. Laboratory trial batches or field trials data must be submitted to confirm strength and weight.

C.D.F. shall be used in lieu of completing backfill with sand or Class

2 aggregate base if directed by Engineer or shown on the Plans.

Page 80: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Special Provisions FRANKLIN AVENUE IMPROVEMENTS Page 64 CONTRACT NO. 18-01

C.D.F. shall be proportioned to be flowable, non-segregating, and

excavatable by hand or machine. Desired consistency shall be achieved in the 5-10 inch slump range. The C.D.F. shall be brought up uniformly to the elevation shown on the Plans.

Contractor shall provide steel plates to span utility trenches and

prevent traffic contact with C.D.F. for at least seven (7) days after placement.

C.D.F. patching, mixing, and placing may be started if weather conditions are favorable, when the temperatures is at 34° F and rising. At the time of placement, C.D.F. must have a temperature of at least 40° F. Mixing and placing shall stop when the temperature is 38° F or less and falling. Each filling stage shall be as continuous an operation as is practicable. C.D.F. shall not be placed on frozen ground.

There shall be a 7 day waiting period prior to subjecting the trench

backfill to traffic loads. This time period can be reduced if, in the opinion of the Engineer, the C.D.F. is adequately firm and stable.

The Contractor shall be responsible for maintenance and repair of any

failures of the trench for one (1) year from the completion of the work.

14.8 Crossing Over a Water Main – If crossing over a water main with a storm sewer line, the storm sewer pipe shall be ductile iron. The eighteen foot (18’) pipe length shall be centered (plus or minus 1’) over the water main crossing, and the water main pipe length shall be centered under the storm sewer.

14.9 Measurement – For purposes of obtaining length of pipe for payment, the pipe shall be measured along the surface to the nearest foot to the centerline of manholes, drop inlets and catch basins.

14.10 Payment – The price bid per lineal foot of storm sewer or main shall include full compensation for furnishing all labor, materials, tools and equipment, and doing all the work involved in furnishing and installing the pipe complete in place, connections to manholes, drop inlets and catch basin as shown on the Plans or required in the Specifications, including trench excavation and backfill.

SECTION 15 SEWER MAIN CONSTRUCTION

15.1 General – Furnishing and installing sanitary sewer facilities and

appurtenances shall be in accordance with the Plans, these Special Provisions and the Standard Specifications.

Page 81: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Special Provisions FRANKLIN AVENUE IMPROVEMENTS Page 65 CONTRACT NO. 18-01

15.2 Materials – Sewer pipe to be furnished shall be Vitrified Clay Pipe (VCP). VCP and fittings shall be extra strength unglazed, bell and spigot pipe and shall conform to ASTM designation C-700. The pipe joints shall be of the mechanical compression type, conforming to ASTM designation C-425.

15.3 Installation of Sanitary Sewer – The pipe shall be laid in a trench excavated to the lines and grades established by the Engineer. The bottom of the trench shall be graded and prepared to provide a firm and uniform bearing throughout the entire length of the pipe.

Bedding of the pipe shall be in accordance with Section 13 “Trenching Operations” of these Special Provisions.

15.4 Initial Backfill – The trench shall be backfilled to a point twelve inches (12”) above the top of the pipe using three-quarter inch (3/4”) maximum crushed rock. The initial backfill shall be placed so as not to disturb or damage the pipe, and shall be brought up evenly on both sides. It shall be placed in layers not exceeding four inches (4”) in depth and hand tamped to the spring line of the pipe or placed to a depth sufficient to keep the pipe from floating. If C.D.F. is used for the balance of the backfill, the bedding and initial backfill shall be compacted prior to placement of C.D.F.

15.5 Completing Backfill – Trench backfill material placed above the initial backfill shall be as designated on the Plans and as specified herein. If not so designated on the Plans, backfill material may be one of the following:

a. Class 2 Aggregate Base – If crushed rock is used for the initial backfill, filter fabric shall be installed to provide a barrier between the Class 2 aggregate base backfill and the crushed rock. If sand is used for the initial backfill, no filter fabric is required.

The Class 2 aggregate base shall be compacted as shown on the

plans. The method of compaction shall be suitable for the backfill material used and the trench condition, and shall be approved by the Engineer.

b. Sand – After the initial backfill is in place, filter fabric shall be installed

to provide a barrier between the sand backfill and the initial backfill.

The sand shall be ninety-five percent (95%) compacted and the method of compaction shall be suitable for the backfill material used, the trench condition, and shall be approved by the Engineer. Jetting of the sand is not allowed.

c. Controlled Density Fill (C.D.F.) – Controlled Density Fill shall be a mixture of Portland Cement (not to exceed 25 pounds per yard), fly ash, aggregates, water and admixtures proportioned to provide a non-segregating, self-consolidating, free-flowing, and excavatable material which will result in a hardened, dense, non-setting fill. The unconfined compressive strength shall not

Page 82: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Special Provisions FRANKLIN AVENUE IMPROVEMENTS Page 66 CONTRACT NO. 18-01

exceed 200 psi. Laboratory trial batches or field trials data must be submitted to confirm strength and weight.

C.D.F. shall be used in lieu of completing backfill with sand or Class

2 aggregate base if directed by Engineer or shown on the Plans.

C.D.F. shall be proportioned to be flowable, non-segregating, and excavatable by hand or machine. Desired consistency shall be achieved in the 5-10 inch slump range. The C.D.F. shall be brought up uniformly to the elevation shown on the Plans.

Contractor shall provide steel plates to span utility trenches and

prevent traffic contact with C.D.F. for at least seven (7) days after placement.

C.D.F. patching, mixing, and placing may be started if weather conditions are favorable, when the temperatures is at 34°F and rising. At the time of placement, C.D.F. must have a temperature of at least 40°F. Mixing and placing shall stop when the temperature is 38°F or less and falling. Each filling stage shall be as continuous an operation as is practicable. C.D.F. shall not be placed on frozen ground.

There shall be a seven (7) day waiting period prior to subjecting the

trench backfill to traffic loads. This time period can be reduced if, in the opinion of the Engineer, the C.D.F. is adequately firm and stable.

The Contractor shall be responsible for maintenance and repair of any

failures of the trench for one (1) year from the completion of the work.

15.6 Manholes – Manholes for sanitary sewers shall be constructed of pre-cast reinforced concrete sections or shall be poured in place reinforced concrete or shall be a combination of both materials. In no case will pre-cast manhole bases be allowed. Manholes shall conform to the details shown on the Plans.

Pre-cast concrete tapered sections, rings, and manhole body sections shall conform to Section 71 of the Standard Specifications except as herein provided. All joints on the inside of structures shall be neatly struck and pointed. The bottoms of manholes, as shown on the Plans, shall be neatly shaped.

No pipe shall project more than 0.17 feet into a manhole and in no case

shall the bell of a pipe be built into the wall of a manhole or structure. All work shall be cured for a period of ten (10) days after being placed and shall be protected from injury.

Cast-in-place reinforced portions of manholes shall be constructed of Class A concrete as specified in Section 90 of the Standard Specifications. Bar reinforcing steel shall be furnished and installed in accordance with Section 52 of the Standard Specifications.

Page 83: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Special Provisions FRANKLIN AVENUE IMPROVEMENTS Page 67 CONTRACT NO. 18-01

Cast iron frames and covers as specified on the Plans shall be furnished and installed by the Contractor in accordance with the applicable portions of Section 55 of the Standard Specifications.

Sewer manholes shall pass a vacuum test consisting of the following criteria

and procedures:

a. The test shall be performed after assembly of the manhole and installation of the pipe entering or exiting the manhole, but prior to backfilling. The Contractor shall perform the test and supply all test equipment. The City inspector shall witness the test results.

b. Lift holes shall be filled with non-shrink grout prior to testing.

c. Pipe entering and exiting the manhole shall be plugged. The plug

shall be placed on the flex joint outside of the manhole base. Securely brace the plugs to prevent them from being drawn into the manhole. Unused channels shall be permanently plugged with a plastic or clay stopper.

d. A vacuum of 10 inches of mercury shall be drawn to start the test.

The amount of time required for the vacuum to drop to 9 inches shall be measured. The manhole will pass the test if the amount of elapsed time is greater than 60 seconds for a 48” manhole, 75 seconds for a 60” manhole, 90 seconds for a 72” manhole and 120 seconds for an 84” manhole. A liquid-filled vacuum gauge shall be used for testing. All detectable leaks shall be repaired with non-shrink grout while the vacuum is drawn.

e. If the manhole fails the initial test, necessary repairs shall be made

with a non-shrink grout while the vacuum is still being drawn. Retesting shall proceed until elapsed times are satisfactory.

f. After passing the vacuum test, all joints shall then be mortared, inside

and out. Outside mortared joints shall be allowed to dry for a minimum of 24 hours or as approved by the City inspector before backfilling.

g. If damage to the manhole is evident at any time during construction,

the City inspector may require repairs to be made on the manhole, which will require a new vacuum test prior to acceptance.

Payment for manholes shall include full compensation for all labor, tools, materials, and equipment, pre-cast concrete sections, all cast-in-place concrete, cast iron frame and cover, structure excavation and backfill and raising to grade following completion of paving in accordance with these Special Provisions.

15.7 Testing and Cleaning of Sewer Line – The sanitary sewers shall be tested

between manholes or between manholes and cleanouts by one of the following methods.

Page 84: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Special Provisions FRANKLIN AVENUE IMPROVEMENTS Page 68 CONTRACT NO. 18-01

Tests for final acceptance shall be made after the line has been backfilled and subgrade compaction requirement has been obtained in the street section.

Water Pressure Test – Sewer lines shall be tested after installation by means of an internal hydrostatic head developed by plugging the lower end of the line at a manhole and filling the line with water. The line shall be tested in sections such that the head of any part will not be less than three feet (3’) above the top of the pipe. Loss of water, under the above conditions specified, shall not exceed one hundred (100) gallons per inch diameter of pipe per thousand feet (1000’) of pipe per day. Should the loss exceed this figure, the Contractor shall make such repairs as necessary to reduce the loss to the acceptable figure.

Force Main Water Pressure Test – Tests shall be made in conformance with the applicable provisions of AWWA Standard C-600. Test pressures shall be 100 PSI. Gravity Sewer Air Test – The sewer shall be effectively plugged and an air compressor shall be used to obtain a pressure of 4 psi in the section of line being tested. The pressure in the pipe shall be allowed to fall from 3.5 to 2.5 psi and the time interval shall be recorded in minutes. If the time interval is less than that calculated in the following formula, the Contractor shall make the necessary corrections to reduce the leakage to required limits.

Time Interval (Minutes) = Main Line Pipe Diameter (Inches) 2

The maximum reach to be tested shall be the reach between two consecutive manholes.

The Contractor shall supply the compressor, plugs, and necessary piping.

Before the sewer lines are accepted, they shall be cleaned and/or flushed, and all foreign matter shall be removed to the satisfaction of the Engineer. Suitable traps shall be placed in the manholes during cleaning to intercept large material. Such material shall be removed from the line.

After pressure testing has been completed, all gravity sewer mains shall be

cleaned and televised before permanent paving is applied. Televising of the sewer mains shall be done in conformance with the standard of the industry. At a minimum, the display shall be in color, a written log shall be maintained, text shall appear on the display to indicate location of run, a narrative shall be given indicating location and any deficiencies, and the invert of the pipe shall always be positioned on the bottom of the display. Any deficiencies in the construction shall be corrected and the line shall be televised again.

15.8 Crossing Over A Water Main – If a sewer service or main is crossing over a water main, the sanitary sewer pipe shall be either ceramic epoxy lined or fusion-bonded

Page 85: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Special Provisions FRANKLIN AVENUE IMPROVEMENTS Page 69 CONTRACT NO. 18-01

epoxy lined and coated ductile iron pipe. The eighteen foot (18’) pipe length shall be centered (plus or minus 1’) over the water main crossing, and the water main pipe length shall be centered under the sewer main or service. If sewer services are constructed over the water main, then sewer service and main shall be ductile iron pipe.

15.9 Measurement and Payment – For purposes of obtaining length of pipe for payment, the pipe shall be measured along the surface to the nearest foot to the centerline of manholes, branches or wyes.

The price paid per lineal foot of sewer pipe or force main shall include full compensation for furnishing all labor, materials, tools, and equipment, and doing all the work involved in furnishing and installing the pipe complete in place including connections to manholes, wyes as shown on the Plans or required in the Specifications.

SECTION 16 WATER MAIN CONSTRUCTION

16.1 General – Construction of water mains and appurtenances shall be in

accordance with the plans, these Special Provisions, and the Standard Specifications.

The Contractor shall submit a plan of staging and storage for pipe material, backfill material and equipment proposed along the alignment, or other areas to be used by the Contractor or sub-contractor(s) within the City or County limits. The Contractor shall provide adequate protection for any pipe, material or equipment being stored along the pipeline alignment route. Placement of barricades and warning signs shall be maintained as the construction progresses to protect the public, pedestrian and vehicle traffic. The Engineer may, at its discretion, deny any request for storage of equipment or materials along the pipeline alignment for concern for public safety.

The Contractor shall keep the interior of all pipe that is to be installed clean while being stored by furnishing and installing appropriate plastic sheeting securely tied tightly to each pipe end.

16.2 Materials – Water pipe and associated materials shall be of the following

materials and shall comply with Assembly Bill 1953 (lead free), unless otherwise designated:

a. Pipe – Ductile iron pipe shall be Class 250 minimum and conform to the requirements of the AWWA C151 for ductile iron pipe. Ductile iron pipe shall be cement mortar lined in accordance with AWWA C104.

b. Fittings – All flanged fittings shall conform to AWWA C110. All

mechanical or push on fittings shall conform to AWWA C110 or C153. All ductile iron fittings shall be cement mortar lined in accordance with AWWA C104.

Page 86: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Special Provisions FRANKLIN AVENUE IMPROVEMENTS Page 70 CONTRACT NO. 18-01

c. Valves and Valve Boxes – Gate valves shall be ductile iron resilient wedge gate valves with fusion bonded epoxy coating, smooth waterway 250 psi working pressure and meeting the requirements of AWWA C515. All valves shall have a two inch (2”) square operating nut, and shall have eighteen inches (18”) of cover minimum from the top of nut to finished grade. Twelve inch (12”) valves shall be miter geared. Valves larger than twelve inches (12”) shall have bevel gearing. Any exception shall be authorized by the Public Works Director.

Valve boxes, including extension, shall be as shown on the plans.

Installation shall include adjusting to grade after paving completion.

d. Fire Hydrants – Fire hydrants shall be as shown on the plans.

Any damaged metal surfaces shall be primed and entire hydrant shall be finished with two coats of 1145 Safety Yellow paint or City-approved equal.

Payment for fire hydrant assemblies shall include full compensation for furnishing all labor, materials, tools and equipment involved in furnishing and installing the fire hydrant complete, including hydrant, riser, pipe, check valve, nipples, fittings, concrete thrust block and drainage pit, if required, as herein specified.

e. Salvaged Materials – All fittings and materials which are to be

removed and are salvageable shall be the property of the City, unless otherwise directed by the Engineer.

16.3 Installation – Water mains shall be installed in accordance with AWWA

C600 and in the location as shown on the plans. The trench shall be of sufficient depth to provide the minimum cover over the pipe from the finished grade as shown on the plans and shall be to the grades designated on the plans. The interior of all pipe and accessories shall be kept free from dirt and foreign matter at all times.

Proper implements, tools, and facilities satisfactory to the Engineer shall be provided and used for the safe and sufficient execution of the work. All pipe fittings, valves, hydrants, and accessories shall be carefully lowered into the trench by means of a crane, ropes, or other approved equipment in such a manner as to prevent damage to the pipe and fittings. Under no circumstances shall pipe be dropped or dumped into the trench. The pipe and accessories shall be inspected for defects prior to lowering into the trench. Any defect, damage, or unsound pipe shall be repaired or replaced. All foreign matter shall be removed from the interior of the pipe before lowering into position in the trench. Pipe shall be kept clean by means approved by the Engineer during and after laying.

Pipe shall not be deflected either vertically or horizontally in excess of that recommended by the manufacturer of the coupling. When pipe laying is not in progress, the open ends of the pipe shall be closed by an approved means to prevent entrance of trench water into the line. Whenever water is ejected from the interior of the pipe,

Page 87: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Special Provisions FRANKLIN AVENUE IMPROVEMENTS Page 71 CONTRACT NO. 18-01

adequate backfill shall be deposited on the pipe to prevent floating. Any pipe which has floated shall be removed from the trench and relayed as directed by the Engineer. No pipe shall be laid in water or when, in the opinion of the Engineer, the trench or weather is unsuitable for such work.

16.4 Locating Wire – All runs of cast iron, ductile iron and non-metallic water pipe shall have a No. 10 gauge solid, soft drawn copper wire having 4/64 inch minimum polyvinyl chloride insulation laid along the pipe to facilitate locating the pipe at a later date. The wire shall be stubbed up inside each valve box, and be placed as shown on Standard Detail 404. Wire extending into the valve boxes shall also have 4/64 inch polyvinyl chloride insulation.

The Contractor shall furnish and install copper compatible wire terminal

splicing sleeves that tightly crimp or clamp wires together. The splice shall be completed by a first coat of tightly wrapped quality scotch brand electrical tape, followed by a uniform wrapped second coat of 10 mil black tape.

Prior to final pavement restoration, the Contractor shall completely test the

tracer wire for resistance continuity in the presence of the Engineer. The cost for furnishing, installing, and testing locating wire will be

considered paid for in the price bid for water mains. 16.5 Valves and Fittings – Cast iron valves, hydrants, or fittings for use with

ductile iron pipe may have bells or spigots with special dimensions as recommended by the pipe manufacturer in order to provide a flexible seal between the pipe and the fitting with a rubber ring gasket of the same composition, design, and dimensions as used with the pipe couplings. Before laying the valves, hydrants, or fittings, all lumps, blisters and excess coal-tar coatings shall be removed from the bells and spigot ends. The outside of the spigot and the inside of the bell shall then be wire brushed and wiped clean and dry.

16.6 Traffic Valve Boxes – Traffic valve boxes shall be firmly supported and maintained, centered, and plumb over the wrench nut of the valve gate.

16.7 Plugs and Caps – Standard plugs shall be inserted into the bells of all dead-end fittings and spigot ends of fittings and plain ends of pipe shall be capped, unless otherwise shown on the plans. Plugs and caps shall be lowered into trench, inspected and cleaned as specified above. Joints to ductile iron pipe shall be in accordance with manufacturer’s specifications.

16.8 Thrust Backing – Thrust backing shall be applied at bends, tees, valves, plugs, caps, fire hydrants and where changes in pipe diameter occur at reducers or in fittings. The size and shape of concrete thrust backing shall be as shown on the plans or as directed by the Engineer. Thrust backing shall be of Class B concrete having a compression strength of not less than 2,000 psi, in one (1) day when using high early strength cement, or in seven (7) days when using standard cement. Backing shall be

Page 88: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Special Provisions FRANKLIN AVENUE IMPROVEMENTS Page 72 CONTRACT NO. 18-01

placed between solid ground and fitting to be anchored. The area of bearing on the fitting and on the ground in each instance shall be that required by the Engineer. The backing shall be placed so that the pipe and fitting joints will be accessible for repair.

16.9 Fire Hydrants – Fire hydrants shall be located as shown on the plans or as directed by the Engineer. All hydrants shall stand plumb with nozzles at right angles to the curb or as directed by the Engineer. Hydrants shall be cleaned of foreign matter before setting. 16.10 Water Services – All services shall be copper Type K unless otherwise specified on the plans. Services shall be placed on a firm, prepared bed of imported sand with one hundred percent (100%) passing a one inch (1”) sieve. Bedding shall extend at least three inches (3”) below the pipe barrel or as indicated on the plans. The trench shall be backfilled to a point six inches (6”) above the top of pipe using sand. The initial backfill shall be carefully placed so as not to disturb or damage the pipe, and shall be brought up evenly on both sides. The final backfill shall meet the requirements of Section 16.12 below. Backfill and trench restoration shall be included in the line item for “Water Service.” 16.11 Initial Backfill – For pipes less than sixteen inches (16”) in diameter, the trench shall be backfilled to a point twelve inches (12”) above the top of the pipe using imported sand with one hundred percent (100%) passing a one inch (1”) sieve. For pipes sixteen inches (16”) or greater in diameter, the trench shall be backfilled to a point twelve inches (12”) above the top of pipe using three-quarter inch (¾”) maximum crushed rock.

The initial backfill shall be carefully placed so as not to disturb or damage the pipe, and shall be brought up evenly on both sides. It shall be placed in layers not exceeding four inches (4”) in depth and hand tamped to the spring line of the pipe or placed to a depth sufficient to keep the pipe from floating. 16.12 Completing Backfill – Trench backfill material placed above the initial backfill shall be as designated on the plans and as specified herein. Within the paved portion of the roadway, including paved shoulders, all trench backfill material placed between the initial backfill and the asphalt concrete pavement restoration shall be Class 2 aggregate base. Outside of paved areas, trench backfill material placed above the initial backfill shall be either Class 2 aggregate base or sand, except that the upper 12-inches shall be Class 2 aggregate base within 3 feet of the edge of pavement.

a. Class 2 Aggregate Base – If crushed rock is used for the initial

backfill, filter fabric shall be installed to provide a barrier between the Class 2 aggregate base backfill and the crushed rock. If sand is used for the initial backfill, no filter fabric is required.

The Class 2 aggregate base shall be compacted as shown on the

plans. The method of compaction shall be suitable for the backfill material used and the trench condition, and shall be approved by the Engineer.

Page 89: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Special Provisions FRANKLIN AVENUE IMPROVEMENTS Page 73 CONTRACT NO. 18-01

b. Sand – If crushed rock is used for the initial backfill, filter fabric shall be installed to provide a barrier between the sand backfill and the crushed rock. If sand is used for the initial backfill, no filter fabric is required.

The sand shall be compacted as shown on the plans. The method of

compaction shall be suitable for the backfill material used and the trench condition, and shall be approved by the Engineer. Jetting of the sand will not be allowed.

c. Field Quality Control – The Contractor shall hire a geotechnical

engineering consultant to perform all required trench backfill testing, as directed by the Engineer. Testing procedures and frequency shall be in accordance with the City’s testing procedures, or as directed by the Engineer. Payment for field quality control shall be considered included in payment for other items of work and no additional compensation will be made therefor.

d. Warranty Against Trench Failure – The Contractor shall be

responsible for maintenance and repair of any failures of the trench in accordance with Section 2.11 “Guaranty of Work”.

16.13 Hydrostatic Pressure and Leakage Testing – Lines to be tested shall be

plugged or capped at all dead ends. Filling of the line and connection to existing City lines shall be as shown on the plans. The blind flange shall remain in place until pressure, leakage, and disinfection tests have been completed.

Any deviation from this method must have prior approval from the Public Works Director.

Contractor shall furnish all hoses, pumps, pressure gauges, leakage measuring devices, connection, relief valves, temporary pressure heads, other necessary apparatus, and personnel required for pressure and leakage testing. All pressure gauges shall be calibrated within forty five days of the pressure test and the calibration tag shall be affixed to the gauge.

Pressure tests shall be made in conformance with the applicable provisions of AWWA C600. Test pressures shall be 150 psi. In no case shall there be placement of permanent pavement prior to successful completion of the tests.

Prior to performing the required pressure test, the Contractor shall raise the pipeline pressure to the required test pressure by means of a pump connected to the pipeline in a manner satisfactory to the Engineer for a period of 30 minutes. During this period, the Contractor shall maintain pressure within 10 psi of the required test pressure. The pipeline pressure shall then be reduced to line pressure. The Contractor shall then raise the pipeline pressure to the required test pressure again and maintain within 5 psi of the required test pressure for two hours minimum.

Measured leakage for the pipeline is the total quantity of water required to be pumped into the pipeline to maintain the test pressure within allowable limits during the 2-hour test period and to bring the pressure back to the initial test pressure. Leakage

Page 90: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Special Provisions FRANKLIN AVENUE IMPROVEMENTS Page 74 CONTRACT NO. 18-01

shall be measured in the presence of the Engineer. For successful completion of the leakage test, the measured leakage shall not exceed limits established in AWWA C600.

On completion of the pressure and leakage tests, any exposed couplings

shall be covered and backfilled and shall be compacted thoroughly by tamping or other methods approved by the Engineer.

All dirt, rubbish, and excess earth from excavation shall be hauled to a dump provided by the Contractor, and the construction sites shall be left clean, to the satisfaction of the Engineer.

16.14 Disinfection and Flushing – Upon successful completion of pressure and leakage testing and before being placed in service, all new water systems or valve sections to such extensions, or any replacement in existing water system or exposed section of the existing City system shall be flushed and disinfected to the satisfaction of the Engineer, in conformance with AWWA C651.

Water distribution mains up to and including sixteen inches (16") in diameter shall be disinfected using the Tablet Method or Continuous-feed Method described in AWWA C651. Water transmission mains eighteen inches (18”) in diameter and greater shall be disinfected using the Continuous-feed Method described in AWWA C651.

Before being placed in service, all new mains shall be chlorinated so that a

chlorine residual of not less than ten parts per million remains in the water after at least twenty-four (24) hours retention in the pipe. Under average circumstances, this may be expected by application of twenty-five (25) parts per million. Unless otherwise approved by the Engineer, chlorine shall be introduced in the form of one percent (1%) water-chlorine solution of one of the following materials:

a. Calcium hypochlorite (65-70% Chlorine), conforming to AWWA B300.

b. Sodium hypochlorite (5-15% Chlorine), conforming to AWWA B300.

Valves shall be manipulated so that the strong chlorine solution in the line

being treated will not flow back into the lines supplying the water.

Check valves shall be used conforming to Standard Detail No. 410. Treated water shall be retained in the pipe long enough to destroy all non-

spore-forming bacteria. This period should be at last twenty-four (24) hours and should produce no less than ten (10) parts per million at the extreme of the line at the end of the retention period.

In the process of chlorinating newly laid pipe, all valves or other

appurtenances shall be operated while the pipe line is filled with the chlorinating agent.

Page 91: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Special Provisions FRANKLIN AVENUE IMPROVEMENTS Page 75 CONTRACT NO. 18-01

Following chlorination and prior to bacteriological testing, all treated water shall be thoroughly flushed at a minimum velocity of 2.5 feet per second from the newly laid pipe line at its extremities until the replacement water throughout its entire length shall, upon test, be proved comparable in quality to the water served the public from the existing water supply system in accordance with State of California Department of Health Services requirements. Water from flushing shall be disposed of such that it does not flood, inundate, or damage property. Contractor shall dechlorinate the water prior to disposal by injecting or mixing EPA approved chemicals with the water to neutralize the chlorine before it is released to the ground, stream, or storm drain system. Residual chlorine levels shall be reduced and maintained to a maximum of one hundredth (0.01) parts per million. Contractor shall test the discharge at fifteen minute intervals to assure that acceptable levels of neutralization are maintained. Discharge shall be stopped if chlorine levels exceed one hundredth parts per million.

No earlier than 24 hours after flushing the chlorinated water from the main,

the Engineer will collect bacteriological samples for testing. Samples will be collected at locations along the pipeline identified by the Engineer. Contractor shall notify the Engineer at least 24 hours in advance of the time that the samples are to be drawn for testing. Should the initial test fail to result in total coliform being absent and Total Plate Count less than five hundred colony forming units per milliliter, the original chlorination procedure shall be repeated at Contractor’s expense. If satisfactory results are not obtained after two (2) tests, the City reserves the right to charge the Contractor for the additional time it takes to retest additional bacteriological samples.

16.15 Payment – The price per linear foot paid for furnishing and installing water mains shall include full compensation and furnishing all labor, materials including locating wire, tools, and equipment, and doing all the work including excavation, laying of water mains and joints, disposal of waste materials, furnishing and installing bedding, initial backfill, and trench backfill, furnishing and installing temporary asphalt concrete trench patch for Type A trench restoration, furnishing and installing mounded soil for Type D trench restoration, backfill and hydrostatic testing, chlorinating, flushing and installing the water mains complete in place as specified herein, except that separate payment for furnishing and installing fittings, gate valves, and hydrants will be paid at the prices bid therefor. Pipe, fittings, valves, tapping saddles, etc. used exclusively for the filling and hydrostatic testing operations will be paid for separately under the Testing Block and Bypass bid item. Mainline fittings will be paid for separately under the Fittings bid item. The weight of the fittings for payment of the Fittings bid item will be based on AWWA C110 for flanged fittings and AWWA C110 or C153 for mechanical and push-on fittings. Spools with flanged joints will not be considered as fittings for the purposes of payment but shall be paid for as lineal feet of water pipe for the size of pipe involved and no additional compensation will be allowed therefor.

SECTION 17 PAVEMENT MARKERS AND MARKINGS

17.1 Pavement Delineation Layout – Contractor is responsible for re-establishing

the existing pavement delineation, including traffic stripes, traffic markers, and markings,

Page 92: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Special Provisions FRANKLIN AVENUE IMPROVEMENTS Page 76 CONTRACT NO. 18-01

after the asphalt concrete has been placed, unless modified by the Engineer. Contractor is to use his forces to accurately locate the positions of all traffic stripes, traffic markers, and markings prior to their removal due to construction activities so that the new pavement delineation can be replaced in the same location.

Full compensation for laying out the new pavement delineation, including

thermoplastic traffic stripes, thermoplastic pavement markings, and pavement markers shall be considered as included in the prices paid for the various contract items of work, and no separate payment will be made therefor.

17.2 Thermoplastic Traffic Stripes and Traffic Markings – Thermoplastic traffic

stripes (traffic lines) and pavement markings shall be applied in conformance with the provisions in Section 84, “Traffic Stripes and Pavement Markings,” of the Standard Specifications and these Special Provisions. Unless otherwise shown on the Plans, traffic stripes shall be in accordance with the following details:

Caltrans Detail Description Speed < 35 mph Speed ≥ 35 mph

Centerline Detail 1 Detail 2 Laneline Detail 8 Detail 9 No Passing Zone – Two Directions Detail 21 Detail 22 Right Edgeline Detail 27 Detail 27 Two-Way Left Turn Lane Detail 31 Detail 32 Channelizing Line Detail 38A Detail 38B Bike Lane Detail 39 & 39A Detail 39 & 39A

Primer shall be applied:

a. To asphaltic surfaces over 6 months old and to all concrete surfaces

b. Immediately before, and concurrently with the application of the thermoplastic

c. At the manufacturer’s instructed rate

Where striping joins existing striping, as shown on the Plans, the Contractor shall begin and end the transition from the existing striping pattern into or from the new striping pattern a sufficient distance to ensure continuity of the striping pattern.

All traffic stripes shall be placed using thermoplastic material unless otherwise noted on the plans or directed by the Engineer.

Thermoplastic material for traffic stripes shall be applied at a minimum

thickness of 90 mils.

The contract prices paid per lineal foot for thermoplastic traffic stripes and per each for the thermoplastic pavement markings shall include full compensation for

Page 93: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Special Provisions FRANKLIN AVENUE IMPROVEMENTS Page 77 CONTRACT NO. 18-01

furnishing all labor, materials, tools, equipment, and incidentals, and for performing all the work involved in painting traffic stripes (regardless of the number, widths, and patterns of individual strips involved in each traffic stripe) and pavement markings including establishing alignment for stripes and layout work, complete in place, as shown on the Plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer.

17.3 Pavement Markers – Pavement markers shall conform to the provisions in

Section 85, “Pavement Markers,” of the Standard Specifications and these Special Provisions. Non-reflective pavement markers shall be ceramic.

At the option of the Contractor, a hot melt bitumen adhesive may be used to cement the markers to the pavement, instead of the Rapid Set Type or Standard Set Type adhesive specified in Section 85-1.06 of the Standard Specifications. The bitumen adhesive material, if used, shall conform to the following:

Specification ASTM Test Method Requirement Flash Point, COC °F D 92 550 Min. Softening Point, °F D 36 200 Mm. Brookfield, Viscosity, 400°F D 2196 7,500 cP, Max. Penetration, 100g, 5 sec., 77°F D5 10-20 dmm Filler Content, % by weight (insoluble in 1,1,1 Trichloroethane) D 2371 50 - 75

Filler material shall be calcium carbonate and shall conform to the following fitness: Sieve Size Percent Passing No. 100 100 No. 200 95 No. 325 75

Bitumen adhesive shall be indirectly heated in an applicator with continuous agitation. The adhesive shall be applied at a temperature between 400° F and 425° F. Markers shall be placed immediately after application of the adhesive.

Placement of markers using bitumen adhesive shall conform to the

requirements for placing markers in said Section 85-1.06 of the Standard Specifications, except as follows:

a. Markers shall not be placed when the pavement or temperature is 50° F or less.

b. Blast cleaning of clean, new asphalt concrete surfaces will not be

required.

c. Blast cleaning of clean, new seal coat surfaces will not be required.

Page 94: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Special Provisions FRANKLIN AVENUE IMPROVEMENTS Page 78 CONTRACT NO. 18-01

Placement of markers associated with fire hydrants shall be at locations determined by the Engineer.

Pavement markers not placed within one-half inch (1/2”) of the required

locations shall be subject to removal and replacement in the correct locations, as directed by the Engineer.

The contract unit prices paid for pavement marker (retro-reflective) and

pavement marker (non-reflective) shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for performing all the work involved in furnishing and placing pavement markers, complete in place, including adhesives, and establishing alignment for pavement markers, as shown on the Plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer. 17.4 Remove Traffic Stripes, Pavement Markings, and Markers – All existing traffic stripes, pavement markings, and markers are to be removed prior to placing asphalt concrete overlay in project areas, including, but not limited to, all thermoplastic stop bars, stop legends, bike lanes, yellow centerlines, crosswalks, and miscellaneous markings. Contractor shall comply with Title 8, Section 1532.1 of the California Code of Regulations pertaining to potential occupational exposure to lead.

Where blast cleaning is used for the removal of painted traffic stripes and pavement markings or for removal of objectionable material, and such removal operation is being performed within ten feet (10’) of a lane occupied by public traffic, the residue, including dust, shall be removed immediately after contact between the sand and the surface being treated. Such removal shall be by a vacuum attachment operating concurrently with the blast cleaning operation.

Nothing in these Special Provisions shall relieve the Contractor from his responsibilities as provided in Section 7-1.09, “Public Safety,” of the Standard Specifications.

Existing pavement markers, when no longer required for traffic lane delineation as directed by the Engineer, shall be removed and disposed of.

Full compensation for removing painted and thermoplastic striping and markings and removing and disposing of pavement markers shall be considered as included in the prices paid for the various contract items of work, and no separate payment will be made therefor.

SECTION 18 SIGNALS, SIGNS, AND LIGHTING

18.1 Description – Installation of traffic signals, signs, lighting, and

communication conduit shall conform to the provisions in Section 86, “Signals and Lighting,” of the Standard Specifications and these Special Provisions.

Page 95: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Special Provisions FRANKLIN AVENUE IMPROVEMENTS Page 79 CONTRACT NO. 18-01

The Contractor shall maintain existing signals or provide temporary signals

to direct vehicle and pedestrian traffic through the intersection during construction and installation of the traffic signal system. Existing conflicting signal equipment and all temporary signal equipment shall be removed when the system is turned on.

Full compensation for maintaining and removing existing signal, constructing, maintaining, and providing any temporary signal equipment shall be considered as included in the contract lump sum price paid for the signal item involved and no additional compensation will be allowed therefore. 18.2 Foundations – Not Used

18.3 Conduit – The conduit run between a foundation and the nearest pull box shall be the same as in the foundation. Rigid non-metallic conduit shall be used in signals, electrolier, controller, and service foundation.

When a standard coupling cannot be used for coupling metal type conduit, a UL-listed threaded union coupling, as specified in the third paragraph in Section 86-2.05C, “Installation,” of the Standard Specifications, or a concrete-tight split coupling or concrete-tight set screw coupling shall be used.

Conduit runs shown on the plans to be located behind curbs may be

installed in the street, within three feet (3’) and parallel to the gutter line of the curb, by trenching as provided below. All pull boxes shall be located behind the curb or at the locations shown on the plans.

After conductors have been installed, the ends of conduit terminating in service and controller cabinets shall be sealed with an approved type of sealing compound.

At locations where conduit is to be installed under pavement and existing underground facilities require special precautions as described in “obstructions” of these Special Provisions, conduit shall be placed by trenching as provided below.

At other locations where conduit is to be installed by jacking or drilling as

provided in Section 86-2.05C, “Installation,” of the Standard Specifications, and if delay to any vehicle will not exceed five (5) minutes, the conduit shall be non-rigid type, and may be installed by the trenching method as follows:

At locations where conduit is to be installed under pavement, conduit shall

be placed by trenching as provided below.

a. Trenching Installation of Conduit – Conduit shall be placed under existing pavement in a trench approximately two inches (2”) wider than the outside diameter of the conduit to be installed. Trench shall not exceed six inches (6”) in width. Conduit depth shall not exceed twelve inches (12”) or conduit trade-

Page 96: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Special Provisions FRANKLIN AVENUE IMPROVEMENTS Page 80 CONTRACT NO. 18-01

diameter plus ten inches (10”), whichever is greater, except that at pull boxes, the trench may be hand dug to required depth. The top of the installed conduit shall be a minimum of nine inches (9”) below finish grade.

In areas where additional pavement is to be placed, trenching

installation shall be completed prior to placing final pavement layer. The outline of all areas of pavement to be removed shall be cut to a minimum depth of three inches (3”) with a rock cutting excavator specifically designed for this purpose. Cuts shall be neat and true with no shatter outside the removal area.

The conduit shall be placed in the bottom of the trench and the trench

shall be backfilled with commercial quality concrete, containing not less than 564 pounds of cement per cubic yard, to not less than 0.10 foot below the pavement surface. The top 0.10 foot shall be backfilled with asphalt concrete produced from commercial quality paving asphalt and aggregates.

Prior to spreading asphalt concrete, paint binder shall be applied as

specified in Section 39-4.02, “Prime Coat and Paint Binder,” of the Standard Specifications. Spreading and compacting of asphalt concrete shall be performed by any method which will produce an asphalt concrete surfacing of uniform smoothness, texture, and density.

All excavated areas in the pavement shall be backfilled, except for the top 0.10 foot, by the end of each work period. The top 0.10 foot shall be placed within 3 calendar days after trenching. 18.4 Pull Boxes – Grout in the bottom of pull boxes will not be required.

Where the sump of an existing pull box is disturbed by the Contractor’s operations, the sump shall be reconstructed and, if the sump was grouted, the old grout shall be removed and new grout placed. 18.5 Conductors and Wirings – Traffic signal conductors shall conform to the requirements of Section 86-2.08 of the Standard Specifications.

Splices shall be insulated by “Method B” or, at the Contractor’s option, splices of conductors shall be insulated with heat-shrink tubing of the appropriate size after thoroughly painting the spliced conductors with electrical insulating coating.

a. Heat-Shrink Tubing – Heat-shrink tubing shall be medium or heavy wall thickness, irradiated polyolefin tubing containing an adhesive mastic inner wall. Minimum wall thickness prior to contraction shall be 0.04-inch. When heated, the inner wall shall melt and fill all crevices and interstices of the object being covered while the outer wall shrinks to form a waterproof insulation. Each end of the heat-shrink tube or the open end of the end cap of heat-shrink material shall, after contraction, overlap the conductor insulation at least 1½ inches. Heat-shrink material shall conform to UL Standard E466345 600V 125°C.

Page 97: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Special Provisions FRANKLIN AVENUE IMPROVEMENTS Page 81 CONTRACT NO. 18-01

All heat-shrink tubing shall also meet the following requirements.

Shrinkage Ratio: 33 percent, maximum, of supplied diameter

when heated to 120°C and allowed to cool to 25°C

Dielectric Strength: 350 kilovolts per inch, minimum

Resistivity: 1014 ohms per centimeter, minimum

Tensile Strength: 2,000 lbs. per square inch, minimum

Operating Temperature:

-55°C to 135°C

Water Absorption: 0.5 percent, maximum

When three or more conductors are to be enclosed within a single splice using heat-shrink material, mastic shall be placed around each conductor, prior to being placed inside the heat shrink material. The mastic shall be the type recommended by the manufacturer of the heat-shrink material.

After contraction, the ends and seams of heat-shrink material shall be painted with electrical insulating coating.

Heat-shrink material shall not be heated with an open flame.

18.6 Bonding and Grounding – Grounding jumper shall be attached by a 3/16

inch or larger brass bolt in the signal standard or controller pedestal and shall be run to the conduit, ground rod or bonding wire in adjacent pull box.

Equipment grounding conductors will not be required in conduit containing loop lead-in cables only.

Bonding of standards and pedestals without handholes shall be by means

of a bonding jumper between a 3/16 inch or larger brass or bronze bolt installed in the lower portion of the shaft and the conduit, ground rod or bonding wire in the adjacent pull box. Grounding jumper shall be visible after cap has been poured on foundation.

Standards and pedestals without handholes shall be bonded by a bonding

jumper between the equipment grounding system and the anchor bolts. The bonding jumper shall not exceed a 360 degree turn around the anchor bolt.

18.7 Service – Circuit breakers used as service disconnect equipment shall have

a minimum interrupting capacity of 42,000 ampere, rms, for 120/240-volt services and 30,000 amperes, rms, for 480-volt services.

Page 98: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Special Provisions FRANKLIN AVENUE IMPROVEMENTS Page 82 CONTRACT NO. 18-01

Circuit breakers shall be mounted on non-energized clips. All circuit breakers shall be mounted vertically with the up position of the handle being the “ON” position.

Dead front panel or panels, and corresponding exterior door, shall be hinged on one side and shall be openable without the use of tools.

A heavy duty barrier type terminal block shall be provided in each service

equipment enclosure. The terminal block shall have a minimum of twelve (12) positions with terminals rated at Size No. 8, or larger, to accept the field wires indicated on the plans. Field wires shall be terminated using crimped, insulated loop connectors.

Type III service equipment enclosures shall be fabricated from aluminum and shall conform to the fabrication requirements in Section 86-3.04A, “Cabinet Construction,” of the Standard Specifications except as follows:

a. All exterior seams for enclosure and doors shall be continuously welded by gas tungsten arc (Tig) process.

b. Sealing of anodic coating shall be in five percent (5%) aqueous

solution of nickel acetate (pH 5.0 to 6.5) for fifteen (15) minutes at 210°F.

18.8 Existing Highway Facilities – The work performed in connection with various existing highway facilities shall conform to the provisions in Section 15, “Existing Highway Facilities,” of the Standard Specifications and these Special Provisions.

Each roadside sign shall be installed at the new location on the same day said sign is removed from its original location.

The work performed in connection with various existing highway facilities

shall conform to the provisions in Section 15-2.04, “Salvage,” of the Standard Specifications, the materials to be salvaged shall remain the property of the City, and shall be cleaned, packaged, bundled, tagged, and hauled to the City’s Corporation Yard at 1185 Market Street, Yuba City. 18.9 Standards, Steel Pedestals, and Posts – The sign mounting hardware, as shown on Detail U of Standard Plan ES-7N, shall be installed at the locations shown on the plans.

Where the plans refer to the side tenon detail at the end of the signal mast arm, the applicable tip tenon detail may be substituted. 18.10 Functional Testing – The functional test for each lighting system shall consist of not less than seven (7) days. If unsatisfactory performance of the system develops, the conditions shall be corrected and the test shall be repeated until the seven (7) days shall be continuous and satisfactory operation is obtained.

Page 99: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Special Provisions FRANKLIN AVENUE IMPROVEMENTS Page 83 CONTRACT NO. 18-01

18.11 Numbering Electrical Equipment – As directed by the Engineer, the Contractor shall place 5-digit, self-adhesive reflective equipment numbers on all electroliers, soffit lighting, sign lighting, and service pedestals. On electroliers, the numbers shall be placed as shown on standard plan ES-7B. On service pedestals, the numbers shall be placed on the front door.

18.12 Model 170E Controller Assemblies – Not Used

18.13 Vehicle Signal Faces and Signal Heads – Not Used

18.14 Pedestrian Signal Faces – Not Used

18.15 Detectors – Loop wire shall be “Type 2.”

Loop detector lead-in cable shall be Type B. Conductors for loop detector lead-in cable shall be 2 No. 16 (19 x 29) stranded, tinned copper.

Residue resulting from slot cutting operations shall not be permitted to flow

across shoulders or lanes occupied by public traffic and shall be removed from the pavement surface.

Asphaltic sealant for inductive detector loop installation will be furnished by

the Contractor. Slots shall be filled with hot melt rubberized asphalt sealant.

Temperature of sealant material during installation shall be above 70°F. Air temperature during installation shall be above 50°F. Sealant placed in the slots shall be compacted by use of an eight (8) inch diameter by 1/8 inch thick steelhand roller or other tool approved by the Engineer. Compacted sealant shall be flush with the pavement surface. Minimum conductor coverage shall be one (1) inch. Excess sealant remaining after rolling shall not be reused. On completion of rolling, traffic will be permitted to travel over the sealant.

If any existing loop conductor, including the portion leading to the detector handhole or termination pull box, is damaged by the Contractor’s operation, the Contractor shall immediately notify the Engineer. The damage shall be repaired at the Contractor’s expense and as directed by the Engineer within twenty-four (24) hours. If the Contractor fails to complete the repairs within this period, the repairs will be made at the Contractor’s expense.

18.16 Pedestrian Push Buttons – Not Used 18.17 Luminaires – Not Used 18.18 Roadside and Mast Arm Signs – Roadside and mast arm signs shall be installed at the locations shown on the plans or where directed by the Engineer, and shall conform to the provisions in Section 56-2, “Roadside Signs,” and Section 86-6, “Lighting,” of the Standard Specifications and these Special Provisions.

Page 100: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Special Provisions FRANKLIN AVENUE IMPROVEMENTS Page 84 CONTRACT NO. 18-01

Roadside and mast arm signs and (LED) internally illuminated street name

signs shall conform to State Specifications and shall be provided by the Contractor. Full compensation for furnishing and installing sign panels shall be considered as included in the contract price paid for signals and lighting, and no separate payment will be made therefore. 18.19 Modem – Not Used 18.20 Local Intersection Program (Software) – Not Used 18.21 Optical Detector System – Not Used

18.22 Audible Pedestrian Signals – Not Used

18.23 Battery Backup System – Not Used

18.24 Payment – The contact lump sum price paid for “Traffic Signal Work” shall include full compensation for furnishing and installing the necessary pull boxes, conduit, conductors, lead-in cable service pedestals, controller, and cabinet, service pedestal and meter, traffic signals, modem, local intersection program (software), and all signs attached to Traffic Signals, interconnect cable, temporary signal equipment and all the work involved in the signal installation as shown on the plans and directed by the Engineer and specified herein and no additional compensation will be allowed therefore.

SECTION 19

STORM WATER QUALITY CONTROL 19.1 General

The 1972 amendments to the Federal Water Pollution Control Act established the National Pollutant Discharge Elimination System (NPDES) permit program to control discharges of pollutants from point sources. The 1987 amendments to the Clean Water Act (CWA) created a new section of the CWA devoted to storm water permitting (Section 402(p)). The EPA has delegated permitting authority to the State Water Resources Control Board (SWRCB). The SWRCB issues both general and individual permits. Construction activities are regulated under the NPDES General Permit for Storm Water Discharges Associated with Construction Activity (General Permit) provided the total amount of ground disturbance during construction is greater than or equal to 1 (one) acre. The appropriate Regional Water Quality Control Board (RWQCB) enforces the General Permit. Coverage under a General Permit requires the submission of a Notice of Intent (NOI) with the appropriate fee, annual compliance reports, a Notice of Termination (NOT) and preparation of a storm water pollution prevention plan (SWPPP).

Construction activity includes, but is not limited to: clearing, grading, demolition,

excavation, construction of new structures, pipelines and reconstruction of existing facilities involving removal and replacement that results in soil disturbance. This includes construction

Page 101: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Special Provisions FRANKLIN AVENUE IMPROVEMENTS Page 85 CONTRACT NO. 18-01

access roads, staging areas, storage areas, stockpiles, and any off-site areas which receive run-off from the construction project such as discharge points into a receiving water.

While the Owner will be responsible to the RWQCB for causing the preparation of and

compliance with the various management plans called for in the permit, the Owner will require the Contractor to provide the detail planning and compliance activities required insofar as they would potentially affect the Contractor's methods and means of performing the Work.

If a violation of the permit is due to the Contractor's actions or inactions and a fine

is assessed, the Contractor shall be responsible for the fine. A copy of the Fact Sheet for the General Permit, the General Permit, and the

NOI, are available on the SWRCB website at: http://www.swrcb.ca.gov/water_issues/programs/stormwater/.

19.2 Contractor’s Responsibilities

The Contractor shall comply with the SWRCB, RWQCB, County, City, and other

local agency requirements regarding storm-water management, inspection, and monitoring.

The Contractor shall be responsible for meeting the requirements of the General

Permit except as specifically noted below. The Contractor shall prepare the following documents in accordance with the General Permit and submit them to the Owner as follows:

Provide information to the Construction Manager as necessary to complete the

NOI.

Provide a Qualified SWPPP Developer to prepare and submit the SWPPP for Owner review at least 30 days prior to any soil disturbing construction in accordance with the General Permit. The Plan shall follow the format presented in the California Storm Water Best Management Practices (BMP) Handbook - Construction Activity volume, available from the Blue Print Service, 1700 Jefferson Street, Oakland, California 94612. The plan must address all areas outside of the Project site that are disturbed by Contractor for the prosecution of the Work.

Provide a Qualified SWPPP Practitioner to install, construct, implement, monitor, maintain and remove upon completion all of the BMP’s and other pollution prevention measures in accordance with the General Permit.

Prepare the annual compliance report and submit to the Owner prior to review as required by Section B, Item 4. – Compliance Certification of the General Permit.

Prepare all inspection and monitoring reports in accordance with Section B, items 3 through 6 of the General Permit and submitting them to the Owner for review.

Prepare NOI for Construction Manager and Owner review. The Owner will file

Page 102: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Special Provisions FRANKLIN AVENUE IMPROVEMENTS Page 86 CONTRACT NO. 18-01

the NOI, however, the Contractor shall certify the NOI.

Provide evidence to the Construction Manager that the individual responsible for the SWPPP preparation, implementation, and permit compliance has been appropriately trained and has attended training and/or workshops offered by the SWRCB, RWQCB, or other locally recognized agencies or professional organizations in accordance with Section A, item 12. – Training of the General Permit. All workers on-site shall, at a minimum, have received training from the responsible individual.

Contractor shall provide the Construction Manager the names and 24-hour phone numbers for parties responsible for implementing, monitoring, inspecting and maintaining the SWPPP.

All documents prepared by the Contractor shall be routed through the Owner, via

the Construction Manager, for submission to the RWQCB. Contractor shall be bound to the conditions on the Notice of Intent (NOI) that will

be filed by Owner and will be responsible for all costs associated with the implementation of the Plan including all fines, damages and job delays incurred due to failure to implement the requirements of the Permit.

Contractor shall maintain a copy of the NOI, Plan and Permit at the Project Site

at all times, and shall make the Plan available to Owner, Construction Manager, and the State Water Quality Control Board during construction activities. Contractor shall allow authorized agents of the Water Quality Control Board, State Water Resources Control Board, U.S. Environmental Protection Agency, and local storm water management personnel upon the presentation of credentials and other documents as may be required by Laws and Regulations to accomplish the following.

A. Enter, at reasonable times, upon the construction site and Contractor’s

facilities pertinent to the Work.

B. Have access to and copy, at reasonable times, any records that must be kept as specified in the permit.

C. Inspect, at reasonable times, the construction site and related erosion and sediment control measures.

D. Sample or monitor, at reasonable times, for the purpose of ensuring compliance with the Permit.

E. Contractor shall notify the Construction Manager immediately following a request from any regulatory agency to enter, inspect, sample, monitor or otherwise access the Project Site or its records.

The Contractor shall be responsible for taking the proper actions to prevent

stormwater coming into contact with contaminants and sediments from migrating offsite or entering storm sewer drainage systems. The Contractor shall take immediate action if directed by the Construction Manager or if the Contractor observes contaminants and/or

Page 103: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Special Provisions FRANKLIN AVENUE IMPROVEMENTS Page 87 CONTRACT NO. 18-01

sediments entering the storm drainage system, to prevent further storm-water from entering the system.

The Contractor shall update the SWPPP whenever there is a change in

construction or operations which may affect the discharge of pollutants to storm water. The Contractor shall file the Notice of Termination Form (NOT) and the

Contractor’s post-construction BMP’s plan when all portions of the site have been transferred to the Owner upon Final Acceptance of the Work.

19.3 Owner Responsibilities

The Owner shall be responsible for the following: File the Notice of Intent (NOI) that has been prepared and certified by the

Contractor.

Furnish the Contractor with base maps of a suitable scale in order to satisfy the requirements of Section A, items 5 through 10 of the General Permit.

The Owner will submit to the RWQCB an annual summary report and pay the associated fee. This annual summary report will require the submission of the annual certification and update as required in Contractor’s responsibilities above.

Furnish text and calculations for Section A, item 10. – Post-Construction Storm Water Management of the General Permit.

Signatory responsibility as defined in Section C, item 9. a. – Signatory Requirements of the General Permit.

19.4 Payment – The contract, lump sum price, paid for the bid item: “Prepare SWPPP, File NOI, File NOT, and SMARTS database reporting for the project”, includes full compensation for furnishing all labor, materials, tools, equipment, and incidentals for doing all the work involved for furnishing, placing, maintaining, and removing erosion control, and developing and implementing the SWPPP, providing a Water Pollution Control manager, conducting water pollution control training, performing project monitoring and inspections, correcting water pollution control practices, filing a Notice of Intent and filing a Notice of Termination as shown on the plans, inputting and managing the SMARTS database for the project as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. The City pays you to prepare water pollution control program as follows: 1. A total of 70 percent of the item total upon approval of the SWPPP and NOI receipt letter 2. A total of 100 percent of the item total upon Final Payment The annual permit fee(s) shall be paid by the City.

Page 104: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Special Provisions FRANKLIN AVENUE IMPROVEMENTS Page 88 CONTRACT NO. 18-01

The City will not pay for erosion and sediment control items that are required due to the Contractor’s negligence, carelessness, failure to properly install controls, or failure to abide by the provisions of the SWPPP, the Standard Specifications and these Special Provisions. The Contractor shall install such work at no expense to the City. All penalties from regulatory agencies attributable to the Contractor as a result of the Contractor’s negligence, carelessness, failure to properly install controls, or failure to abide by the provisions of the SWPPP, the Standard Specifications and the Special Provisions shall be paid at the Contractor’s sole expense.

Page 105: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

Franklin Avenue Landscape Improvements February 2020City of Yuba City

OPERATIONS AND MAINTENANCE OF PLANTING©MELTON DESIGN GROUP 320190 - 1

SECTION 320190 – OPERATIONS AND MAINTENANCE OF PLANTING

PART 1 - GENERAL

1.01 CONDITIONS

A. The general provisions of the Contract, including General and Supplementary Conditions and General Requirements (if any) apply to the work specified in this Section.

1.02 SCOPE OF WORK

A. Furnish all labor, material, equipment, and services required to maintain landscape in a healthy growing condition and in a neat and attractive appearance throughout the maintenance period.

B. Related Work Specified in Other Sections:

1. SECTION 32 8400 – PLANTING IRRIGATION

2. SECTION 32 9000 - PLANTING

1.03 QUALITY ASSURANCE

The Maintenance Contractor shall be experienced in horticulture and landscape maintenance, practices and techniques, and shall provide sufficient number of workers with adequate equipment to perform the work during the maintenance period.

1.04 MAINTENANCE PERIOD

A. Continuously maintain the entire project area during the progress of the work and during the sixty (60) calendar-day, maintenance period or until final acceptance of the project by the Owner Representative.

B. Maintenance period shall not start until all elements of construction, planting, and irrigation for the entire project are in accordance with Plans and Specifications. A prime requirement is that all lawn and landscape areas shall be planted and that all lawn areas shall show an even, healthy stand of grass seedlings or sod, either of which shall have been mown twice. If such criteria is met to the satisfaction of the Owner Representative, a written notification shall be issued to establish the effective beginning date of maintenance period.

C. Any day of improper maintenance, as determined by the Owner Representative, shall not be credited as an acceptable maintenance period day. The maintenance period shall be extended on a daily basis if the work is not in accordance to the Plans and Specifications. Project shall not be segmented into maintenance areas or phases, unless authorization of the Owner Representative is obtained.

Page 106: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

Franklin Avenue Landscape Improvements February 2020City of Yuba City

OPERATIONS AND MAINTENANCE OF PLANTING©MELTON DESIGN GROUP 320190 - 2

D. Maintenance shall continue beyond the sixty (60) day maintenance period, as required, until final acceptance is given by the Owner Representative.

1.05 GUARANTEE AND REPLACEMENT

A. Guarantee: All plant material and other materials installed under the Contract shall be guaranteed for one (1) year from time of final acceptance against any and all poor, inadequate or inferior materials and/or workmanship or improper maintenance, as determined by the Owner Representative, shall be replaced by the Contractor at his expense.

B. Replacement: Any materials found to be dead, missing, or not in a satisfactory or healthy condition during the maintenance period shall be replaced immediately. The Owner Representative shall be sole judge as to the condition of material. Material to be replaced within the guarantee period shall be replaced by the Contractor within five (5) days of written notification by the Owner Representative. All replacement materials and installations shall comply to the Plans and Specifications. Any plant missing due to suspected theft shall be replaced by the Contractor. If the Contractor suspects that theft may be a problem, the Contractor shall provide written documentation to the Owner Representative that security on this site needs to be intensified. The Contractor may relieve himself of theft responsibility if after the security notice, with no result, a written notice to the Owner Representative shall be given that plant material will not be replaced for theft or vandalism due to lack of site security being maintained. This procedure may take place only during the Landscape Maintenance Period.

1.06 OBSERVATION SCHEDULE

Normal progress observations shall be requested by the Contractor from the Owner Representative as per observations listed in specifications SECTION 32 9000 – Planting.

1.07 FINAL ACCEPTANCE OF THE PROJECT

A. Upon completion of all project work, including maintenance period, the Owner Representative will, upon proper request, make an observation to determine final project acceptability.

B. Where observed work does not comply with the Plans and Specifications, replace rejected work and continue specified maintenance period until re-inspected by the Owner Representative and determined to be acceptable. All replacement materials and installations shall be in accordance with the Plans and Specifications. Remove rejected work and materials immediately from project. Prior to the date of final observation, Contractor shall provide the Owner Representative with all Record Drawings and written Guarantee Statement in accordance with the Plans and Specifications.

PART 2 - PRODUCTS

Page 107: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

Franklin Avenue Landscape Improvements February 2020City of Yuba City

OPERATIONS AND MAINTENANCE OF PLANTING©MELTON DESIGN GROUP 320190 - 3

2.01 MATERIALS

A. All materials used shall either conform to Specifications in other sections or shall otherwise be acceptable to the Owner Representative. The Owner Representative shall be given a monthly record of all herbicides, insecticides, and disease control chemicals used.

B. Turf maintenance fertilizer: shall consist of the following percents by weight:

16% nitrogen16% phosphoric acid8% potash

C. Sulfate – Sulfur (Ammonium Sulfate): shall consist of the following percentages by weight:

21% nitrogen0% phosphorus0% potassium

PART 3 - EXECUTION

3.01 MAINTENANCE

A. General: Proper maintenance, including watering, weeding, mowing, edging, fertilization, repairing, and protection shall be required until entire project is finally accepted, but in any event for a period of not less than the specified maintenance period after planting.

B. Watering: Thoroughly water to insure vigorous and healthy growth until work is accepted. Water in a manner to prevent erosion due to application of excessive quantities of water. When hand watering, use a water wand to break the water force.

C. Weeding: Keep plant basins and areas between plants free of weeds. Control weeds with pre-emergent herbicides. If weeds develop, use legally approved herbicides. Avoid frequent soil cultivation that destroys shallow roots. Weeding also shall be included in all paved areas including public or private sidewalks.

D. Pruning

1. Trees: Prune trees to select and develop permanent scaffold branches; to eliminate narrow V-shaped branch forks that lack strength; to reduce toppling and wind damage by thinning out crowns; to maintain a natural appearance and to balance crown with roots. Prune only as directed by the Landscape Architect.

2. Shrubs: Same objectives as for trees. Shrubs shall not be clipped into balled boxed forms unless such is required by the landscape plans. All pruning cuts

Page 108: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

Franklin Avenue Landscape Improvements February 2020City of Yuba City

OPERATIONS AND MAINTENANCE OF PLANTING©MELTON DESIGN GROUP 320190 - 4

shall be made to lateral branches, buds, or flush with the trunk. "Stubbing" and "heading" shall not be permitted.

3. Only skilled workmen shall perform pruning work in accordance with standard horticultural pruning practices. Remove from the project all pruned branches and material. Remove and replace any plant material excessively pruned or malformed resulting from improper pruning practices at no additional costs to the Owner .

E. Staking and Guying: Stakes and guys shall remain in place throughthe guarantee period (one year) and shall be inspected and adjusted to prevent rubbing that causes bark wounds.

F. Insect, Animal, Rodent, and Disease Control: Maintain proper control with legally approved materials as required as part of the Contract.

G. Protection: The Contractor shall maintain protection of the planted areas. Damaged areas shall be repaired or replaced at the Contractor's expense.

H. Trash: Remove trash weekly in all planted areas, pedestrian walkways and courtyards.

I. Replacement: As per Guarantee and Replacement Specifications of this Section.

3.02 MAINTENACNE FETILIZATION

Apply five (5) pounds of Ammonium Sulfate (21-0-0) per 1,000 square foot every month until plant become established. After established, apply 28-3-4 (or similar preparation) to provide healthy growth rate and color.

3.03 TURF MAINTENANCE

A. Mowing and Edging

1. Mowing of turf will commence when the grass has reached a height of two (2) inches. The height of cut will be one to one and one-half (1-1/2) inches. Mowing will be at least weekly after the first cut. Turf must be well established and free of bare spots and weeds to the satisfaction of the Owner Representative prior to final acceptance.

2. Excess grass clippings shall be picked up and removed from the site and premises.

3. Let turf areas dry out enough so that mower wheels do not skid, tear, or mark the lawn.

Page 109: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

Franklin Avenue Landscape Improvements February 2020City of Yuba City

OPERATIONS AND MAINTENANCE OF PLANTING©MELTON DESIGN GROUP 320190 - 5

4. Edges shall be trimmed at least twice monthly or as needed for neat appearance. Clippings shall be removed from walks, plazas, fountains, etc. and disposed of from the site.

B. Watering: Lawns shall be watered at such frequency as weather conditions require to replenish soil moisture below root zone and to establish healthy strands of grass.

C. Weed Control: If needed, control broad leaf weeds with selective, legally approved herbicides.

D. Fertilization: During maintenance period an application of fertilizer (16-16-8), as specified, shall be made at thirty (30) days and again at sixty (60) days from the date of lawn installation at a rate of five (5) pounds per 1,000 square feet, or as per manufacturer's recommendations.

E. Fungicide: Apply fungicide to all turf areas throughout maintenance period as required to prevent fungus. Apply as per manufacturer’s specifications.

F. Replacement: At conclusion of maintenance period a final observation of lawn and turf areas shall be made. Remove diseased areas and unhealthy strands of grass from the site; do not bury into the soil. Replant areas with materials and in a manner as specified on the Plans and Specifications at no additional cost to the Owner .

3.03 IRRIGATION SYSTEM

A. System Observation: The Contractor shall check all systems for proper operation. Lateral lines shall be flushed out after removing the last sprinkler head or two at each end of the lateral. All heads are to be adjusted as necessary for unimpeded coverage.

B. Controllers: Set and program automatic controllers for seasonal water requirements. Give the Owner Representative instructions on how to turn off system in case of emergency.

C. Repairs: Repair all damages to irrigation system at the Contractor's expense. Repairs shall be made within twenty-four (24) hours.

END OF SECTION 320190

Page 110: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

Franklin Avenue Landscape Improvements February 2020City of Yuba City

LANDSCAPE IRRIGATION©MELTON DESIGN GROUP 328400 - 1

SECTION 328400 - LANDSCAPE IRRIGATION

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.

1.2 SCOPE OF WORK

A. Furnish all labor, materials, processes, and equipment necessary to complete the irrigation system repair or replacement work as indicated on the Drawings and specified herein.

B. Test each affected irrigation system to assure proper operation.

C. Furnish all labor, materials, and equipment necessary to restore all disturbed areas resulting from the work as indicated on the Drawings and specified herein.

D. All incidental parts, which are not shown on the plans or specified herein and are necessary to complete or modify the existing system shall be furnished and installed as though such parts were shown on plans or specifications. All systems shall be in satisfactory operation at the time of completion.

1.3 QUALITY ASSURANCE & REQUIREMENTS

A. Permits and Fees: The Contractor shall obtain and pay for all permits and all observations as required.

B. Performance Qualifications: 1. The Landscape Contractor shall have a minimum of three (3) equivalent jobs of similar

complexity completed in the last five (5) years. 2. The Landscape Contractor shall furnish qualifications to the General Contractor to be

included in the proposal form due at bid opening date. Burden of proof as to qualifications of the Landscape Contractor shall be on the Contractor; the Owner’s decision is final.

C. Manufacturer's Directions: Manufacturer's directions and detailed Drawings shall be followed in all cases where the manufacturers of articles used in this Contract furnish directions covering points not shown in the Drawings and Specifications.

D. Ordinances and Regulations

1. All local, municipal and state laws, rules and regulations governing or relating to any portion of this work are hereby incorporated into and made a part of these Specifications and their provisions shall be carried out by the Contractor. Anything contained in these Specifications shall not be construed to conflict with any of the above rules and regulations or requirements of the same. However, when these Specifications and Drawings call for or describe materials, workmanship, or construction of a better quality, higher standard, or

Page 111: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

Franklin Avenue Landscape Improvements February 2020City of Yuba City

LANDSCAPE IRRIGATION©MELTON DESIGN GROUP 328400 - 2

larger size than is required by the above rules and regulations, the provisions of the Specifications and Drawings shall take precedence.

2. The materials and work of this section shall conform to all applicable provisions of the latest editions of the Uniform Plumbing Code, the National Electrical Code, and all codes properly governing the materials and work at the project site.

3. All electrical materials and work shall conform to California Administrative Code, Title 23, Part 3, Basic Electrical Regulations, and Article 18 E 110-16.

E. Explanation of Drawings

1. Not all offsets, fittings, sleeves, main line, lateral, etc., which may be required are shown on plans. Carefully investigate the structural and finish conditions affecting all of the work and plan the work accordingly furnishing such fittings; etc., as may be required to meet such conditions. Drawings are generally diagrammatic and indicative of the work to be installed. Due to the scale of the Drawings, it is not possible to indicate all offsets, fittings, sleeves, etc., which may be required to complete the irrigation system.

2. Before proceeding with any work, the Contractor shall check and verify all dimensions, quantities, pressures and flows and shall immediately inform the Owner of any discrepancy between the drawing and/or the Specifications and actual conditions. No work shall be done in any area where there is such a discrepancy until the Owner has given written approval for the same. The Contractor shall assume full responsibility for work installed without approval.

3. The materials and work shall be installed in such a manner as to avoid conflicts between existing or proposed irrigation systems and plantings, existing or proposed utilities, and all other construction features.

4. Contractor shall verify prior to and during construction, that his contract documents reflect the latest revisions and change orders. Contractor shall be able to produce such documents at the request of the Owner.

5. Pipe sizes indicated on the Drawings are minimum allowable.

E. Proprietary brand names shown are for illustrative purposes only. Equal products will be considered by the Owner and may be used by the contractor upon approval by the Owner.

1.4 EXISTING CONDITIONS

A. The Contractor shall notify members of U.S.A. two (2) working days in advance of performing any excavation work by calling the toll-free number 800-542-2444. The contractor shall verify the locations of existing utilities identified by U.S.A. with the as-built plans for the project area. The Contractor shall inform the Owner of any discrepancies before construction begins.

B. Information on the Drawings, relative to existing conditions, is approximate only. Deviations found necessary during construction to conform to actual conditions, as approved by the Owner, shall be made without additional cost.

C. Where it is necessary to excavate in areas of existing irrigation and utilities, the contractor shall pothole to confirm exact locations of existing irrigation and utilities. Exercise extreme care in excavating and working near existing irrigation and utilities. The Contractor shall be responsible for all damages to existing irrigation or utilities that are caused by his operation or neglect. In case

Page 112: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

Franklin Avenue Landscape Improvements February 2020City of Yuba City

LANDSCAPE IRRIGATION©MELTON DESIGN GROUP 328400 - 3

of interruption of existing irrigation or utilities caused by the contractors’ operations or neglect, the contractor shall be responsible to have the existing irrigation and utilities in service as soon as possible and in no case shall the interruption be longer than a twenty-four (24) hour period. In such case that the contractor needs more than a twenty-four (24) hour period, prior approval shall be acquired from the Owner in writing.

D. Excavation in proximity to existing trees shall conform to the Tree Protection Measures per Plan.

1.5 SUBMITTALS

A. Material List

1. Contractor shall furnish the articles, equipment, materials, or processes specified by name in the Drawings and Specifications. Product names are used as standards only; other materials or methods shall not be used unless approved in writing by the Owner. Burden of proof as to equality of proposed material shall be on the Contractor; the Owner's decision is final. Only one request for substitution shall be considered for each item. Equipment capacities specified are minimum acceptable.

2. A complete material list (3 copies) shall be submitted to the Owner for approval prior to performing any work. The materials shall clearly identify on the submittal by a color highlight, the manufacturer, model number, size and description of materials and equipment to be used, including but not limited to the following:

a. Isolation Valvesb.Remote Control Valvesc. Irrigation Valve Boxesd.Swing Joint Assembliese.PVC Main Line f. PVC Lateral Pipeg.PVC and HDPE Sleevesh.PVC Solvent Cement and Primeri. Electric Boxesj. Remote Control Valve Wirek.Water Proof Wire Connectorsl. Detectable underground tape

The contractor shall provide additional submittals as required for products not listed above but which are used on site. Approval of submittals is required before installation.

3. Equipment or materials installed or furnished without prior approval of the Owner shall be rejected and the Contractor shall be required to remove such materials from the site at his own expense.

4. Approval of any item, alternate or substitute indicates only that the product or products apparently meet the requirements of the Drawings and Specifications based on the information or samples submitted.

B. Record Drawings

Page 113: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

Franklin Avenue Landscape Improvements February 2020City of Yuba City

LANDSCAPE IRRIGATION©MELTON DESIGN GROUP 328400 - 4

1. Maintain on site, separate from documents used for construction, one complete set of Contract Documents as Record Documents or As Built Drawings. Keep documents current. Do not permanently cover work until information is recorded. These record drawing must be kept for all portions of the project that may be built differently that the plans define.

2. Include all Change Orders. 3. Where reference dimensions are required in the individual specification section, measure

reference dimensions from at least two (2) reference points that will be easily identifiable in the finished work.

4. Prior to Contract Closeout, obtain from the Owner’s Project Manager a reproducible copy of the drawings. Using technical drafting pen, duplicate information contained on the Record Drawings maintained on site.

5. Label each sheet “Record Drawing”. On the first sheet, the Contractor or resident superintendent shall execute the following statement:

Having reviewed this document and all attachments, I affirm that, to the best of my knowledge, the information presented here is true and accurate.

Signed: ___________________________________ Date: _____________________

Position: ___________________________________

6. The Contractor shall dimension from two (2) permanent points of reference, buildings, light standards, sidewalks, or road intersections, etc., the location of the following items:

a. Isolation Valveb. Remote Control Valvec. Routing of irrigation pressure lines; dimension maximum 100' along routing and at

turns in direction (note depth)d. Routing of remote-control wirese. Sleeves at both ends (note depth)f. Other related equipment as directed by the Owner.

7. On or before the date of the final observation, the Contractor shall deliver the corrected and completed reproducible as-built plan and digital media to the Owner. Delivery of these shall not relieve the Contractor of the responsibility of furnishing required information that may be omitted from the plans or digital media. Reproducible plans or digital media may be obtained for said use from the Engineer.

C. Controller Charts

1. Record Drawings shall be approved by the Owner before controller charts are prepared.2. The Contractor shall coordinate with Owner maintenance staff to prepare Controller

Charts.3. Provide one (1) controller chart with updated information for the new irrigation system.4. The chart shall show or explain the area controlled by the new irrigation system and shall

be the maximum size that the controller door will allow.

Page 114: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

Franklin Avenue Landscape Improvements February 2020City of Yuba City

LANDSCAPE IRRIGATION©MELTON DESIGN GROUP 328400 - 5

5. The chart shall be either a reduced drawing or a written description of the actual record drawing system. In the event the controller sequence is not legible, which the drawing is reduced, it shall be enlarged to a size that is readable.

6. When completed and approved, the chart shall be hermetically sealed between two (2) pieces of plastic, each piece being a minimum ten (10) mils thick.

7. The controller charts shall be completed and approved prior to final observation of the irrigation system.

D. Operation and Maintenance Manuals

1. Prepare and deliver two (2) operation manuals as specified and as follows:2. Approved irrigation Product information sheets shall be included. In addition, Product

parts sheets, operational and maintenance manuals on every material and equipment installed under this contract including but not limited to:

a. Isolation Valvesb. Remote Control Valvesc. Pop-Up Rotatorsd. Shrub Bubblerse. Tree Root Watering Zonesf. Swing Joint Assemblies

3. Guarantee Statement for Irrigation System.

E. The above-mentioned material submittals, record drawings, controller charts, operations and maintenance manuals and guarantee statement for irrigation system shall be turned over to the Owner at the conclusion of the project. Before final observation can occur, written evidence that the Landscape Architect has received submittals must be provided by the Owner.

1.6 EQUIPMENT TO BE FURNISHED:

A. Irrigation Products to be Furnished

1. Supply as a part of this Contract the following tools:

a. Two (2) sets of special tools required for removing, disassembling, adjusting and locating each type of sprinkler, valve, valve box and splice box supplied on this project.

b. Two (2) isolation valve opening keysc. Two (2) valves of each type usedd. Ten (10) Pop-Up Rotatorse. Ten (10) Shrub Bubblersf. Two (2) Tree Root Watering Zonesg. Five (5) Swing Joint Assemblies

2. The above-mentioned equipment shall be turned over to the Owner at the conclusion of the project. Before final observation can occur, written evidence that Owner has received materials must be provided to the Owner.

Page 115: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

Franklin Avenue Landscape Improvements February 2020City of Yuba City

LANDSCAPE IRRIGATION©MELTON DESIGN GROUP 328400 - 6

1.7 OBSERVATION SCHEDULE

1.8 PRODUCT DELIVERY, STORAGE AND HANDLING

Handling of PVC Pipe and Fittings: The Contractor is cautioned to exercise care in handling, loading, unloading, and storing of PVC pipe and fittings. All PVC pipe shall be transported in a vehicle that allows the length of pipe to lie flat so as not to subject it to undue bending or concentrated external load at any point. Any section of pipe that has been dented or damaged will be discarded and if installed replaced with new.

Page 116: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

Franklin Avenue Landscape Improvements February 2020City of Yuba City

LANDSCAPE IRRIGATION©MELTON DESIGN GROUP 328400 - 7

GUARANTEE

A. The guarantee for the replacement/ repair of existing irrigation systems shall be made in accordance with the form shown on the following page. A copy of the guarantee form shall be provided to the Owner and to each affected, adjacent property owner. The guarantee form shall be re-typed onto the Contractor's letterhead and contain the following information:

GUARANTEE FOR IRRIGATION SYSTEM

We hereby guarantee that the portions of the sites irrigation systems that we have furnished and installed is free from defects in materials and workmanship, and the work has been completed in accordance with the Drawings and Specifications, ordinary wear and tear and unusual abuse or neglect accepted. We agree to repair or replace any defects in material or workmanship, which may develop during the period of one (1) year from date of final acceptance and also to repair or replace with originally specified materials. Any damage resulting from the repairing or replacing of such defects shall be replaced and repaired by the contractor at no additional cost to the Owner. We shall make such repairs or replacements within a 48-hour period, after receipt of written notice. In the event of our failure to make such repairs or replacements within said period after receipt of written notice from the Owner, we authorize the Owner to proceed to have said repairs or replacements made at our expense and we will pay the costs and charges therefore upon demand.

PROJECT: _______________________________________________

LOCATION: ______________________________________________

SIGNED: ________________________________________________

ADDRESS: _______________________________________________

PHONE: _________________________________________________

DATE OF ACCEPTANCE: ___________________________________

Page 117: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

Franklin Avenue Landscape Improvements February 2020City of Yuba City

LANDSCAPE IRRIGATION©MELTON DESIGN GROUP 328400 - 8

PART 2 - PRODUCTS

2.1 MATERIALS

General: Use only new materials of brands and types noted on the Drawings specified herein or approved equals.

A. Backfill Material

1. Existing site material, if approved by the Owner, may be used for backfill material. Backfill material shall be free from organic materials, large clods of earth or rocks larger than one (1) inch diameter, trash, debris, rubbish, broken cement, asphalt material or other objectionable substances.

2. Imported backfill material, if required and as approved by the Owner, shall be clean Vina Loam soil or other approved material topsoil, with no large clods of earth or rocks larger than one (1) inch diameter.

3. Sand backfill shall be a fine, granular sand material backfill containing no foreign matter larger than one-half (1/2) inch in size.

B. Drainage Fill Material

1. Drainage fill material shall be three-quarter (3/4) inch washed, hard and durable, fragments of screened or broken stone or gravel.

C. Irrigation Pipe Sleeving

1. Irrigation Sleeve shall be PVC Schedule 40 with solvent-weld joints.2. Pipe shall be made from NSF approved Type I, Grade I, PVC compound conforming to

ASTM resin specification D1785. All pipes shall meet requirements set forth in Federal Specification PS-21-70. (Solvent-weld Pipe)

D. PVC Pressure Main Line Pipe and Fittings.

1. Pressure main line piping for sizes two and one half (2-1/2) inches and larger shall be PVC Class 315 pipe. Pipe shall be made from an NSF (National Sanitation Foundation) approved Type I, Grade I, PVC compound conforming to ASTM resin specification D2241. All pipes shall meet requirements as set forth in Federal Specification PS-22-70, with an appropriate standard dimension ratio (S.D.R. Pipe).

2. Pressure main line piping for sizes two (2) inch and smaller shall be PVC Schedule 40 with solvent-weld joints. Pipe shall be made from NSF approved Type I, Grade I, PVC compound conforming to ASTM resin specification D1785. All pipes shall meet requirements set forth in Federal Specification PS-21-70. (Solvent-Weld Pipe).

3. Main line fittings shall be PVC Schedule 40 solvent-weld fittings, 1-2; II-I NSF approved conforming to ASTM D2466.

4. All PVC pipe shall be marked continuously and permanently with the following information: Manufacturer's name, nominal pipe size, schedule or class of pipe, pressure rating in P.S.I. extrusion, NSF approval and date of extrusion.

Page 118: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

Franklin Avenue Landscape Improvements February 2020City of Yuba City

LANDSCAPE IRRIGATION©MELTON DESIGN GROUP 328400 - 9

5. All fittings shall bear the manufacturer's name or trademark, material designation, size, applicable I.P.S. schedule and NSF seal of approval.

6. All offsets from other pipes and from sides of trench shall be a minimum four (4) inches unless contractor receives written approval from the Owner

E. PVC Non-Pressure Lateral Line Piping

1. Non-pressure buried lateral line piping shall be PVC Schedule 40 with solvent-weld joints.

a. Pipe shall be made from NSF approved, Type I, Grade II, PVC compound conforming to ASTM resin specification D1785.

b. All pipes shall meet requirements set forth in Federal Specification PS-21-70.

3. PVC solvent-weld fittings shall be Schedule 40, 1-2; II-I NSF approved conforming to ASTM D2466.

4. Solvent cement and primer for PVC solvent-weld pipe and fittings shall be of the type and installed by the method specified by the manufacturers for each type of pipe.

5. All offsets from other pipes and from sides of trench shall be a minimum four (4) inches unless otherwise noted or contractor receives written approval from the Owner.

F. Concrete

1. ASTM Class B concrete shall be used for fill concrete and miscellaneous equipment pads.2. Concrete shall have a 3,000-PSI compressive strength at 28 days and shall have maximum

water to cement and dispersing agent ration of 56%. Concrete shall have a minimum cement content of 470 lbs. (5 bags) per cubic yard concrete. Nominal maximum size of coarse aggregate shall be three-quarter (3/4) inch.

G. PVC Threaded Nipples: 1. PVC Schedule 80 nipples shall be produced from extruded stock grade PVC compounds.

No molded nipples shall be used.2. PVC Schedule 80 nipples shall be made from NSF approved PVC compound conforming

to ASTM D1784, Cell Classification 12454B

H. Electric Remote Control Valve

1. Remote control valves shall be of the same type, manufacturer and sizes as indicated on the Drawings and/or as specified herein or approved by the Owner.

2. Remote control valves shall have a glass-filled nylon construction with a flow control and manual bleed capability

3. Remote control valves shall be in the normally closed position unless otherwise noted.

I. Identification Products

1. Remote control valve tags shall be manufactured from polyurethane Behr Desopan with a reinforced attachment hole and will be 2-1/4” x 2.3/4” in size. Valve identification tags shall be yellow in color with double sided stamped controller and valve designation.

Page 119: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

Franklin Avenue Landscape Improvements February 2020City of Yuba City

LANDSCAPE IRRIGATION©MELTON DESIGN GROUP 328400 - 10

2. Detection tape shall detectable marking tape consists of a 5.0 mil (0.005") thickness; five-ply composition; ultra-high molecular weight; 100 percent virgin polyethylene; acid, alkaline & corrosion resistant.

a. The tape tensile strength is in accordance with ASTM D882-80A and will not be less than 7800 PSI.

b. Elongation properties are in accordance with ASTM D882-80A and are less than 150% at break point.

c. Tape color & legend combination will be in accordance with A.P.W.A. or local requirements. The color is Blue. The legend reads "Caution Irrigation Line Buried Below".

d. The tape will have a 2.0 mil (0.0020") solid aluminum foil core, encapsulated within 2.55 mil (0.00255") polyethylene backing.

e. Tape width shall be four (4) inch in width.

J. Control Wiring

1. Connections between existing wire stub outs and the electric control valves shall be made with direct burial copper wire AWG-U.F. 600-volt. Pilot wires shall be red and common wires shall be white. Spare wires shall be yellow. Install in accordance with valve manufacturer's Specifications and wire chart. In no case shall wire size be less than #14.

2. All splices shall be made with 3M DBY wire splices or approved equal.3. No splices between wire stub out and valve less than 500’.4. All splices shall be placed in a Carson Model 1419 valve box with lock kit, a bolt down

gray cover and bolt.

K. Control Wire Conduit

1. PVC Schedule 40 electrical conduit ASTM F-512 sizes as required, except as noted per plan.

L. Control Wire Pull Box

1. Control wire pull boxes shall be Carson Model 1419 valve box with lock kit, a bolt down gray cover and bolt. Extensions per detail.

M. Gate Valves

1. Gate valves shall be of the same type, manufacturer and sizes as indicated on the Drawings and as specified herein or approved equal.

2. Gate valves 2-1/2” and larger shall be resilient wedge and conform to AWWA standards. Gate valves shall be flange by flange with a two (2) inch square-operating nut.

3. Gate valves 2" and smaller shall be 125 lb. SWP bronze gate valve with ends. Gate Valves shall be equipped with a cast bronze cross handle.

N. Valve Boxes

Page 120: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

Franklin Avenue Landscape Improvements February 2020City of Yuba City

LANDSCAPE IRRIGATION©MELTON DESIGN GROUP 328400 - 11

1. Remote Control Valve Boxes for valve sizes 1-1/2” and 2” shall be brown rectangular valve boxes 17-3/8” x 23-7/8” x 12”, Carson model 1220 with a green cover and Bolt-Down Loc Kit (with bolt) or approved equal.

2. Remote Control Valves Boxes for valve sizes 1” shall be brown rectangular valve boxes 14-1/2” x 19-1/2” x 12-1/4”, Carson model 1419 with a green cover and Bolt-Down Loc Kit (with bolt) or approved equal.

3. Remote Control Valve Box Extensions shall be of the same manufacturer of the valve box or approved equal.

4. Electrical Pull Boxes and Wire Splice Boxes shall be gray rectangular valve box 14-1/2” x 19-1/2” x 12-1/4”, Carson model 1419 with a gray cover and Bolt-Down Loc Kit (with bolt) or approved equal.

5. All remote-control valve boxes and electrical pull boxes shall be located in shrub planters unless otherwise shown on the Drawing or specified by the Owner.

O. Pop Up Rotator

1. Pop Up Rotator shall be of the same manufacturer and model as indicated on the drawings. 2. Pop Up Rotator bodies shall have a co-molded wiper seal, heavy duty spring, preinstalled

check valve and pressure regulating stem.3. Pop Up Rotator nozzles shall be color coded and adjustable arc

P. Pop Up Bubblers

4. Pop Up Bubblers shall be of the same manufacturer and model as indicated on the drawings.

5. Pop Up Bubbler bodies shall have a co-molded wiper seal, heavy duty spring and preinstalled check valve.

1. Pop Up Bubbler nozzles shall be color coded and pressure regulated

Q. Root Zone Watering System

1. Root Zone Watering System shall be of the same manufacturer and model as indicated on the drawings.

2. Root Zone Watering System shall have a pressure compensating bubbler, built in swing joint and durable locking cap.

PART 3 - EXECUTION

3.1 INSPECTION OF SITE

A. Site Conditions

1. All scaled dimensions are approximate. Prior to the start of work the Contractor shall meet with the Site Contractor to review and approve “turn over conditions” of the project area.

a. The Contractor shall be responsible to report discrepancies between Contract Documents and “take over conditions” to the Owner prior to start of work.

Page 121: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

Franklin Avenue Landscape Improvements February 2020City of Yuba City

LANDSCAPE IRRIGATION©MELTON DESIGN GROUP 328400 - 12

b. Discrepancies not reported shall become the Contractor’s responsibility.

2. The Contractor shall check and verify all site water and electrical services and notify the Owner if site conditions have changed from those specified in the drawings.

3. The Contractor shall carefully check all grades to satisfy him that he may safely proceed before starting work on the irrigation system.

4. The contractor shall obtain permits and call for inspections as required by local codes and regulation. All installations shall conform to local codes and accepted construction practices.

3.2 PREPARATION

A. Physical Layout

1. Locations on Drawings are diagrammatic and approximate only and shall be changed and adjusted as necessary and as directed by Owner to meet existing conditions and obtain complete water coverage.

2. The Contractor shall install, repair, and/or extend the system as shown on the Drawings, and as necessary to carry out the intent of the Drawings and Specifications.

3.3 WATER AND ELECTRICAL SERVICES

A. Water Supply - Coordinate with the Owner for the irrigation water supply points of connection as indicated on the Drawings. Field verify connection points prior to start of work. Contractor is responsible for any changes caused by actual site conditions. Notify the Owner of any discrepancies prior to beginning construction.

B. Electrical Supply – Coordinate with the Owner for the irrigation 24volt wire points of connection as indicated on the drawings. Field verify connection points prior to start of work. Contractor is responsible for any changes caused by actual site conditions. Notify the owner of any discrepancies prior to beginning constructions.

3.4 INSTALLATION

A. Trenching

1. Dig trenches straight and support pipe continuously on bottom of trench. Lay pipe to an even grade. Trenching excavation shall follow layout indicated on the Drawings and as noted.

2. Provide for a minimum of eighteen (18) inches cover for all pressure lines.3. Provide for a minimum of twelve (12) inches cover for all non-pressure lines.4. Provide for a minimum of eighteen (18) inches cover for all control wiring.5. Provide for a minimum of twenty-four (24) inches of cover for all pressure lines,

non-pressure lines and control wiring under auto traffic areas.6. Trench width shall be as needed to provide a minimum horizontal clearance between pipes

and edges of trench.7. No pipe shall be laid directly over another pipe.8. See contract documents for vertical and horizontal pipe separation requirements.

Page 122: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

Franklin Avenue Landscape Improvements February 2020City of Yuba City

LANDSCAPE IRRIGATION©MELTON DESIGN GROUP 328400 - 13

B. Backfilling

1. The trenches shall not be backfilled, except for center loading, until all required tests are performed. All debris shall be removed prior to placement of backfill. Trenches shall be carefully backfilled with the materials approved for backfilling. Backfill shall be mechanically compacted in six (6) inch lifts to a dry density equal to adjacent undisturbed soil in landscaped areas. Backfill shall conform to adjacent grades without dips, sunken areas, humps or other surface irregularities.

2. Backfill main lines with a minimum of 6” of sand below piping and 6” of sand above the piping.

3. Backfill lateral lines with approved backfill material or approved imported soil. Backfill material shall be free from organic materials, large clods of earth or rocks larger than one (1) inch diameter, trash, debris, rubbish, broken cement, asphalt material or other objectionable substances.

4. If settlement occurs and subsequent adjustments in pipe, valves, sprinklers heads, lawn or planting, or other construction are necessary, the Contractor will make all the required adjustments without cost to the Owner.

C. Trenching and Backfilling Under Paving

1. Trenches located under areas where paving, asphaltic concrete or concrete shall be installed, shall be backfilled with sand, a layer six (6) inches below the pipe and six (6) inches above the pipe and compacted in layers to 95% compaction, using manual or mechanical tamping devices. All trenches shall be left flush with the adjoining grade.

2. Generally piping under existing walks is done by jacking, boring or hydraulic driving, but where any cutting or breaking of sidewalks and/or concrete is necessary, it shall be done and replaced by the Contractor as part of the Contract cost. Permission to cut or break sidewalks and/or concrete shall be obtained from the Owner in writing. No hydraulic driving shall be permitted under concrete paving.

D. Sleeving

1. Sleeving shall be installed for irrigation pressure main line pipe, non-pressure lateral pipe and electrical wiring that crosses pavement, walkways, paths, concrete, and other hardscape elements as needed whether shown on drawing or not.

2. Install irrigation and electrical sleeving as needed whether or not indicated on the Drawings. Contractor shall coordinate the installation of sleeving with the work of other trades. Sleeving shall extend a minimum of six (6) inches past hardscape.

3. Sleeves shall be sized to easily accommodate piping and/or control wiring as called for in the drawings leaving a minimum of 25% void space inside sleeve.

a. The contractor shall be responsible to verify sleeving sizes based on field verification of pipe and wire crossings.

4. Separate sleeves shall be provided for main line and lateral piping and 24V wiring.5. Sleeves shall have both ends capped during installation to prevent dirt and debris from

entering the sleeve.6. Identify location of sleeve ends from two permanent points of reference and show on

as-built plans.

Page 123: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

Franklin Avenue Landscape Improvements February 2020City of Yuba City

LANDSCAPE IRRIGATION©MELTON DESIGN GROUP 328400 - 14

E. PVC Pipe

1. Routing of irrigation pipe as indicated on the Drawings is diagrammatic. Install lines and various assemblies to conform to the details shown on the drawings.

2. Install irrigation main line a minimum of five (5) feet from tree locations to avoid conflict with mature rooting systems.

3. Install no multiple assemblies on plastic lines. Provide each assembly with its own outlet.4. Install all assemblies specified herein in accordance with respective detail. In absence of

detail Drawings or specifications pertaining to specific items required to complete work, perform such work in accordance with best standard practice with prior approval of the Owner.

5. PVC pipe and fittings shall be thoroughly cleaned of dirt, dust and moisture before installation. Installation shall be as recommended by the pipe and fitting manufacturer.

6. PVC pipe shall be installed so that there will be a small amount of excess length in the pipe to compensate for contraction and expansion of the pipe. This shall be accomplished by "snaking" the pipe in the trench during installation.

7. Center load pipe with small amounts of backfill to prevent arching and slopping under pressure. Leave joints exposed for inspection during testing.

8. No water shall be permitted in the pipe until inspections have been completed and a period of at least 24 hours has elapsed for solvent weld setting and curing.

9. Plastic to metal connections shall be made with plastic male adapters and female metal adapter, hand tightened, plus one turn with a strap wrench. Teflon tape or approved equal shall be used on all threaded PVC to metal joints.

10. Solvent Weld Joint: Solvent weld pipe ends using solvent recommended by pipe manufacturer only.

11. Threaded joints shall be wrapped with Teflon tape as per manufacturer’s instructions.12. Flush all debris out of pipe prior to installing valves and heads. 13. In changing main line and lateral pipe depth, 45° elbows shall be used.14. Install a detectable marking tape (12) inches below finish grade along the entire length of

the main line run, including main line branches. 15. Trenching under and around existing trees shall be in accordance with the Tree Protection

Measures as outlined on the Plans and Specifications.

F. Line Clearance

1. Irrigation lines shall have a minimum horizontal and vertical clearance of four (4) inches from each other. Parallel lines shall not be installed directly over one another.

2. Horizontal and vertical clearance of irrigation lines from lines from other trades shall be as per local codes and regulations.

3. Line clearances shall be inspected and approved by the Landscape Architect prior to backfilling trenches.

G. Gate Valves

1. Install as per details and manufacturer's specifications.2. Install where shown on Drawings. Locate in valve boxes as per detailed.3. Install one gate valve per valve box. Provide extension units as required as per details.

Install valve boxes in shrub planting areas whenever possible.

Page 124: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

Franklin Avenue Landscape Improvements February 2020City of Yuba City

LANDSCAPE IRRIGATION©MELTON DESIGN GROUP 328400 - 15

4. Wherever possible, install gate valves and remote-control valves in groupings not to exceed a maximum of three (3) valves per group.

I. Electric Remote-Control Valves

1. Install as per details and manufacturer's specifications.2. Install where shown on Drawings. Locate valve boxes twelve (12) inches from, and

perpendicular to walk, curb, header board, etc., for easy access. 3. Install one (1) remote control valve per valve box. Provide extension units as required

so as valve is protected by adjacent native soil. Install valve boxes in shrub planting areas whenever possible.

4. Provide eighteen (18) inch expansion loop at all electrical connections within control valve boxes.

5. Install a T.Christy I.D. tag on all valves identifying the Satellite Controller Assembly and station number of the valve. Attach the identification tag to the valve stem using a nylon cable tie.

J. Control Wiring

1. Install control wiring in the same trench and along the same route as the pressure supply line whenever possible.

2. Control wiring shall be installed in PVC Schedule 40 conduit.3. Provide an eighteen (18) inch expansion curl in valve boxes, pull boxes and splice

boxes.4. Control valve wire and spare wire splices allowed only on runs of more than 500 feet. 5. An expansion curl shall be provided within three (3) feet of each wire connection.

Expansion curl shall be of eighteen (18) inches in length at each splice connection and at each remote-control valve, so that in case of repair, the valve bonnet or splice may be brought to the surface without disconnection of the control wires.

6. All splices shall be made in a valve box or an electric box. 7. All control wire splices shall be made with waterproof connectors that use a

mechanical clamp.8. Use one waterproof connector per splice.

K. Conduit

1. Install remote control wire in PVC Schedule 40 conduit.2. The ends of the conduits, whether shop or field cut, shall be reamed to removed burrs

and rough edges. Cuts shall be made square and true.3. Install conduit couplers on pipe ends when in direct contact with remote control wires.4. The ends of the conduit shall be capped until the pulling of wiring is started. Conduit

shall be free of soil and debris.5. Conduit bends, except factory bends, shall have a radii of not less than six times the

inside diameter of the conduit.6. Install pull boxes at changes in direction. 7. Install pull boxes where depicted on drawings and no more than every 500’ along the

conduit route (unless compelling conditions require additional pull boxes). Remote control valve boxes, pull boxes used for changes in direction and splice boxes may be used to satisfy this requirement.

Page 125: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

Franklin Avenue Landscape Improvements February 2020City of Yuba City

LANDSCAPE IRRIGATION©MELTON DESIGN GROUP 328400 - 16

8. Install pull tape in conduit.

L. Valve Boxes

1. Install valve boxes in shrub planter areas wherever possible, except as indicated on plan.

2. No valve boxes shall be installed in walk-ways, concrete, roadways, etc. 3. Install valve boxes as per details unless otherwise noted on plans.4. Do not install more than three (3) valve boxes in any one single group.

M. Electric Boxes

1. Install electrical pull boxes at wire splice locations and as per details.2. Install pull boxes at changes in direction and depth. 3. Install pull boxes where depicted on drawings and no more than every 500’ along the conduit

route (unless compelling conditions require additional pull boxes). Remote control valve boxes, pull boxes used for changes in direction and splice boxes may be used to satisfy this requirement.

O. Flushing of System - After new irrigation mainline, valves, laterals and swing joints are in place and connected, all necessary diversion work is complete, and prior to installation of irrigation heads, the control valves shall be opened, and a full head of water shall be used to flush out the system.

P. Pop Up Rotators

1. Install Pop Up Rotators as detailed on the Drawings and per approved submittals.2. Pop Up Rotators shall be installed plumb and vertical to finish grade unless otherwise

noted on plan3. Replace all clogged nozzles with new nozzles.4. Adjust rotator arcs and radii as needed to prevent overspray onto hardscape, walkways,

buildings etc.5. Spacing of heads shall not exceed the maximum indicated on the Drawings. In no cased

shall the spacing exceed the maximum recommended by the manufacturer. 6. Swing joints shall be in accordance with the details and approved submittals.7. Add additional heads as needed to provide head to head coverage with no additional cost

to Owner.

R. Pop Up Bubblers

1. Install Pop Up Bubblers as detailed on the Drawings and per approved submittals.2. Pop Up Bubblers shall be installed plumb and vertical to finish grade unless otherwise

noted on plan. 3. Flush irrigation lines clear of dirt and debris prior to installing bubblers.

S. Root Zone Watering System

1. Install Root Zone Watering System as detailed on the Drawings and per approved submittals.

2. Root Zone Watering System shall be installed plumb and vertical to finished grade.

Page 126: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

Franklin Avenue Landscape Improvements February 2020City of Yuba City

LANDSCAPE IRRIGATION©MELTON DESIGN GROUP 328400 - 17

3. Flush irrigation line clear of dirt and debris prior to installing Root Zone Watering Systems.

3.5 SYSTEM ADJUSTMENT

A. The Contractor shall flush and adjust all irrigation heads for optimum performance and to prevent over-spray onto walks, windows, roadways, and buildings.

B. If it is determined that adjustments in the irrigation equipment shall provide proper and more adequate coverage, the Contractor shall make such adjustments after written approval by the Owner. Adjustments shall include changes in head locations, nozzle size and degrees of arc as required without additional contract costs.

C. If it is determined that any irrigation equipment is improperly installed, the contractor shall reinstall the equipment to conform to contract documents.

D. All irrigation heads shall be set perpendicular to finished grades unless otherwise designated on the Drawings.

3.6 TESTING OF THE IRRIGATION SYSTEM

A. The Contractor shall request the presence of the Landscape Architect at least two (2) working days in advance of observation.

B. Open Trench pipe observation.

C. Coverage Test

1. Perform a rotator coverage test in the presence of the Landscape Architect to determine if the water coverage for landscape areas is complete and adequate.

2. A coverage test shall be performed after the irrigation system is completed, an irrigation water audit has been performed and recommended adjustments to the irrigation system are complete.

3. Furnish all materials and perform all work required to correct any inadequacies of coverage due to deviations from the Drawings or where the system has been willfully installed as indicated on the Drawings, when it is obviously inadequate without bringing this to the attention of the Landscape Architect.

4. The rotator coverage test shall be completed and approved before landscape material is planted.

3.7 FINAL ACCEPTANCE

A. Upon completion of all project work, including maintenance period and warranty period the Owner will, upon proper request, make an observation to determine final project acceptability.

B. Where observed work does not comply with the Plans and Specifications, replace rejected work and continue specified maintenance period until re-inspected by the Landscape Architect and

Page 127: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

Franklin Avenue Landscape Improvements February 2020City of Yuba City

LANDSCAPE IRRIGATION©MELTON DESIGN GROUP 328400 - 18

determined to be acceptable. All replacement materials and installations shall be in accordance with the Plans and Specifications. Remove rejected work and materials immediately from project.

1.10 TEMPORARY REPAIRS

The Owner reserves the right to make temporary repairs as necessary to keep the irrigation system in operating condition. The exercise of this right shall not relieve the Contractor of his responsibilities under the terms of the guarantee as herein specified.

1.11 MAINTENANCE

Provide maintenance as per “Landscape Maintenance”

1.12 CLEAN-UP

Clean up shall be made as each portion of work progresses. Refuse and excess dirt shall be removed from site. All walks and paving shall be broomed or washed down, and any damage sustained to the work of others shall be repaired to original conditions acceptable to the Owner.

1.13 INSPECTION SCHEDULE

A. The Contractor shall be responsible for notifying the Landscape Architect in advance for the following observations according to the time indicated:

1. Staking points of connection, location of irrigation main lines, remote control valves– two (2) working days

2. Open trench observation - two (2) working days3. Coverage test (after finish grade approval and prior to planting) - two (2) working days4. Substantial Completion - two (2) working days5. Final Acceptance - two (2) working days

B. No site visits shall commence without all items noted in previous Observation Reports, either completed or remedied, unless such compliance has been waived. Failure to accomplish punch list tasks or prepare adequately for desired observations shall make the Contractor responsible for reimbursing the Landscape Architect at his current billing rates per hour, plus transportation costs.

C. Normal progress observations shall be requested by the Contractor from the Landscape Architect as per specifications.

D. No final observation shall commence without Record Drawings. In the event the Contractor calls for an observation without Record Drawings, without completing previously noted corrections or without preparing the system for observations, he shall be responsible for reimbursing the Owner or Landscape Architect at the hourly rate in effect at the time of the observation (plus

Page 128: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

Franklin Avenue Landscape Improvements February 2020City of Yuba City

LANDSCAPE IRRIGATION©MELTON DESIGN GROUP 328400 - 19

transportation costs) for the inconvenience. No further observations will be scheduled until this charge has been paid.

END OF SECTION 328400

Page 129: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

Franklin Avenue Landscape Improvements February 2020City of Yuba City

PLANTING©MELTON DESIGN GROUP 329000 - 1

SECTION 329000 - PLANTING

PART I - GENERAL

1.01 CONDITIONS

A. The general provisions of the Contract, including General and Supplementary Conditions and General Requirements (if any) apply to the work specified in this Section.

1.02 SCOPE OF WORK

A. Furnish all labor, material, equipment, and services necessary to provide all landscape work, complete in place, as indicated on Drawings and specified herein.

Work specified in this Section, but is not limited to the following:

1. Soil preparation and excavation

2. Decomposed Granite Areas or Pathways

3. Landscape Fabric

4. Planting

5. Fertilizer

6. Tree Staking

5. Hydroseeding

6. Sodding

7. Clean-up

B. Related Work Specified in Other Sections

2. SECTION 32 8400 – PLANTING IRRIGATION

3. SECTION 32 0190 – OPERATIONS AND MAINTENANCE OF PLANTING 1.03 QUALITY ASSURANCE

A. Source Quality Control

1. Submit documentation to the Owner Representative at least sixty (60) days prior to start of planting that all plant material has been ordered. Arrange procedure for observation of plant material with the Owner at time of submission.

2. Plants shall be subject to observation and approval of the Owner Representative upon delivery for conformity to specifications. Such approval shall not impair the right of observation and rejection during progress of the work.

Page 130: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

Franklin Avenue Landscape Improvements February 2020City of Yuba City

PLANTING©MELTON DESIGN GROUP 329000 - 2

1.04 PRODUCT DELIVERY, STORAGE, AND HANDLING

A. Delivery

1. The Contractor, upon request by the Owner, shall provide receipts, delivery tickets, load tickets, etc. of all items delivered to the job site to verify products and total quantities.

2. Deliver fertilizer to site in original unopened containers bearing manufacturer's guaranteed chemical analysis, name trademark, and conformance to State Law.

3. Deliver plants with legible identification labels.

a. Label trees, evergreens, bundles of containers of like shrubs, or ground cover plants.b. State correct plant name and size indicated on plant list.c. Use durable waterproof labels with water-resistant ink which will remain legible for at

least sixty (60) days.

7. Protect plant material during delivery to prevent damage to root ball or desiccation of leaves.

8. The Contractor shall notify the Owner Representative forty-eight (48) hours in advance of delivery of all plant materials for observation either at the site or at the local nursery.

B. Storage

1. Store plant material in shade and protect from weather.

2. Maintain and protect plant material. Contractor shall be responsible for replacement of material due to theft or vandalism.

C. Handling

1. Do not drop plant materials.

2. Do not pick up container plant material by stems or trunks.

1.05 JOB CONDITIONS

A. Planting: Perform actual planting only when weather and soil conditions are suitable in accordance with locally accepted practice.

B. Scheduling: Install trees, shrubs, and ground cover plant material before lawn areas are installed and after irrigation system is operable.

C. Protect work and materials from damage due to construction operations by other contractors and trades and by vandalism. Maintain protection during installation and maintenance period.

1.06 SAMPLES AND TESTS

A. The Owner Representative reserves the right to take and analyze samples of materials for conformity to specifications at any time. The Contractor shall furnish samples upon request by Owner Representative. Rejected materials shall be immediately removed from the site at

Page 131: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

Franklin Avenue Landscape Improvements February 2020City of Yuba City

PLANTING©MELTON DESIGN GROUP 329000 - 3

Contractor's expense. Cost of testing of materials not meeting specifications shall be paid by the Contractor.

B. Contractor shall submit sample of decomposed granite, garden soil, and landscape fabric to Landscape Architect and Owner Representative for approval prior to installation.

C. Soil analysis for turf and planting areas shall be performed as noted on planting plans.

1.07 GUARANTEE AND REPLACEMENT

A. Guarantee: All plant material and other materials installed under the Contract shall be guaranteed against any and all poor, inadequate, or inferior materials and/or workmanship for a period of one (1) year. Any plant found to be dead or not in a satisfactory or healthy condition due to faulty materials, workmanship, or improper maintenance as determined by the Owner Representative, shall be replaced by the Contractor at his expense.

B. Replacement: Any materials found to be dead, missing, or not in a satisfactory or healthy condition during the maintenance period shall be replaced immediately. The Owner Representative shall be the sole judge as to the condition of material. Material to be replaced within the guarantee period shall be replaced by the Contractor within fifteen (15) days of written notification by the Owner Representative. All replacement materials and installation shall comply with the Drawings and Specifications.

PART 2 - PRODUCTS

2.01 GENERAL

All materials shall be of standard, approved, and first-grade quality and shall be in prime condition when installed and accepted. Any commercially processed or packaged material shall be delivered to the site in the original unopened container bearing the manufacturer's guaranteed analysis. The Contractor shall supply the Owner Representative with a sample of all supplied materials accompanied by analytical data from an approved laboratory source illustrating compliance of bearing the manufacturer's guaranteed analysis.

2.02 PRODUCTS

A. Soil Conditioner

1. Gro-Power Plus: Humus (bacteria included based fertilizer and soil conditioner) with soil penetrant shall consist of the following percents by weight:

5 % nitrogen 3 % phosphoric acid 1 % potash50 % humus15 % humic acids

B. Soil Amendment

1. Nitrogen Stabilized Shavings: 0.56 to 0.84% N based on dry weight for fir bark mulch, treated with relative form of nitrogen (NH3).

a. Particle Size: 95% - 100% passing 6.35 mm standard sieve.

Page 132: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

Franklin Avenue Landscape Improvements February 2020City of Yuba City

PLANTING©MELTON DESIGN GROUP 329000 - 4

80% - 100% passing 2.33 mm standard sieve.b. Salinity: The saturation extract conductivity shall not exceed 3.5 mil/centimeter at 25

degrees (25°) centigrade as determined by saturation extract method.c. Iron Content: Minimum 0.08% dilute acid soluble Fe on dry weight basis.d. Ash: 0 - 6.0% (dry weight).

C. Fertilizer

1. Fertilizer: Shall be Gro-Power Plus (bacteria included) with soil penetrant and shall consist of the following percents by weight:

5% nitrogen3% phosphoric acid1% potash50% humus15% humic acid

2. Fertilizer: Shall consist of the following percents by weight:

6% nitrogen20% phosphoric acid20% potash

3. Ammonia Sulfate: Shall consist of the following percents by weight:

21% nitrogen0% phosphoric acid0% potash

4. Turf Starter Fertilizer: Shall consist of the following percents by weight:

16% nitrogen6% phosphoric acid

8% potash

5. Planting Tablets: Slow-release 21 gram tablets as manufactured by Agriform or approved equal, containing the following percent-ages of nutrients by weight:

20 % nitrogen10 % phosphoric acid5 % potash

6. Inoculum: Shall be GroLife Mycorrhizal Inoculum / Soil Conditioner.

D. Imported Soil

1. Imported soil shall be obtained from a source approved by the Landscape Architect. 2. Imported topsoil shall be of friable sandy-loam texture free of refuse, roots, heavy or stiff

clay, rocks, sticks, brush, or other deleterious materials. Topsoil acidity range (pH) shall be between 6.5 to 7.5 containing a minimum of 4% and a maximum of 25% organic matter. Topsoil shall be free of all noxious weeds. Topsoil samples and analysis shall be

Page 133: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

Franklin Avenue Landscape Improvements February 2020City of Yuba City

PLANTING©MELTON DESIGN GROUP 329000 - 5

submitted to the Landscape Architect for approval prior to delivery of any soil to the project site. Should the Landscape Architect reject any portion of the delivered soil, for any reason, it shall be removed immediately at no cost to the Owner.

3. Topsoil, if rejected, shall be amended to meet specifications. Submit amended topsoil analysis to Landscape Architect for verification.

E. Plant Material

1. The plant material indicated on the Drawings by the listed names shall conform to "Standard Plant Names", second edition, except for names not covered there in, the established customs of the nursery trade is followed. All plants shall be true to name, above one of each bundle or lot shall be tagged with the name and size of the plant, in accordance with the standards of practice recommended by the American Association of Nurserymen. All plant materials shall meet the specifications of Federal, State, and County laws, requiring observation for plant diseases and insect infestations. Plants shall be symmetrical, typical for variety and species, sound, healthy, vigorous, free from plant diseases, insect pests or other eggs, and shall have healthy, normal root systems, while filling their containers, but not to the point of being root bound. Use only plant materials that are first class representative of the species and cultivars specifies and that conform to all State and local laws governing the sale, transportation and observation of plant materials. Plants shall have straight, single trunks, unless otherwise specified on the plans. Those specified to be multi-trunk shall have at least three (3) main leaders from the base. Any and all plants that have any encircling roots (not root bound) shall have root balls lightly slashed on a minimum of three (3) sides to stop encircling root growth. The height and spread of all plant materials shall be measured with branches in their normal position. Sizes of plants shall be as stated on the plant list, five and fifteen (5 & 15) gallon container stock shall have been grown in that container not less than six (6) months but shall not have been overgrown in the containers so as to have become root bound.

2. The size of the plants will correspond with that normally expected for species and variety of commercially available nursery stock or as specified in the Special Conditions or Drawings. The minimum acceptable size of all plants, measured before pruning with the branches in normal position, shall conform with the measurements, if any, specified on the Drawings in the list of plants to be furnished. Plants larger in size than specified may be used with the approval of the Landscape Architect, but if the use of larger plants is approved, the ball of earth or spread of roots for each plant will be increased proportionally. Plant material shall conform to the following Specifications for container stock:

SHRUBS

SIZE TYPE EXAMPLE HEIGHT SPREAD CALIPER 1 Gal. low growing Pitt. tobira - etc. 8-10" 6-8" 1 Gal. tall growing Pitt. eugen. - etc. 10-12" 6-8" 5 Gal. low growing Pitt. tobira - etc. 15-18" 15-18" 5 Gal. tall growing Pitt. eugen. - etc, 24-30" 15-18"15 Gal. low growing Pitt. tobira - etc. 30-36" 30-36"15 Gal. tall growing Pitt eugen. - etc. 42-48" 36-42"

TREES

Page 134: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

Franklin Avenue Landscape Improvements February 2020City of Yuba City

PLANTING©MELTON DESIGN GROUP 329000 - 6

5 Gal. slow growing Quercus - etc. 5-6' 12-18" 1/4 - 1/2" 5 Gal. fast growing Euc. - Prunus - etc. 6-7' 12-18" 1/2 - 3/4"15 Gal. slow growing Quercus - Pyrus - etc. 7-8' 24-30" 3/4 - 1"15 Gal. fast growing Euc. - Prunus - etc. 8-10' 30-36" 1- 1 1/4"24" Box slow growing Quercus - Pyrus - etc. 8-10' 3-4' 1 1/2-1 3/4"24" Box fast growing Euc. - Prunus - etc. 10-12' 4-5' 1 3/4-2 1/230" Box slow growing Quercus - Pyrus - etc. 12-14' 6-7' 2 1/2 - 3"30" Box fast growing Euc. - Prunus - etc. 12-14' 6-7' 2 1/2 - 3"36" Box slow growing Quercus - Pyrus - etc. 14-16' 8-10' 2 1/2 - 3"36" Box fast growing Euc. - Prunus - etc. 14-16' 8-10' 2 1/2 - 3"36" Box fast growing Euc.- Prunus - etc. 14-16' 8-10' 2 1/2 - 3"

3. All plants not conforming to the requirements herein specified, shall be considered defective and such plants, whether in place or not, shall be marked as rejected and immediately removed from the site of the work and replaced with new plants at the Contractor's expense. The plants shall be of the species, variety, size, and condition specified herein or as shown on the Drawings. Under no conditions will there be any substitution of plants or sizes listed on the plans, except with the expressed written approval of the Owner Representative.

4. At no time shall trees or plant materials be pruned, trimmed, or topped prior to delivery and any alteration of their shape shall be conducted only with the approval and when in the presence of the Owner Representative and/or as noted on the Planting Specifications.

5. Nursery Grown and Collected Stock

a. Plant materials shall conform with the best edition of ANSI Z60.1-1990 American Standard for Nursery Stock.

b. Grown under climatic conditions similar to those in locality of project.c. Container-grown stock in vigorous, healthy condition, not root bound or with root

system hardened off.d. Use only linear stock plant material which is well established in removable containers

or formed homogeneous soil sections.

6. Ground Cover: Ground cover plants shall be grown in flats, peat pots, or taken as cuttings, as indicated on the plans. Flat grown plants (rooted cuttings) shall remain in those flats until transplanting. The flat's soil shall contain sufficient moisture so that it will not fall apart when lifting the plants. If plants from peat pots are used, the pots shall be protected at all times prior to planting to prevent unnecessary drying of the rootball.

F. Tree Staking Material

1. Stakes for Tree Support

a. Wood Tree Stakes: Untreated Lodge pole pine stakes full-length. Minimum nominal size: two inches in diameter x eight feet (2"x 8') long and pointed at one (1) end (adjust length to fit tree). Stakes shall be free from knots, checks, splits, or disfigurements.

2. Ties

Page 135: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

Franklin Avenue Landscape Improvements February 2020City of Yuba City

PLANTING©MELTON DESIGN GROUP 329000 - 7

a. 24" length cinch tie as manufactured by V.I.T. Company 1-714-871-2309 or approved equal.

3. Duckbill Total System tree anchor kit with white vinyl coated cable by Foresight

Products, Inc., 1-800-325-5360.

a. Safety sleeve one-half (1/2) inch black polyethylene tubing.

G. Mulch

1. Mulch shall be walk-on fir bark mulch as manufactured by Lassen Forest Products, Red Bluff CA., 1-800-621-8557 or approved equal.

2. The mulch shall consist of fir bark mulch with a particle range of three-quarter to one and one-half (3/4 -1 1/2) inch in diameter. Shredded redwood bark ("gorilla hair") is not acceptable.

H. Sod

1. Sod varieties shall be as specified on Drawings. Sod shall be healthy, weed free, and obtained from a certified sod growing nursery or farm.

2. All sod shall be cut within twenty-four (24) hours prior to installation.

3. Sod shall not have netting material.

I. Hydro-Seed Mix

1. Seed mix shall be as specified on the Drawings.

2. Seed shall be weed free, fresh, re-cleaned, Grade A, new crop, consisting of the percentages of mix as specified. Seed shall be labeled in accordance with the U.S. Department of Agriculture Rules and Regulations under the Federal Seed Act presently in effect.

3. Seed shall be provided from and mixed by a certified dealer. Seed mixture shall be labeled with manufacturer's guaranteed analysis, germination rate, and purity rate.

J. Wood Cellulose Fiber Mulch (Hydromulching)

1. Mulch shall be especially prepared wood cellulose fibers with no growth or gemination inhibiting factors, and dyed green to facilitate visual metering during application. Mulch shall be equal to Silva-Fiber as manufactured by Weyerhauser Company, Tacoma, Washington. Wood cellulose fiber shall have additional characteristics of dispersing rapidly in water to form a homo-generous slurry and remain in such state when agitated in the hydraulic mulching unit.

2. When applied, the wood cellulose fiber must form an absorptive mat but not a plant inhibiting membrane, which will allow moisture to percolate into the underlying soil. The wood cellulose fiber mulch shall be supplied compressed in packages containing fifty (50)

Page 136: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

Franklin Avenue Landscape Improvements February 2020City of Yuba City

PLANTING©MELTON DESIGN GROUP 329000 - 8

pounds of material having an equilibrium air dry moisture content at time of manufacture of 12% plus or minus 2.

K. Binders

1. "AM-TAC" (AZ-TAC Products, Inc.) tackifier to bind fiber mulch to prevent erosion.

L. Fungicide

1. "Subdue" (Cibiba-Geigy) or approved equal.

2. Sod Planting – Fungicide labeled for fungi known to effect turf grass in Northern Central Valley or Northern California.

M. Pre-emergent

1. Pre-emergent, as approved by the Landscape Architect, prevent annual weed development in hydromulch applications. Do not use in hydromulch mixes incorporating annual wildflower or grass seeds.

N. Weed Control

1. Use Enide (Upjohn), Dymid (Elanco Products Co.), Treflan, Eptan, Surflan, or approved equal.

O. Root Barrier

1. By Deep Root Corp. model numbers LB-12-2 and LB-18-3 or approved equal.

PART 3 - EXECUTION

3.01 OBSERVATION

The Owner Representative to verify that final grades have been established prior to beginning planting operations. The Landscape Architect to observe, shrubs and liner stock plant material for injury, insect infestation, and trees and shrubs for improper pruning. Do not begin planting of trees until deficiencies are corrected or plants replaced.

3.02 LAYOUT OF PLANTING AREAS

A. Stake or mark with lime locations for plants and outline of planting beds on ground. Do not begin excavation until plant locations and plant beds are acceptable to the Landscape Architect. The irrigation system shall be operational and approved prior to planting.

B. Locations for plants and outlines of areas to be planted shall be marked on the ground by the Contractor before any plant pits are dug. All such locations shall be approved by the Landscape Architect. If an underground construction or utility line is discovered prior to work, other locations for planting may be selected by the Landscape Architect.

3.03 INSTALLATION

A. Preparation of planting areas excluding hydroseed areas:

Page 137: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

Franklin Avenue Landscape Improvements February 2020City of Yuba City

PLANTING©MELTON DESIGN GROUP 329000 - 9

1. After approximate finished grades have been established, soil shall be conditioned and fertilized in the following manner. Soil conditioner shall, at the following rate, be uniformly spread and cultivated thoroughly by means of mechanical tiller into the top six (6) inches of soil.

Turf Areas:

a. Twenty one (21) pounds of NPK6-20-20 per 1,000 square feet.b. Three (3) cubic yards of nitrogen stabilized shavings per 1,000 square feet.c. One half (0.5) pound zinc sulfate per 1,000 square feet.d. Two (2) pounds ammonium sulfate per 1,000 square feet.

All other planters:

a. Amend per soil analysis in section 1.06 samples analysis test.

2. All soil areas shall be compacted and settled by application of heavy irrigation to a minimum depth of twelve (12) inches.

3. At time of planting, the top six (6) inches of all areas to be planted shall be free of stones, stumps, or other deleterious matter one (1) inch in diameter or larger, and shall be free from all wire plaster, or similar objects that would be a hindrance to planting and maintenance. All rock larger than 1 inch to be removed by mechanical means, either by sieve for loose rock and by heavy equipment if solid bedrock.

B. Final Grades

1. Finished grading shall insure proper drainage of the site. Conform to specification SECTION 31 22 00 SITE GRADING.

2. The following areas shall be graded so that the final grades shall be established below adjacent paved areas, sidewalks, valve boxes, clean outs, area drains, curbs, etc. as follows:

a. Shrub/ground cover areas: 3 inches.b. Sod areas: 1-1/2 inches.c. Hydroseed areas: 1/2 inch.

3. Surface drainage shall be away from all building foundations, where applicable.

4. Dispose of excess or soil on site per direction of Owner Representative.

3.04 PLANT INSTALLATION

A. General

1. Actual planting shall be performed during those periods when weather and soil conditions are suitable and in accordance with locally accepted practice, as approved by the Owner Representative.

2. Only as many plants as can be planted and watered on that same day shall be distributed in a planting area.

Page 138: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

Franklin Avenue Landscape Improvements February 2020City of Yuba City

PLANTING©MELTON DESIGN GROUP 329000 - 10

3. Container shall be opened and plants shall be removed in such a manner that the ball of earth surrounding the roots is not broken and they shall be planted and watered as herein specified immediately after removal from the containers. Containers shall not be opened prior to placing the plants in the planting area.

B. Layout of Major Plantings

1. Locations for plants and outlines of areas to be planted shall be marked on the ground by the Contractor before any plant pits are dug. All such locations shall be approved by the Landscape Architect. If an underground construction or utility line is discovered prior to work, other locations for planting may be selected by the Landscape Architect.

C. Planting of Trees and Shrubs

1. Excavation for planting shall include the stripping and stocking of all acceptable topsoil encountered within the areas to be excavated for trenches, tree holes, plant pits, and planting beds.

2. Excess soil generated from the planting holes and not used as backfill or in establishing the final grades shall spread nearby on site or removed offsite as directed by Owner Representative.

3. Excavating for Planting:

a. Shape

i. Vertical sides and flat bottom.ii. Plant pits to be square for box material, circular for canned material.iii. Scarify sides and bottom of each pit.

b. Size: All trees and shrubs shall have planting pits dug twice the diameter of the root ball. Backfill around the root ball with prepared backfill mix.

4. Protect all areas from excessive compaction when trucking plants or other materials to planting site.

5. Container Removal

a. Cut container on two (2) sides with an acceptable can cutter.

b. Do not injure the root ball.

c. Do not cut cans with spade or ax.

d. Carefully remove plants without injury or damage to root ball.

e. After removing plant, manually scarify root ball to loosen perimeter roots.

6. Box Removal

a. Remove bottom of plant boxes before planting.

Page 139: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

Franklin Avenue Landscape Improvements February 2020City of Yuba City

PLANTING©MELTON DESIGN GROUP 329000 - 11

b. Remove sides of box without damage to root ball after positioning plant and partially backfilling.

7. Center plant in pit.

8. Face plants with fullest growth into prevailing wind.

9. Set plant plumb and hold rigidly in position until soil has been tamped firmly around ball roots.

10. Remainder of planting pit shall be backfilled with:

a. Amended soil per Soil Analysis and Drawing Detail. b. Grow Power-Plus per rate of manufacture’s recommendations.c. Specified type and quantity of planting tablets.

11. All plants which settle shall be raised to the correct level. After the plant has been placed, additional backfill shall be added to the hole to cover approximately one-half (1/2) of the height of the root ball. Water shall be added to the top of the partly filled hole to thoroughly saturate the root ball and adjacent soil.

12. After the water has completely drained, planting tablets shall be placed adjacent to but not in contact with root ball:

a. One (1) tablet per 1-gallon container.b. Two (2) tablets per 5-gallon container.c. Three (3) tablets per 15-gallon container.d. Four (4) tablets per 24" box.e. Five (5) tablets per 30" box.f. Six (6) tablets per 36" box.g. Seven (7) tablets per 42" box.h. Eight (8) tablets per 48" box and larger box sizes.

13. The remainder of the hole shall be backfilled.

14. After backfilling an earthen basin shall be constructed around each plant. Each basin shall be of a depth sufficient to hold at least two (2) inches of water. Basin shall be of a size suitable for the individual plant. In no case shall the basin for fifteen (15) gallon plant be less than four (4) feet in diameter; a five (5) gallon plant less than three (3) feet in diameter. The basins shall be constructed of amended backfill materials, and shall not be constructed for trees in turf areas. Edge of planter to be 2-1/2” below finish grade to allow for decomposed granite and prevent spilling onto sidewalk and existing parking lot.

15. Pruning: Pruning shall be limited to the minimum necessary to remove injured twigs and branches and to compensate for loss of roots during transplanting, but never to exceed one-third (1/3) of the branching structure. Upon approval of the Owner, pruning may be done before delivery of plant, but not before plants have been observed and approved. Cuts over three-quarter (3/4) inch in diameter shall be painted with tree wound paint.

16. Staking and Guying.

a. Staking of all trees shall conform to tree staking and tree guying details.

Page 140: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

Franklin Avenue Landscape Improvements February 2020City of Yuba City

PLANTING©MELTON DESIGN GROUP 329000 - 12

b. Flagging: All guys are to be flagged 90% of the wire length and shall be covered with black polyethylene one-half (1/2) inch diameter tube.

c. One (1) tree of each size shall be staked and approved by the Owner prior to continued staking.

D. Planting of Ground Cover

1. Ground cover shall be planted in straight rows and evenly spaced, unless otherwise noted, and at intervals called out in the Drawings. Triangular spacing shall be used unless otherwise noted on the Drawing.

2. Each rooted plant shall be planted with its proportionate amount of flat soil or in a peat pot in a manner that will ensure minimum disturbance of the root system, but in no case shall this depth be less than two (2) nodes. To avoid drying out, planting shall be immediately irrigated after planting until the entire area is soaked to the full depth of each hole, unless otherwise noted on the Drawing.

3. Care shall be exercised at all times to protect the plants after planting. Any damage to plants by trampling or other operations of this Contract shall be repaired immediately.

E. Sod Planting

1. Soil Preparation: As per paragraph 3.03 A.

2. Grading and Rolling: Carefully smooth all surfaces to be sodded. Roll area to expose soil depressions or surface irregularities. Regrade as required.

3. Fertilizing: Spread turf fertilizer (16-6-8) onto the soil evenly at the rate of four (4) pounds per 1,000 square feet of lawn area.

4. Laying sod: Lay first strip of sod along a straight line (use a string in irregular areas). Butt joints tightly, but do not overlap edges. Gaps in sod will not be acceptable. On second strip, stagger joints. Use a sharp knife to cut sod to fit curves, edges and irrigation heads.

5. Watering: Do not lay whole lawn before watering. When a conveniently large area has been sodded, water lightly to prevent drying. Continue to lay sod and to water until installation is complete.

6. Rolling sod: After laying all sod, roll lightly to eliminate irregularities and to form good contact between sod and soil. Avoid a very heavy roller or excessive initial watering which may cause roller marks.

7. Irrigation: Water thoroughly the completed lawn surface. Soil should be moistened at least eight (8) inches deep. Repeat irrigation at regular intervals to keep sod moist at all times until rooted. After sod is established, decrease frequency and increase amount of water per application as necessary.

8. Replacement: Replace all dead or dying sod with equal material as directed by the Owner.

F. Weed Control

Page 141: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

Franklin Avenue Landscape Improvements February 2020City of Yuba City

PLANTING©MELTON DESIGN GROUP 329000 - 13

1. Apply weed control to all non-turf areas after completion of all planting and one (1) complete watering (to "set" plants).

2. Apply as per manufacturer's specifications.

H. Fungicide

1. Apply fungicide to all turf following installation.

2. Apply as per manufacturer’s specifications.

3. After initial application apply at two-week intervals as required to prevent fungus until end of maintenance period.

J. Hardpan Conditions

1. Where hardpan exists, whether it is in the form of caliche or other impervious clay, and it is within the top two-and-one-half feet (2-1/2') of soil, use powered equipment to break through completely at each plant location to allow drainage and root growth. Remove hardpan at least one-and-one-half feet (1-1/2') greater than the rootball diameter of plant. Backfill with soil mix as specified.

2. Where hard pan is within the first twelve (12) inches of soil, it shall be completely penetrated for all trees and shrubs.

3.05 OBSERVATION SCHEDULE

A. The Contractor shall be responsible for notifying the Owner Representative in advance for the following observations according to the time indicated:

1. Pre-construction conference - 7 days.

2. Rough grade review - 48 hours.

3. Irrigation equipment and mow curb layout. – 48 hours.

4. Controller and backflow preventer installation review – Not for this project.

5. Irrigation pressure line and lateral line installation and testing - 48 hours.

6. Irrigation coverage test - 48 hours.

7. Finish grade review - 48 hours.

8. Plant material review - 48 hours.

9. Plant layout review - 48 hours.

10. Soil preparation, plant layout, and planting operations. One (1) tree with each type of specified shall be approved prior to planting of trees - 48 hours.

11. End of landscape installation - 48 hours.

Page 142: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

Franklin Avenue Landscape Improvements February 2020City of Yuba City

PLANTING©MELTON DESIGN GROUP 329000 - 14

12. End of landscape maintenance/Final Acceptance - 48 hours.

B. No site visits shall commence without all items noted in previous Observation Reports either completed or remedied, unless such compliance has been waived. Failure to accomplish punch list tasks or prepare adequately for desired observations shall make the Contractor responsible for reimbursing the Owner at current billing rates per hour, plus transportation costs.

3.06 CLEAN UP

After all planting operations have been completed; remove all trash, excess soil, empty plant containers, or rubbish from the property. All scars, ruts, or other marks in the ground caused by this work shall be repaired and the ground left in a neat and orderly condition throughout the site. The Contractor shall pick-up all trash resulting from this work no less frequently than each Friday before leaving the site, once a week, and/or the last working day of each week. All trash shall be removed completely from the site. The Contractor shall leave the site area broom-clean and shall wash down all paved areas within the Contract area, leaving the premises in a clean condition acceptable to the Owner Representative.

3.07 LANDSCAPE MAINTENANCE

Provide Landscape Maintenance as per SECTION 32 0190 – OPERATIONS AND MAINTENANCE OF PLANTING.

END OF SECTION 329000

Page 143: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Special Provisions FRANKLIN AVENUE IMPROVEMENTS Page 90 CONTRACT NO. 18-01

ATTACHMENT A

SECTION 3 CLAUSE

All Section 3 covered contracts shall include the following clause (referred to as the Section 3 clause):

1. The work to be performed under this contract is subject to the requirements

of Section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701u (Section 3). The purpose of Section 3 is to ensure that employment and other economic opportunities generated by HUD assistance or HUD-assisted projects covered by Section 3 shall, to the greatest extent feasible, be directed to low- and very low-income persons, particularly persons who are recipients of HUD assistance for housing.

2. The parties to this contract agree to comply with HUD’s regulations in 24

CFR Part 135, which implement Section 3. As evidenced by their execution of this contract, the parties to this contract certify that they are under no contractual or other impediment that would prevent them from complying with the Part 135 regulations.

3. The contractor agrees to send to each labor organization or representative

of workers with which the contractor has a collective bargaining agreement or other understanding, if any, a notice advising the labor organization or workers’ representative of the contractor’s commitments under this Section 3 clause, and will post copies of the notice in conspicuous places at the work site where both employees and applicants for training and employment positions can see the notice. The notice shall describe the Section 3 preference, shall set forth minimum number and job titles subject to hire, availability of apprenticeship and training positions, the qualifications for each, the name and location of the person(s) taking applications for each of the positions, and the anticipated date the work shall begin.

4. The contractor agrees to include this Section 3 clause in every subcontract

subject to compliance with regulations 24 CFR Part 135 and agrees to take appropriate action, as provided in an applicable provision of the subcontract or in this Section 3 clause, upon a finding that the subcontractor is in violation of the regulations in 24 CFR Part 135. The contractor will not subcontract with any subcontractor where the contractor has notice or knowledge that the subcontractor has been found in violation of the regulations in 24 CFR Part 135.

5. The contractor will certify that any vacant employment positions, including

training positions, that are filled (1) after the contractor is selected but before the contract is executed, and (2) with persons other than those to whom the regulations of 24 CFR Part 135 require employment opportunities to be directed, were not filled to circumvent the contractor’s obligations under 24 CER Part 135.

6. Noncompliance with HUD’s regulations in 24 CFR Part 135 may result in

Page 144: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Special Provisions FRANKLIN AVENUE IMPROVEMENTS Page 91 CONTRACT NO. 18-01

sanctions, termination of this contract for default, and debarment or suspension from future HUD-assisted contracts.

Page 145: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Special Provisions FRANKLIN AVENUE IMPROVEMENTS Page 92 CONTRACT NO. 18-01

ATTACHMENT B

EQUAL OPPORTUNITY

STANDARD CONTRACT LANGUAGE ALL CONTRACTS AND SUBCONTRACTS

1. The Civil Rights, Age Discrimination and Rehabilitation Acts Assurance:

During the performance of this Agreement, Contractor assures that no otherwise qualified person shall be excluded from participation or employment, denied program benefits, or subjected to discrimination based on race, color, national origin, sex, age, or handicap, under any program or activity funded by this Agreement, as required by Title VI of the Civil Rights Act of 1964, Title I of the Housing and Community Development of 1974 as amended, the Age Discrimination Act of 975, and the Rehabilitation Act of 1973, and all implementing in regulations.

2. The Training, Employment and Contracting Opportunities for Business and Lower Income Persons Assurance of Compliance:

a. The work to be performed under this Agreement is on a project assisted under a program providing direct federal financial assistance from the Department of Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701u. Section 3 requires that, to the greatest extent feasible, opportunities for training and employment be given to lower income residents of the project area and contracts for work in connection with the project be awarded to business concerns which are located in or owned in substantial part by persons residing in the area of the project.

b. The parties to this Agreement will comply with the provisions of said

Section 3 and the regulations issued pursuant thereto by the Secretary of Housing and Urban Development set forth in 24 CFR Part 135, and all applicable rules and orders of the Department issued thereunder prior to the execution of this Agreement. The parties to this Agreement certify and agree that they are under no contractual or other disability which would prevent them from complying with these requirements.

c. Contractor will send to each labor organization or representative of

workers with which he has a collective bargaining agreement or other contract or understanding, if any, a notice advertising the said labor organization or worker’s representative of his commitments under Section 3 clause and shall post copies of the notice in conspicuous places available to employees and applicants for employment or training.

3. State Nondiscrimination Clause

Page 146: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Special Provisions FRANKLIN AVENUE IMPROVEMENTS Page 93 CONTRACT NO. 18-01

a. During the performance of this Agreement, Contractor and its subcontractors shall not unlawfully discriminate against any employee or applicant of employment because of race, religion, color, national origin, ancestry, physical handicap, medical condition, marital status, age (over 40), or sex. Contractor and subcontractor shall ensure that the evaluation and treatment of their employees and applicants for employment are free of such discrimination. Contractor and subcontractors shall comply with the provisions of the Fair Employment and Housing Act (Government Code Section 13900 et seq.) and the applicable regulations promulgated thereunder (California Administrative code, Title 2, Section 7285.0 et seq.). The applicable regulations of the Fair Employment and Housing commission implementing Government Code Section 12990, set forth in Chapter 5 of Division 4 of Title 2 of the California Administrative Code, are incorporated into this Agreement by reference and made a part hereof as if set forth in full. Contractor and its subcontractors shall give written notice of their obligations under this clause to labor organizations with which they have a collective bargaining or other agreement.

b. This Agreement shall include the nondiscrimination and compliance

provisions of this clause in all subcontracts to perform work under the Agreement. Contractor hereby agrees to abide by the requirements of Executive Order 11246 and all implementing regulations of the Department of Labor.

Page 147: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

Federal Labor Standards Provisions U.S. Department of Housing and Urban Development Office of Labor Relations

Previous editions are obsolete

Page 1 of 5

form HUD-4010 (06/2009) ref. Handbook 1344.1

Applicabil ity

The Project or Program to which the construct ion work covered by this contract pertains is being assisted by the United States of America and the fol lowing Federal Labor Standards Provisions are included in this Contract pursuant to the provisions appl icable to such Federal assistance.

A. 1. (i ) Minimum Wages. All laborers and mechanics employed or working upon the site of the work, wi l l be paid uncondit ional ly and not less often than once a week, and without subsequent deduct ion or rebate on any account (except such payrol l deduct ions as are permit ted by regulat ions issued by the Secretary of Labor under the Copeland Act (29 CFR Part 3), the fu l l amount of wages and bona f ide fr inge benefi ts (or cash equivalents thereof) due at t ime of payment computed at rates not less than those contained in the wage determinat ion of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relat ionship which may be al leged to exist between the contractor and such laborers and mechanics. Contribut ions made or costs reasonably ant ic ipated for bona f ide fr inge benef i ts under Sect ion l(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of 29 CFR 5.5(a)(1)(iv); also, regular contribut ions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs, which cover the part icular weekly period, are deemed to be construct ively made or incurred during such weekly period.

Such laborers and mechanics shal l be paid the appropriate wage rate and fr inge benefi ts on the wage determinat ion for the classif icat ion of work actual ly performed, without regard to ski l l , except as provided in 29 CFR 5.5(a)(4). Laborers or mechanics performing work in more than one classif icat ion may be compensated at the rate specif ied for each classif icat ion for the t ime actual ly worked therein: Provided, That the employer’s payrol l records accurately set forth the t ime spent in each classif icat ion in which work is performed. The wage determinat ion (including any addit ional c lassif icat ion and wage rates conformed under 29 CFR 5.5(a)(1)(i i ) and the Davis-Bacon poster (WH-1321) shal l be posted at al l t imes by the contractor and i ts subcontractors at the site of the work in a prominent and accessible, place where i t can be easi ly seen by the workers.

(i i ) (a) Any class of laborers or mechanics which is not l isted in the wage determinat ion and which is to be employed under the contract shal l be classif ied in conformance with the wage determinat ion. HUD shal l approve an addit ional c lassif icat ion and wage rate and fr inge benefi ts therefor only when the fol lowing cri ter ia have been met:

(1) The work to be performed by the classif icat ion requested is not performed by a classif icat ion in the wage determinat ion; and

(2) The classif icat ion is ut i l ized in the area by the construct ion industry; and

(3) The proposed wage rate, including any bona f ide fr inge benefi ts, bears a reasonable relat ionship to the wage rates contained in the wage determinat ion.

(b) I f the contractor and the laborers and mechanics to be employed in the classif icat ion (i f known), or their representat ives, and HUD or i ts designee agree on the classif icat ion and wage rate (including the amount designated for fr inge benefi ts where appropriate), a report of the act ion taken shal l be sent by HUD or i ts designee to the Administrator of the Wage and Hour Divis ion, Employment Standards Administrat ion, U.S. Department of Labor, Washington, D.C. 20210. The Administrator, or an authorized representat ive, wi l l approve, modify, or disapprove every addit ional c lassif icat ion act ion within 30 days of receipt and so advise HUD or i ts designee or wi l l not i fy HUD or i ts designee within the 30-day period that addit ional t ime is necessary. (Approved by the Off ice of Management and Budget under OMB control number 1215-0140.)

(c) In the event the contractor, the laborers or mechanics to be employed in the classif icat ion or their representat ives, and HUD or i ts designee do not agree on the proposed classif icat ion and wage rate (including the amount designated for f r inge benefi ts, where appropriate), HUD or i ts designee shal l refer the quest ions, including the views of al l interested part ies and the recommendation of HUD or i ts designee, to the Administrator for determinat ion. The Administrator, or an authorized representat ive, wi l l issue a determinat ion within 30 days of receipt and so advise HUD or i ts designee or wi l l not i fy HUD or i ts designee within the 30-day period that addit ional t ime is necessary. (Approved by the Off ice of Management and Budget under OMB Control Number 1215-0140.)

(d) The wage rate (including fr inge benefi ts where appropriate) determined pursuant to subparagraphs (1)(i i ) (b) or (c) of this paragraph, shal l be paid to al l workers performing work in the classif icat ion under th is contract from the f irst day on which work is performed in the classif icat ion.

(i i i ) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fr inge benefi t which is not expressed as an hourly rate, the contractor shal l ei ther pay the benefi t as stated in the wage determinat ion or shal l pay another bona f ide fr inge benefi t or an hourly cash equivalent thereof.

(iv) I f the contractor does not make payments to a trustee or other third person, the contractor may consider as part

Page 148: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

Previous editions are obsolete Page 2 of 5

form HUD-4010 (06/2009) ref. Handbook 1344.1

of the wages of any laborer or mechanic the amount of any costs reasonably ant ic ipated in providing bona f ide fr inge benefi ts under a plan or program, Provided, That the Secretary of Labor has found, upon the writ ten request of the contractor, that the appl icable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obl igat ions under the plan or program. (Approved by the Off ice of Management and Budget under OMB Control Number 1215-0140.)

2. Withholding. HUD or i ts designee shal l upon i ts own act ion or upon writ ten request of an authorized representat ive of the Department of Labor withhold or cause to be withheld from the contractor under this contract or any other Federal contract with the same prime contractor, or any other Federal ly-assisted contract subject to Davis-Bacon prevai l ing wage requirements, which is held by the same prime contractor so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprent ices, trainees and helpers, employed by the contractor or any subcontractor the ful l amount of wages required by the contract In the event of fai lure to pay any laborer or mechanic, including any apprent ice, trainee or helper, employed or working on the site of the work, al l or part of the wages required by the contract, HUD or i ts designee may, after wr i t ten not ice to the contractor, sponsor, appl icant, or owner, take such act ion as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds unt i l such violat ions have ceased. HUD or i ts designee may, after wri t ten not ice to the contractor, disburse such amounts withheld for and on account of the contractor or subcontractor to the respect ive employees to whom they are due. The Comptrol ler General shal l make such disbursements in the case of direct Davis-Bacon Act contracts.

3. (i) Payrolls and basic records. Payrol ls and basic records relat ing thereto shal l be maintained by the contractor during the course of the work preserved for a period of three years thereafter for al l laborers and mechanics working at the si te of the work. Such records shal l contain the name, address, and social secur i ty number of each such worker, his or her correct c lassif icat ion, hourly rates of wages paid (including rates of contribut ions or costs ant ic ipated for bona f ide fr inge benefi ts or cash equivalents thereof of the types described in Sect ion l (b)(2)(B) of the Davis-bacon Act), dai ly and weekly number of hours worked, deduct ions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5 (a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably ant ic ipated in providing benefi ts under a plan or program described in Sect ion l(b)(2)(B) of the Davis-Bacon Act, the contractor shal l maintain records which show that the commitment to provide such benefi ts is enforceable, that the plan or program is f inancial ly responsible, and that the plan or program has been

communicated in writ ing to the laborers or mechanics affected, and records which show the costs ant ic ipated or the actual cost incurred in providing such benefi ts. Contractors employing apprent ices or trainees under approved programs shal l maintain wr it ten evidence of the registrat ion of apprent iceship programs and cert i f icat ion of trainee programs, the registrat ion of the apprent ices and trainees, and the rat ios and wage rates prescribed in the appl icable programs. (Approved by the Off ice of Management and Budget under OMB Control Numbers 1215-0140 and 1215-0017.)

(i i ) (a) The contractor shal l submit weekly for each week in which any contract work is performed a copy of al l payrol ls to HUD or i ts designee i f the agency is a party to the contract, but i f the agency is not such a party, the contractor wi l l submit the payrol ls to the appl icant sponsor, or owner, as the case may be, for transmission to HUD or i ts designee. The payrol ls submitted shal l set out accurately and completely al l of the information required to be maintained under 29 CFR 5.5(a)(3)(i) except that ful l social securi ty numbers and home addresses shal l not be included on weekly transmittals. Instead the payrol ls shal l only need to include an individual ly ident i fying number for each employee (e.g., the last four digits of the employee’s social securi ty number). The required weekly payrol l information may be submitted in any form desired. Optional Form WH-347 is avai lable for th is purpose from the Wage and Hour Divis ion Web site at http:/ /www.dol.gov/esa/whd/forms/wh347instr.htm or i ts successor site. The prime contractor is responsible for the submission of copies of payrol ls by al l subcontractors. Contractors and subcontractors shal l maintain the ful l social securi ty number and current address of each covered worker, and shal l provide them upon request to HUD or i ts designee i f the agency is a party to the contract, but i f the agency is not such a party, the contractor wi l l submit the payrol ls to the appl icant sponsor, or owner, as the case may be, for transmission to HUD or i ts designee, the contractor, or the Wage and Hour Divis ion of the Department of Labor for purposes of an invest igat ion or audit of compliance with prevai l ing wage requirements. I t is not a violat ion of this subparagraph for a prime contractor to require a subcontractor to provide addresses and social securi ty numbers to the prime contractor for i ts own records, without weekly submission to HUD or i ts designee. (Approved by the Off ice of Management and Budget under OMB Control Number 1215-0149.)

(b) Each payrol l submitted shal l be accompanied by a “Statement of Compliance,” s igned by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shal l cert i fy the fol lowing:

(1) That the payrol l for the payrol l period contains the information required to be provided under 29 CFR 5.5 (a)(3)(i i ), the appropriate information is being maintained under 29 CFR 5.5(a)(3)(i), and that such information is correct and complete;

Page 149: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

Previous editions are obsolete Page 3 of 5

form HUD-4010 (06/2009) ref. Handbook 1344.1

(2) That each laborer or mechanic (including each helper, apprent ice, and trainee) employed on the contract during the payrol l period has been paid the ful l weekly wages earned, without rebate, either di rect ly or indi rect ly, and that no deduct ions have been made either di rect ly or indirect ly from the ful l wages earned, other than permissible deduct ions as set forth in 29 CFR Part 3;

(3) That each laborer or mechanic has been paid not less than the appl icable wage rates and fr inge benefi ts or cash equivalents for the classif icat ion of work performed, as specif ied in the appl icable wage determinat ion incorporated into the contract.

(c) The weekly submission of a properly executed cert i f icat ion set forth on the reverse side of Optional Form WH-347 shal l sat isfy the requirement for submission of the “Statement of Compliance” required by subparagraph A.3.(i i )(b).

(d) The fals i f icat ion of any of the above cert i f icat ions may subject the contractor or subcontractor to civi l or c riminal prosecut ion under Sect ion 1001 of Tit le 18 and Sect ion 231 of Tit le 31 of the United States Code.

(i i i ) The contractor or subcontractor shal l make the records required under subparagraph A.3.(i) avai lable for inspect ion, copying, or transcript ion by authorized representat ives of HUD or i ts designee or the Department of Labor, and shal l permit such representat ives to interview employees during working hours on the job. I f the contractor or subcontractor fai ls to submit the required records or to make them avai lable, HUD or i ts designee may, after wri t ten not ice to the contractor, sponsor, appl icant or owner, take such act ion as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, fai lure to submit the required records upon request or to make such records avai lable may be grounds for debarment act ion pursuant to 29 CFR 5.12.

4. Apprentices and Trainees.

(i ) Apprentices. Apprent ices wil l be permit ted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individual ly registered in a bona f ide apprent iceship program registered with the U.S. Department of Labor, Employment and Training Administrat ion, Off ice of Apprent iceship Training, Employer and Labor Services, or with a State Apprent iceship Agency recognized by the Off ice, or i f a person is employed in his or her f i rst 90 days of probat ionary employment as an apprent ice in such an apprent iceship program, who is not individual ly registered in the program, but who has been cert i f ied by the Off ice of Apprent iceship Training, Employer and Labor Services or a State Apprent iceship Agency (where appropriate) to be el igible for probat ionary employment as an apprent ice. The al lowable rat io of apprent ices to journeymen on the job site in any craft c lassif icat ion shal l not be greater than the rat io permit ted to the contractor as to the ent ire work force under the registered program. Any worker l isted on a payrol l at an apprent ice wage rate, who

is not registered or otherwise employed as stated above, shal l be paid not less than the appl icable wage rate on the wage determinat ion for the classif icat ion of work actual ly performed. In addit ion, any apprent ice performing work on the job site in excess of the rat io permit ted under the registered program shal l be paid not less than the appl icable wage rate on the wage determinat ion for the work actual ly performed. Where a contractor is performing construct ion on a project in a local i ty other than that in which i ts program is registered, the rat ios and wage rates (expressed in percentages of the journeyman’s hourly rate) specif ied in the contractor’s or subcontractor’s registered program shal l be observed. Every apprent ice must be paid at not less than the rate specif ied in the registered program for the apprent ice’s level of progress, expressed as a percentage of the journeymen hourly rate specif ied in the appl icable wage determinat ion. Apprent ices shal l be paid fr inge benefi ts in accordance with the provisions of the apprent iceship program. I f the apprent iceship program does not specify fr inge benefi ts, apprent ices must be paid the ful l amount of f r inge benefi ts l isted on the wage determinat ion for the appl icable classif icat ion. I f the Administrator determines that a dif ferent pract ice prevai ls for the appl icable apprent ice classif icat ion, fr inges shal l be paid in accordance with that determinat ion. In the event the Off ice of Apprent iceship Training, Employer and Labor Services, or a State Apprent iceship Agency recognized by the Off ice, withdraws approval of an apprent iceship program, the contractor wi l l no longer be permit ted to ut i l ize apprent ices at less than the appl icable predetermined rate for the work performed unt i l an acceptable program is approved.

(i i ) Trainees. Except as provided in 29 CFR 5.16, trainees wil l not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant ‘ , to and individual ly registered in a program which has received prior approval, evidenced by formal cert i f icat ion by the U.S. Department of Labor, Employment and Training Administrat ion. The rat io of t rainees to journeymen on the job site shal l not be greater than permit ted under the plan approved by the Employment and Training Administrat ion. Every trainee must be paid at not less than the rate specif ied in the approved program for the trainee’s level of progress, expressed as a percentage of the journeyman hourly rate specif ied in the appl icable wage determinat ion. Trainees shal l be paid fr inge benefi ts in accordance with the provisions of the trainee program. I f the trainee program does not mention fr inge benefi ts, t rainees shal l be paid the ful l amount of f r inge benefi ts l isted on the wage determinat ion unless the Administrator of the Wage and Hour Divis ion determines that there is an apprent iceship program associated with the corresponding journeyman wage rate on the wage determinat ion which provides for less than ful l f r inge benefi ts for apprent ices. Any employee l isted on the payrol l at a trainee rate who is not registered and part ic ipat ing in a training plan approved by

Page 150: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

Previous editions are obsolete Page 4 of 5

form HUD-4010 (06/2009) ref. Handbook 1344.1

the Employment and Training Administrat ion shal l be paid not less than the appl icable wage rate on the wage determinat ion for the work actual ly performed. In addit ion, any trainee performing work on the job site in excess of the rat io permit ted under the registered program shal l be paid not less than the appl icable wage rate on the wage determinat ion for the work actual ly performed. In the event the Employment and Training Administrat ion withdraws approval of a tra ining program, the contractor wi l l no longer be permit ted to ut i l ize trainees at less than the appl icable predetermined rate for the work performed unt i l an acceptable program is approved.

(i i i ) Equal employment opportunity. The ut i l izat ion of apprent ices, trainees and journeymen under 29 CFR Part 5 shal l be in conformity with the equal employment opportunity requirements of Execut ive Order 11246, as amended, and 29 CFR Part 30.

5. Compliance with Copeland Act requirements. The contractor shal l comply with the requirements of 29 CFR Part 3 which are incorporated by reference in this contract

6. Subcontracts. The contractor or subcontractor wi l l insert in any subcontracts the clauses contained in subparagraphs 1 through 11 in th is paragraph A and such other clauses as HUD or i ts designee may by appropr iate instruct ions require, and a copy of the appl icable prevai l ing wage decision, and also a clause requiring the subcontractors to include these clauses in any lower t ier subcontracts. The prime contractor shal l be responsible for the compliance by any subcontractor or lower t ier subcontractor with al l the contract c lauses in this paragraph.

7. Contract termination; debarment. A breach of the contract c lauses in 29 CFR 5.5 may be grounds for terminat ion of the contract and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12.

8. Compliance with Davis-Bacon and Related Act Requirements. All rul ings and interpretat ions of the Davis-Bacon and Related Acts contained in 29 CFR Parts 1, 3, and 5 are herein incorporated by reference in this contract

9. Disputes concerning labor standards. Disputes aris ing out of the labor standards provisions of this contract shal l not be subject to the general disputes clause of this contract. Such disputes shal l be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR Parts 5, 6, and 7. Disputes within the meaning of this c lause include disputes between the contractor (or any of i ts subcontractors) and HUD or i ts designee, the U.S. Department of Labor, or the employees or their representat ives.

10. (i) Certification of Eligibil ity. By entering into th is contract the contractor cert i f ies that neither i t (nor he or she) nor any person or f i rm who has an interest in the contractor’s f i rm is a person or f i rm inel igible to be awarded Government contracts by virtue of Sect ion 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1) or to be

awarded HUD contracts or part ic ipate in HUD programs pursuant to 24 CFR Part 24.

(i i ) No part of this contract shal l be subcontracted to any person or f i rm inel igible for award of a Government contract by virtue of Sect ion 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1) or to be awarded HUD contracts or part ic ipate in HUD programs pursuant to 24 CFR Part 24.

(i i i ) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. Addit ional ly, U.S. Criminal Code, Sect ion 1 01 0, Tit le 18, U.S.C., “Federal Housing Administrat ion transact ions”, provides in part : “Whoever, for the purpose of . . . inf luencing in any way the act ion of such Administrat ion.. . . . makes, utters or publ ishes any statement knowing the same to be false. . . . . shal l be f ined not more than $5,000 or imprisoned not more than two years, or both.”

11. Complaints, Proceedings, or Testimony by Employees. No laborer or mechanic to whom the wage, salary, or other labor standards provisions of this Contract are appl icable shal l be discharged or in any other manner discriminated against by the Contractor or any subcontractor because such employee has f i led any complaint or inst i tuted or caused to be inst i tuted any proceeding or has test i f ied or is about to test i fy in any proceeding under or relat ing to the labor standards appl icable under this Contract to his employer.

B. Contract Work Hours and Safety Standards Act. The provisions of this paragraph B are applicable where the amount of the prime contract exceeds $100,000. As used in this paragraph, the terms “laborers” and “mechanics” include watchmen and guards.

(1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which the individual is employed on such work to work in excess of 40 hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of 40 hours in such workweek.

(2) Violation; l iabil ity for unpaid wages; l iquidated damages. In the event of any violat ion of the clause set forth in subparagraph (1) of this paragraph, the contractor and any subcontractor responsible therefor shal l be l iable for the unpaid wages. In addit ion, such contractor and subcontractor shal l be l iable to the United States (in the case of work done under contract for the District of Columbia or a terri tory, to such District or to such terri tory), for l iquidated damages. Such l iquidated damages shal l be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violat ion of the clause set forth in subparagraph (1) of this paragraph, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of 40 hours without payment of the overtime wages required by the clause set forth in sub paragraph (1) of this paragraph.

Page 151: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

Previous editions are obsolete Page 5 of 5

form HUD-4010 (06/2009) ref. Handbook 1344.1

(3) Withholding for unpaid wages and l iquidated damages. HUD or i ts designee shal l upon i ts own act ion or upon writ ten request of an authorized representat ive of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contract, or any other Federal ly-assisted contract subject to the Contract Work Hours and Safety Standards Act which is held by the same prime contractor such sums as may be determined to be necessary to sat isfy any l iabi l i t ies of such contractor or subcontractor for unpaid wages and l iquidated damages as provided in the clause set forth in subparagraph (2) of this paragraph.

(4) Subcontracts. The contractor or subcontractor shal l insert in any subcontracts the clauses set forth in subparagraph (1) through (4) of this paragraph and also a clause requiring the subcontractors to include these clauses in any lower t ier subcontracts. The prime contractor shal l be responsible for compliance by any subcontractor or lower t ier subcontractor with the clauses set forth in subparagraphs (1) through (4) of this paragraph.

C. Health and Safety. The provisions of this paragraph C are applicable where the amount of the prime contract exceeds $100,000.

(1) No laborer or mechanic shal l be required to work in surroundings or under working condit ions which are unsanitary, hazardous, or dangerous to his health and safety as determined under construct ion safety and heal th standards promulgated by the Secretary of Labor by regulat ion.

(2) The Contractor shal l comply with al l regulat ions issued by the Secretary of Labor pursuant to Tit le 29 Part 1926 and fa i lure to comply may result in imposit ion of sanct ions pursuant to the Contract Work Hours and Safety Standards Act, (Publ ic Law 91-54, 83 Stat 96). 40 USC 3701 et seq.

(3) The contractor shal l include the provisions of this paragraph in every subcontract so that such provisions wi l l be binding on each subcontractor. The contractor shal l take such act ion with respect to any subcontractor as the Secretary of Housing and Urban Development or the Secretary of Labor shal l di rect as a means of enforcing such provisions.

Page 152: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

PROPOSAL TO THE PUBLIC WORKS DEPARTMENT CITY OF YUBA CITY NAME OF BIDDER: TITLE: SIGNATURE OF BIDDER: COMPANY NAME: CONTRACTOR LICENSE NO. CLASSIFICATION BUSINESS ADDRESS: TELEPHONE NO.: AREA CODE ( ) PLACE OF RESIDENCE: The work to be done and referred to herein is in Yuba City, State of California, and shall be constructed in accordance with the Special Provisions (including the payment of not less than the minimum wage rates set forth therein) and the contract annexed hereto and also in accordance with the Standard Plans dated May 2010, the Standard Specifications dated May 2010, the wage rates of the General Prevailing Wage Rates of the Department of Transportation, and the equipment rental rate and labor surcharge portions of the publication entitled “Labor Surcharges and Equipment Rental Rates.” The work to be done in accordance with the Special Provisions entitled:

FRANKLIN AVENUE IMPROVEMENTS

CONTRACT NO. 18-01

Bids are submitted for the entire work. The amount of the bid, for comparison purposes, will be the total of all items. The total of unit basis items will be determined by extension of the item price on the basis of the estimated quantity set forth for the item. The bidder shall set for each item of work, in clearly legible figures, an item price and a total for the item in the respective spaces provided for this purpose. In the case of unit basis items, the amount set forth under the “Total” column shall be the extension of the item price bid on the basis of the estimated quantity for the item. In case of discrepancy between the item price and the total set forth for the item, the item price shall prevail; provided, however, if the amount set forth as an item price is ambiguous, unintelligible or uncertain for any cause or is omitted, or in the case of unit basis items is the same amount as the entry in the “Total” column, then the amount set forth in the “Total” column for the item shall prevail in accordance with the following:

VOID

Page 153: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Proposal FRANKLIN AVENUE IMPROVEMENTS Page 2 of 5 CONTRACT NO. 18-01

1. As to lump sum items, the amount set forth in the “Total” column shall be the item price.

2. As to unit basis items, the amount set forth in the “Total” column shall be divided

by the estimated quantity for the item and the price thus obtained shall be the item price.

If this proposal shall be accepted and the undersigned shall fail to enter into the contract and to furnish the two bonds in the sums to be determined as aforesaid with surety satisfaction to the City of Yuba City, within fifteen (15) days, not including Sundays and legal holidays, after the bidder has received notice from the Director of Public Works that the contract has been awarded, the City of Yuba City may, at its option, determine that the bidder has abandoned the contract, and thereupon this proposal and the acceptance thereof shall be null and void and the forfeiture of such security accompanying this proposal shall operate and the same shall be the property of the City of Yuba City. The undersigned, as bidder, declares that he/she has received Addendum Nos. ____, ____, ____, ____, ____, ____, ____. The undersigned, as bidder, declares that the only persons or parties interested in this proposal as principals are those named herein, that this proposal is made without collusion with any other person, firm, or corporation, and in submitting this proposal the undersigned bidder agrees that if it is determined that he is the successful bidder, he will execute the attached non-collusion affidavit, that he has carefully examined the location of the proposed work, the annexed proposed form of contract, and the plans therein referred to, and he proposes and agrees, if this proposal is accepted, that he will contract with the City of Yuba City in the form of the copy of the contract annexed hereto, to provide all necessary machinery, tools, apparatus and other means of construction, and to do all the work and furnish all the materials specified in the contract, in the manner and time therein prescribed, and according to the requirements of the Engineer as therein set forth, and that he will take in full payment therefor the following item prices, to wit:

FRANKLIN AVENUE IMPROVEMENTS CONTRACT NO. 18-01

Bid Item

Item Description Estimated Quantity

Unit of Measure

Item Price

Total Amount

1 Traffic Control 1 LS 2 Mobilization/Demobilization 1 LS 3 Construction Area Signs 1 LS 4 Clearing and Grubbing 1 LS 5 Tree Removal 6 EA 6 Remove Concrete Curb, Gutter, and

Sidewalk 1,370 SF

7 Roadway Excavation 836 CY 8 Cold Plane Asphalt/ Concrete (Depth

Varies) 58,155 SF

VOID

Page 154: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Proposal FRANKLIN AVENUE IMPROVEMENTS Page 3 of 5 CONTRACT NO. 18-01

9 Minor Concrete (5' Sidewalk and Curb Ramps, YC ST8, YC ST9, YC ST3)

4,410 SF

10 Minor Concrete (6" Barrier Curb and Gutter, YC ST4)

1,336 LF

11 Minor Concrete (6" Barrier Curb and Gutter for Heavy Duty Driveway, YC ST11)

248 LF

12 Minor Concrete (Heavy Duty Driveway, YC ST11)

5 EA

13 Minor Concrete (Standard Driveway, YC ST10)

8 EA

14 Adjust AT&T Manhole to Grade 3 EA 15 Adjust AT&T Vault Box Grade, Match

Sidewalk Orientation 1 EA

16 12" Class 4 RCP Storm Drain 156 LF 17 18" Class 4 RCP Storm Drain 97 LF 18 Storm Drain Manhole (YC DR1) 4 EA 19 Install DI (YC DR3) 5 EA 20 Remove DI 2 EA 21 Install Junction DI (YC DR4) 2 EA 22 Adjust Storm Drain Manhole to Grade 3 EA 23 8" VCP Sewer 367 LF 24 4" Sanitary Sewer Service Lateral ( YC

SS1 & SS3) 7 EA

25 6" Sanitary Sewer Service Lateral (YC SS1 & SS3)

1 EA

26 Sanitary Sewer Cleanout (YC SS4) 1 EA 27 Adjust Sanitary Sewer Manhole to Grade 3 EA 28 Excavation, Shoring, and Backfill for

Water Services 9 EA

29 Fire Hydrant Installation (YC W1) 1 EA 30 Adjust Water Valve Lids to Grade 10 EA 31 Planter Excavate, Scarify & Backfill with

Top Soil (Select material generated from excavation)

2,400 SF

32 Landscaping Installation - Decomposed Granite for Planting Areas (3" Depth)

2,400 SF

33 Landscaping Installation - 1" Backflow Preventer

1 EA

34 Landscaping Installation - 1" Remote Control Valves

4 EA

35 Landscaping Installation - Hunter Node 600-Battery Operated Irrigation Controller

1 EA

36 Landscaping Installation - Hunter Rain Clik

1 EA

37 Landscaping Installation - Drip Irrigation Flush Valves

4 EA

38 Landscaping Installation - Drip Tree Ring 24 EA

VOID

Page 155: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Proposal FRANKLIN AVENUE IMPROVEMENTS Page 4 of 5 CONTRACT NO. 18-01

39 Landscaping Installation - Drip Shrub Ring

90 LF

40 Landscaping Installation - 1.5" Gate Valves

3 EA

41 Landscaping Installation - 3/4" Irrigation Lateral Line - PVC Schedule 40

550 LF

42 Landscaping Installation - 1" Irrigation Lateral Line - PVC Schedule 40

1,750 LF

43 Landscaping Installation - 1.5" Irrigation Mainline - PVC Schedule 40

450 LF

44 Landscaping Installation - 6" Pipe Sleve - PVC Schedule 40

750 LF

45 Landscaping Installation - Packet Fertilizer

300 EA

46 Landscaping Installation - Tree (15 gal) 24 EA 47 Landscaping Installation - Shrubs (1 gal) 90 EA 48 Landscaping Installation - Soil

Amendments 1 LS

49 Landscaping Installation - Tree Root Barriers

300 LF

50 Class II 3/4" Aggregate Base (Under Roadway, Sidewalks, Curb & Gutter, Driveways)

1,214 TON

51 Roadway Subgrade Reinforcement Triax TX7 Geogrid or Equivalent

970 SY

52 Pavement Reinforcing Fabric 7,431 SY 53 Asphalt Concrete (HMA Type A) 1,425 TON 54 Signal Detector Loop Type A

Replacement 1 EA

55 Signal Detector Loop Type C Replacement

2 EA

56 Thermoplastic Detail 12 276 LF 57 Thermoplastic Detail 22 645 LF 58 Thermoplastic Detail 32 841 LF 59 Thermoplastic Detail 38 258 LF 60 Thermoplastic Detail 39 1,387 LF 61 Thermoplastic Detail 39A 500 LF 62 Thermoplastic Detail 41 67 LF 63 Thermoplastic Pavement Marking, Type I

Arrow (White) 2 EA

64 Thermoplastic Pavement Marking, Type IV Arrow (15 SF) (White)

16 EA

65 Thermoplastic Pavement Marking, Bike Lane Symbol (7 SF) (White)

7 EA

66 Thermoplastic Pavement Marking, Bike Lane Arrow (7 SF) (White)

7 EA

67 Thermoplastic Pavement Marking, "Stop" Legend (White)

6 EA

68 12" White Thermoplastic 579 LF

VOID

Page 156: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

City of Yuba City Proposal FRANKLIN AVENUE IMPROVEMENTS Page 5 of 5 CONTRACT NO. 18-01

69 24" Yellow Thermoplastic 301 LF 70 Install Bike Lane Sign R81 (CA), 18"X24" 3 EA 71 Install No Parking Sign with City Provided

Verbiage, 18"X 24" 5 EA

72 Relocate Sign 4 EA 73 Remove Sign 1 EA 74 Relocate Mailbox 6 EA 75 Prepare SWPPP (File NOI, File NOT, &

SMARTS Reporting) 1 LS

76 Implementation of Erosion Control Practices

1 LS

TOTAL AMOUNT BID =

VOID

Page 157: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

CITY OF YUBA CITY PUBLIC WORKS DEPARTMENT

BIDDER’S BOND

FRANKLIN AVENUE IMPROVEMENTS

CONTRACT NO. 18-01

We, __________________________, as Principal, and _________________________, as Surety, are bound unto the City of Yuba City, Public Works Department, hereafter referred to as “Obligee,” in the penal sum of ten percent (10%) of the total amount of the bid of the Principal submitted to the Obligee for the work described below, for the payment of which sum we bind ourselves jointly and severally.

THE CONDITION OF THIS OBLIGATION IS SUCH, THAT:

WHEREAS, the Principal is submitting a bid to the Obligee for FRANKLIN AVENUE IMPROVEMENTS for which bids are to be opened at Yuba City, California, on _______________________________.

NOW, THEREFORE, if the Principal is awarded the contract and, within the time and manner required under the Notice to Contractors, Special Provisions, Proposals, and Contract for this work, after the prescribed forms are presented to him for signature, enters into a written contract, in the prescribed form, in accordance with the bid, and files two bonds with the Obligee, one to guarantee faithful performance of the contract and the other to guarantee payment for labor and materials is provided by law, then this obligation shall be null and void; otherwise, it shall remain in full force.

In the event suit is brought upon this bond by the Obligee and judgment is recovered, the Surety shall pay all costs incurred by Obligee in such suit, including a reasonable attorney’s fee to be fixed by the court. Dated: _______________________, 20____ By: By:

Page 158: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

THE BIDDER’S EXECUTION ON THE SIGNATURE PORTION OF THIS PROPOSAL SHALL ALSO CONSTITUTE AN ENDORSEMENT AND EXECUTION OF THOSE CERTIFICATIONS WHICH ARE A PART OF THIS PROPOSAL.

EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION

The bidder __________________________________________, proposed subcontractor ____________________________________, hereby certifies that he has ___ has not ___, participated in a previous contract or subcontract subject to the equal opportunity clause, as required by Executive Orders 10925, 11114, or 11246, and that, where required, he has filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President’s Committee on Equal Employment Opportunity, all reports due under the applicable filing requirements. Note: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor [41 CFR 60-1.7(b)(1)], and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of $10,000 or under are exempt.)

Currently, Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations.

Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b)(1) prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor.

PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE

In accordance with Public Contract Code Section 10162, the Bidder shall complete, under penalty of perjury, the following questionnaire:

Has the bidder, any officer of the bidder, or any employee of the bidder who has a proprietary interest in the bidder, ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of a violation of law or a safety regulation?

Yes _______ No _______

If the answer is yes, explain the circumstances in the following space:

Page 159: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

PUBLIC CONTRACT CODE SECTION 10232 STATEMENT

In accordance with Public Contract Code Section 10232, the Contractor hereby states, under penalty of perjury, that no more than one final unappealable finding of contempt of court by a federal court has been issued against the Contractor within the immediately preceding two (2) year period because of the Contractor’s failure to comply with an order of a federal court which orders the Contractor to comply with an order of the National Labor Relations Board.

PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT

In accordance with Public Contract Code Section 10285.1 (Chapter 376, Stats. 1985), the bidder hereby declares, under penalty of perjury under the laws of the State of California, that the bidder has ___ has not ___ been convicted within the preceding three (3) years of any offenses referred to in that section, including any charge of fraud, bribery, collusion, conspiracy, or any other act in violation of any State or Federal Antitrust Law in connection with the bidding upon, award of or performance of any public works contract, as defined in Public Contract Code Section 1101, with any public entity, as defined in Public Contract Code Section 1100, including the Regents of the University of California or the Trustees of the California State University. The term “bidder” is understood to include any partner, member, officer, director, responsible managing officer, or responsible managing employee thereof, as referred to in Section 10285.1. Note: The bidder must place a check mark after “has” or “has not” in one of the blank spaces provided.

NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID

_________________________________, being first duly sworn, deposes and says that he/she is _________________________ of __________________________________, the party making the foregoing bid, that the bid is not made in the interest of or on behalf of any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract or anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his/her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid.

Page 160: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

CERTIFICATION

(LABOR CODE SECTION 1861) STATE OF CALIFORNIA ) ) SS COUNTY OF SUTTER )

I, the undersigned, do hereby certify:

That I am aware of the provisions of Section 3700 of the Labor Code of the State of

California, which requires every employer to be insured against liability for Workers’

Compensation or to undertake self insurance in accordance with the provisions of that Code,

and I will comply with such provisions before commencing the performance of the work of this

Contract.

Executed at On (Date)

I CERTIFY under the penalty of perjury that the foregoing is true and correct. Signature of Contractor-Employer

Page 161: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

DEBARMENT AND SUSPENSION CERTIFICATION

TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29 The bidder, under penalty of perjury, certifies that, except as noted below, he/she or any other person associated therewith in the capacity of owner, partner, director, officer, and manager:

Is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility by any federal agency;

Has not been suspended, debarred, voluntarily excluded or determined ineligible by any federal agency within the past 3 years;

Does not have a proposed debarment pending; and Has not been indicted, convicted, or had a civil judgment rendered against it by a court

of competent jurisdiction in any matter involving fraud or official misconduct within the past 3 years.

If there are any exceptions to this certification, insert the exceptions in the following space.

Exceptions will not necessarily result in denial of award, but will be considered in determining bidder responsibility. For any exception noted above, indicate below to whom it applies, initiating agency, and dates of action. Note: Providing false information may result in criminal prosecution or administrative sanctions. The above certification is part of the Proposal. Signing this Proposal on the signature portion thereof

shall also constitute signature of this Certification.

Page 162: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

NONLOBBYING CERTIFICATION FOR FEDERAL-AID CONTRACTS

The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that:

(l) No federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any federal contract, the making of any federal grant, the making of any federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any federal contract, grant, loan, or cooperative agreement.

(2) If any funds other than federal appropriated funds have been paid or will be paid to any

person for influencing or attempting to influence an officer or employee of any federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, “Disclosure of Lobbying Activities,” in accordance with its instructions.

This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such sub-recipients shall certify and disclose accordingly.

Page 163: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

DISCLOSURE OF LOBBYING ACTIVITIES COMPLETE THIS FORM TO DISCLOSE LOBBYING ACTIVITIES PURSUANT TO 31 U.S.C. 1352

1. Type of Federal Action:

2. Status of Federal Action:

3. Report Type:

a. contract

a. bid/offer/application

a. initial

b. grant b. initial award b. material change c. cooperative agreement c. post-award d. loan For Material Change Only: e. loan guarantee year ___ quarter _______ f. loan insurance date of last report ________

4. Name and Address of Reporting Entity 5. If Reporting Entity in No. 4 is Subawardee, Enter Name and Address of Prime: Prime Subawardee Tier ______ , if known Congressional District, if known Congressional District, if known

6. Federal Department/Agency: 7. Federal Program Name/Description: CFDA Number, if applicable _________________

8. Federal Action Number, if known: 9. Award Amount, if known:

10. a. Name and Address of Lobby Entity b. Individuals Performing Services (including address if (If individual, last name, first name, MI) different from No. 10a) (last name, first name, MI) (attach Continuation Sheet(s) if necessary)

11. Amount of Payment (check all that apply) 13. Type of Payment (check all that apply)

$ ___________ actual planned a. retainer b. one-time fee 12. Form of Payment (check all that apply): c. commission

a. cash d. contingent fee b. in-kind; specify: nature ___________ e deferred

value ____________ f. other, specify ______________________

14. Brief Description of Services Performed or to be performed and Date(s) of Service, including officers(s),

employee(s), or member(s) contacted, for Payment Indicated in Item 11: (attach Continuation Sheet(s) if necessary)

15. Continuation Sheet(s) attached: Yes No

16. Information requested through this form is authorized by Title 31 U.S.C. Section 1352. This disclosure of lobbying reliance was placed by the tier above when his transaction was made or entered into. This disclosure is required pursuant to 31 U.S.C. 1352. This information will be reported to Congress semiannually and will be available for public inspection. Any person who fails to file the required disclosure shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure.

Signature: ____________________________________ Print Name: __________________________________ Title: ________________________________________ Telephone No.: _________________ Date: _________

Authorized for Local Reproduction

Federal Use Only: Standard Form - LLL

Page 164: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

INSTRUCTIONS FOR COMPLETION OF SF-LLL, DISCLOSURE OF LOBBYING ACTIVITIES

This disclosure form shall be completed by the reporting entity, whether subawardee or prime federal recipient, at the

initiation or receipt of covered federal action or a material change to previous filing pursuant to title 31 U.S.C. Section 1352.

The filing of a form is required for such payment or agreement to make payment to lobbying entity for influencing or

attempting to influence an officer or employee of any agency, a Member of Congress an officer or employee of Congress

or an employee of a Member of Congress in connection with a covered federal action. Attach a continuation sheet for

additional information if the space on the form is inadequate. Complete all items that apply for both the initial filing and

material change report. Refer to the implementing guidance published by the Office of Management and Budget for

additional information.

1. Identify the type of covered federal action for which lobbying activity is and/or has been secured to influence, the

outcome of a covered federal action.

2. Identify the status of the covered federal action.

3. Identify the appropriate classification of this report. If this is a follow-up report caused by a material change to the

information previously reported, enter the year and quarter in which the change occurred. Enter the date of the last,

previously submitted report by this reporting entity for this covered federal action.

4. Enter the full name, address, city, state, and zip code of the reporting entity. Include Congressional District if known.

Check the appropriate classification of the reporting entity that designates if it is or expects to be a prime or subaward

recipient. Identify the tier of the subawardee, e.g., the first subawardee of the prime is the first tier. Subawards include

but are not limited to subcontracts, subgrants and contract awards under grants.

5. If the organization filing the report in Item 4 checks “Subawardee,” then enter the full name, address, city, State and

zip code of the prime federal recipient. Include Congressional District, if known.

6. Enter the name of the federal agency making the award or loan commitment. Include at least one organization level

below agency name, if known. For example, Department of Transportation, United States Coast Guard.

7. Enter the federal program name or description for the covered federal action (item 1). If known, enter the full Catalog

of Federal Domestic Assistance (CFDA) number for grants, cooperative agreements, loans and loan commitments.

8. Enter the most appropriate federal identifying number available for the federal action identification in item 1 (e.g.,

Request for Proposal (RFP) number, Invitation for Bid (IFB) number, grant announcement number, the contract grant.

or loan award number, the application/proposal control number assigned by the federal agency). Include prefixes,

e.g., “RFP-DE-90-001.”

9. For a covered federal action where there has been an award or loan commitment by the Federal agency, enter the

federal amount of the award/loan commitments for the prime entity identified in item 4 or 5.

10. (a) Enter the full name, address, city, state, and zip code of the lobbying entity engaged by the reporting entity

identified in item 4 to influenced the covered federal action.

(b) Enter the full names of the individual(s) performing services and include full address if different from 10 (a). Enter

last name, first name and middle initial (Ml).

11. Enter the amount of compensation paid or reasonably expected to be paid by the reporting entity (item 4) to the lobbying

entity (item 10). Indicate whether the payment has been made (actual) or will be made (planned). Check all boxes

that apply. If this is a material change report, enter the cumulative amount of payment made or planned to be made.

12. Check the appropriate box(es). Check all boxes that apply. If payment is made through an in-kind contribution, specify

the nature and value of the in-kind payment.

13. Check the appropriate box(es). Check all boxes that apply. If other, specify nature.

14. Provide a specific and detailed description of the services that the lobbyist has performed or will be expected to perform

and the date(s) of any services rendered. Include all preparatory and related activity not just time spent in actual

contact with federal officials. Identify the federal officer(s) or employee(s) contacted or the officer(s) employee(s) or

Member(s) of Congress that were contacted.

15. Check whether or not a continuation sheet(s) is attached.

16. The certifying official shall sign and date the form, and print his/her name title and telephone number.

Public reporting burden for this collection of information is estimated to average 30 minutes per response, including time for reviewing instruction, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to the Office of Management and Budget, Paperwork Reduction Project (0348-0046), Washington, D.C. 20503

Page 165: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

Exhibit 15-G Construction Contract DBE Commitment

1. Local Agency: 2. Contract DBE Goal:

3. Project Description:

4. Project Location:

5. Bidder's Name: 6. Prime Certified DBE: 7. Bid Amount:

8. Total Dollar Amount for ALL Subcontractors: 9. Total Number of ALL Subcontractors:

10. Bid Item

Number

11. Description of Work, Service, or Materials Supplied

12. DBE Certification

Number

13. DBE Contact Information (Must be certified on the date bids are opened)

14. DBE Dollar

Amount

Local Agency to Complete this Section

15. TOTAL CLAIMED DBE PARTICIPATION

$ 21. Local Agency Contract Number:

22. Federal-Aid Project Number: %

23. Bid Opening Date:

24. Contract Award Date: IMPORTANT: Identify all DBE firms being claimed for credit, regardless of tier. Names of the First Tier DBE Subcontractors and their respective item(s) of work listed above must be consistent, where applicable with the names and items of the work in the "Subcontractor List" submitted with your bid. Written confirmation of each listed DBE is required.

Local Agency certifies that all DBE certifications are valid and information on this form is complete and accurate.

25. Local Agency Representative's Signature 26. Date 16. Preparer's Signature 17. Date

27. Local Agency Representative's Name 28. Phone 18. Preparer's Name 19. Phone

29. Local Agency Representative's Title 20. Preparer's Title

DISTRIBUTION: 1. Original – Local Agency

2. Copy – Caltrans District Local Assistance Engineer (DLAE). Failure to submit to DLAE within 30 days of contract execution may result in de-obligation of federal funds on contract. Include additional copy with award package.

ADA Notice: For individuals with sensory disabilities, this document is available in alternate formats. For information call (916) 654-6410 or TDD (916) 654-

3880 or write Records and Forms Management, 1120 N Street, MS-89, Sacramento, CA 95814.

Page 166: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

INSTRUCTIONS – CONSTRUCTION CONTRACT DBE COMMITMENT CONTRACTOR SECTION

1. Local Agency - Enter the name of the local or regional agency that is funding the contract. 2. Contract DBE Goal - Enter the contract DBE goal percentage as it appears on the project advertisement. 3. Project Location - Enter the project location as it appears on the project advertisement. 4. Project Description - Enter the project description as it appears on the project advertisement (Bridge Rehab, Seismic Rehab, Overlay, Widening, etc). 5. Bidder’s Name - Enter the contractor’s firm name. 6. Prime Certified DBE - Check box if prime contractor is a certified DBE. 7. Bid Amount - Enter the total contract bid dollar amount for the prime contractor. 8. Total Dollar Amount for ALL Subcontractors – Enter the total dollar amount for all subcontracted contractors. SUM = (DBEs + all Non-DBEs). Do not include the prime contractor information in this count. 9. Total number of ALL subcontractors – Enter the total number of all subcontracted contractors. SUM = (DBEs + all Non-DBEs). Do not include the prime contractor information in this count. 10. Bid Item Number - Enter bid item number for work, services, or materials supplied to be provided. 11. Description of Work, Services, or Materials Supplied - Enter description of work, services, or materials to be provided. Indicate all work to be performed by DBEs including work performed by the prime contractor’s own forces, if the prime is a DBE. If 100% of the item is not to be performed or furnished by the DBE, describe the exact portion to be performed or furnished by the DBE. See LAPM Chapter 9 to determine how to count the participation of DBE firms. 12. DBE Certification Number - Enter the DBE’s Certification Identification Number. All DBEs must be certified on the date bids are opened. 13. DBE Contact Information - Enter the name, address, and phone number of all DBE subcontracted contractors. Also, enter the prime contractor’s name and phone number, if the prime is a DBE. 14. DBE Dollar Amount - Enter the subcontracted dollar amount of the work to be performed or service to be provided. Include the prime contractor if the prime is a DBE. See LAPM Chapter 9 for how to count full/partial participation. 15. Total Claimed DBE Participation - $: Enter the total dollar amounts entered in the “DBE Dollar Amount” column. %: Enter the total DBE participation claimed (“Total Claimed DBE Participation Dollars” divided by item “Bid Amount”). If the total % claimed is less than item “Contract DBE Goal,” an adequately documented Good Faith Effort (GFE) is required (see Exhibit 15-H DBE Information - Good Faith Efforts of the LAPM). 16. Preparer’s Signature - The person completing the DBE commitment form on behalf of the contractor’s firm must sign their name. 17. Date - Enter the date the DBE commitment form is signed by the contractor’s preparer. 18. Preparer’s Name - Enter the name of the person preparing and signing the contractor’s DBE commitment form. 19. Phone - Enter the area code and phone number of the person signing the contractor’s DBE commitment form. 20. Preparer’s Title - Enter the position/title of the person signing the contractor’s DBE commitment form. LOCAL AGENCY SECTION 21. Local Agency Contract Number - Enter the Local Agency contract number or identifier. 22. Federal-Aid Project Number - Enter the Federal-Aid Project Number. 23. Bid Opening Date - Enter the date contract bids were opened. 24. Contract Award Date - Enter the date the contract was executed. 25. Local Agency Representative’s Signature - The person completing this section of the form for the Local Agency must sign their name to certify that the information in this and the Contractor Section of this form is complete and accurate. 26. Date - Enter the date the DBE commitment form is signed by the Local Agency Representative. 27. Local Agency Representative’s Name - Enter the name of the Local Agency Representative certifying the contractor’s DBE commitment form. 28. Phone - Enter the area code and phone number of the person signing the contractor’s DBE commitment form. 29. Local Agency Representative Title - Enter the position/title of the Local Agency Representative certifying the contractor’s DBE commitment form.

Page 167: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

THIS LIST MUST BE SUBMITTED WITH BID PROPOSAL.

EXHIBIT 15-H DBE INFORMATION —GOOD FAITH EFFORTS

DBE INFORMATION - GOOD FAITH EFFORTS

Federal-aid Project No. ____________________________ Bid Opening Date ___________________ The City of Yuba City established a Disadvantaged Business Enterprise (DBE) goal of 17.0% for this project. The information provided herein shows that a good faith effort was made. Lowest, second lowest and third lowest bidders shall submit the following information to document adequate good faith efforts. Bidders should submit the following information even if the “Local Agency Bidder DBE Commitment” form indicates that the bidder has met the DBE goal. This will protect the bidder’s eligibility for award of the contract if the administering agency determines that the bidder failed to meet the goal for various reasons, e.g., a DBE firm was not certified at bid opening, or the bidder made a mathematical error. Submittal of only the “Local Agency Bidder DBE Commitment” form may not provide sufficient documentation to demonstrate that adequate good faith efforts were made. The following items are listed in the Section entitled “Submission of DBE Commitment” of the Special Provisions: A. The names and dates of each publication in which a request for DBE participation for this project was

placed by the bidder (please attach copies of advertisements or proofs of publication):

Publications Dates of Advertisement _________________________________________________________________ _________________________________________________________________ _________________________________________________________________

B. The names and dates of written notices sent to certified DBEs soliciting bids for this project and the dates

and methods used for following up initial solicitations to determine with certainty whether the DBEs were interested (please attach copies of solicitations, telephone records, fax confirmations, etc.):

Names of DBEs Solicited Date of Initial

Solicitation Follow Up Methods and Dates

___________________________________________________________________________ ___________________________________________________________________________ ___________________________________________________________________________ ___________________________________________________________________________ ___________________________________________________________________________ ___________________________________________________________________________ ___________________________________________________________________________

Page 168: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

C. The items of work which the bidder made available to DBE firms including, where appropriate, any

breaking down of the contract work items (including those items normally performed by the bidder with its own forces) into economically feasible units to facilitate DBE participation. It is the bidder's responsibility to demonstrate that sufficient work to facilitate DBE participation was made available to DBE firms.

Items of Work Bidder Normally

Performs Item (Y/N)

Breakdown of Items

Amount ($)

Percentage Of

Contract

______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________

D. The names, addresses and phone numbers of rejected DBE firms, the reasons for the bidder's rejection of

the DBEs, the firms selected for that work (please attach copies of quotes from the firms involved), and the price difference for each DBE if the selected firm is not a DBE:

Names, addresses and phone numbers of rejected DBEs and the reasons for the bidder's rejection of the

DBEs: ____________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________

Names, addresses and phone numbers of firms selected for the work above: ____________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________

E. Efforts made to assist interested DBEs in obtaining bonding, lines of credit or insurance, and any technical

assistance or information related to the plans, specifications and requirements for the work which was provided to DBEs:

____________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________

Page 169: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

F. Efforts made to assist interested DBEs in obtaining necessary equipment, supplies, materials or related

assistance or services, excluding supplies and equipment the DBE subcontractor purchases or leases from the prime contractor or its affiliate: _____________________________________________________________________________ _____________________________________________________________________________ _____________________________________________________________________________ _____________________________________________________________________________

G. The names of agencies, organizations or groups contacted to provide assistance in contacting, recruiting

and using DBE firms (please attach copies of requests to agencies and any responses received, i.e., lists, Internet page download, etc.):

Name of Agency/Organization Method/Date of Contact Results

_____________________________________________________________________________ _____________________________________________________________________________

H. Any additional data to support a demonstration of good faith efforts (use additional sheets if necessary):

_____________________________________________________________________________ _____________________________________________________________________________

NOTE: USE ADDITIONAL SHEETS OF PAPER IF NECESSARY.

Page 170: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

EXHIBIT 12-B BIDDER’S LIST OF SUBCONTRACTORS (DBE AND NON-DBE)

PART I

The bidder shall list all subcontractors (both DBE and non-DBE) in accordance with Section 2-1.054 of the Standard Specifications and per Title 49, Section 26.11 of the Code of Federal Regulations. This listing is required in addition to listing DBE Subcontractors elsewhere in the proposal. Photocopy this form for additional firms.

Firm Name/ Address/

City, State, ZIP

Phone/ Fax

Annual Gross Receipts

Description of Portion of Work to be Performed Local Agency Use

Only (Certified DBE?)

Name Phone

< $1 million YES < $5 million NO

Address < $10 million If YES list DBE #: Fax < $15 million

License# > $15 million Age of Firm (Yrs.)

Name Phone

< $1 million YES < $5 million NO

Address < $10 million If YES list DBE #: Fax < $15 million

License# > $15 million Age of Firm (Yrs.)

Name Phone

< $1 million YES < $5 million NO

Address < $10 million If YES list DBE #: Fax < $15 million

License# > $15 million Age of Firm (Yrs.)

Name Phone

< $1 million YES < $5 million NO

Address < $10 million If YES list DBE #: Fax < $15 million

License# > $15 million Age of Firm (Yrs.)

Page 171: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

EXHIBIT 12-B BIDDER’S LIST OF SUBCONTRACTORS (DBE AND NON-DBE)

PART II

The bidder shall list all subcontractors who provided a quote or bid but were not selected to participate as a subcontractor on this project. This is required for compliance with Title 49, Section 26 of the Code of Federal Regulations. Photocopy this form for additional firms.

Firm Name/ Address/

City, State, ZIP

Phone/ Fax

Annual Gross Receipts Description of Portion of Work to be Performed

Local Agency Use Only (Certified DBE?)

Name Phone

< $1 million YES < $5 million NO

Address < $10 million If YES list DBE #: Fax < $15 million

License# > $15 million Age of Firm (Yrs.)

Name Phone

< $1 million YES < $5 million NO

Address < $10 million If YES list DBE #: Fax < $15 million

License# > $15 million Age of Firm (Yrs.)

Name Phone

< $1 million YES < $5 million NO

Address < $10 million If YES list DBE #: Fax < $15 million

License# > $15 million Age of Firm (Yrs.)

Name Phone

< $1 million YES < $5 million NO

Address < $10 million If YES list DBE #: Fax < $15 million

License# > $15 million Age of Firm (Yrs.)

Page 172: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

U.S. Department of Labor PAYROLL (For Contractor's Optional Use; See Instructions at www.dol.gov/whd/forms/wh347instr.htm)Wage and Hour Division

Persons are not required to respond to the collection of information unless it displays a currently valid OMB control number.

NAME OF CONTRACTOR OR SUBCONTRACTOR ADDRESS OMB No.:1235-0008 Expires: 04/30/2021

PAYROLL NO. FOR WEEK ENDING PROJECT AND LOCATION PROJECT OR CONTRACT NO.

(1) (2) (3) (4) DAY AND DATE (5) (6) (7) (9) (8)

DEDUCTIONS

O

O

O

O

O

O

O

O

NAME AND INDIVIDUAL IDENTIFYING NUMBER (e.g., LAST FOUR DIGITS OF SOCIAL SECURITY

NUMBER) OF WORKER NO

. OF

WIT

HH

OLD

iNG

E

XEM

PTI

ON

S

WORK CLASSIFICATION

OT.

OR

ST.

HOURS WORKED EACH DAY TOTAL HOURS

RATE OF PAY

GROSS AMOUNT EARNED FICA

WITH-HOLDING

TAX OTHER TOTAL

DEDUCTIONS

NET WAGES

PAID FOR WEEK

S

S

S

S

S

S

S

S

Rev. Dec. 2008

Rev. Dec. 2008

While completion of Form WH-347 is optional, it is mandatory for covered contractors and subcontractors performing work on Federally financed or assisted construction contracts to respond to the information collection contained in 29 C.F.R. §§ 3.3, 5.5(a). The Copeland Act (40 U.S.C. § 3145) contractors and subcontractors performing work on Federally financed or assisted construction contracts to "furnish weekly a statement with respect to the wages paid each employee during the preceding week." U.S. Department of Labor (DOL) regulations at 29 C.F.R. § 5.5(a)(3)(ii) require contractors to submit weekly a copy of all payrolls to the Federal agency contracting for or financing the construction project, accompanied by a signed "Statement of Compliance" indicating that the payrolls are correct and complete and that each laborer or mechanic has been paid not less than the proper Davis-Bacon prevailing wage rate for the work performed. DOL and federal contracting agencies receiving this information review the information to determine that employees have received legally required wages and fringe benefits.

Public Burden Statement

We estimate that is will take an average of 55 minutes to complete this collection, including time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. If you have any comments regarding these estimates or any other aspect of this collection, including suggestions for reducing this burden, send them to the Administrator, Wage and Hour Division, U.S. Department of Labor, Room S3502, 200 Constitution Avenue, N.W. Washington, D.C. 20210

(over)

nthai
nthai
nthai
nthai
Page 173: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

Date

I,(Name of Signatory Party) (Title)

do hereby state:

(1) That I pay or supervise the payment of the persons employed by

on the (Contractor or Subcontractor)

; that during the payroll period commencing on the (Building or Work)

day of , , and ending the day of , , all persons employed on said project have been paid the full weekly wages earned, that no rebates have been or will be made either directly or indirectly to or on behalf of said

from the full (Contractor or Subcontractor)

weekly wages earned by any person and that no deductions have been made either directly or indirectly from the full wages earned by any person, other than permissible deductions as defined in Regulations, Part 3 (29 C.F.R. Subtitle A), issued by the Secretary of Labor under the Copeland Act, as amended (48 Stat. 948, 63 Stat. 108, 72 Stat. 967; 76 Stat. 357; 40 U.S.C. § 3145), and described below:

(2) That any payrolls otherwise under this contract required to be submitted for the above period are correct and complete; that the wage rates for laborers or mechanics contained therein are not less than the applicable wage rates contained in any wage determination incorporated into the contract; that the classificationsset forth therein for each laborer or mechanic conform with the work he performed.

(3) That any apprentices employed in the above period are duly registered in a bona fide apprenticeshipprogram registered with a State apprenticeship agency recognized by the Bureau of Apprenticeship andTraining, United States Department of Labor, or if no such recognized agency exists in a State, are registeredwith the Bureau of Apprenticeship and Training, United States Department of Labor.

(4) That: (a) WHERE FRINGE BENEFITS ARE PAID TO APPROVED PLANS, FUNDS, OR PROGRAMS

− in addition to the basic hourly wage rates paid to each laborer or mechanic listed in the above referenced payroll, payments of fringe benefits as listed in the contract have been or will be made to appropriate programs for the benefit of such employees, except as noted in section 4(c) below.

(b) WHERE FRINGE BENEFITS ARE PAID IN CASH

− Each laborer or mechanic listed in the above referenced payroll has been paid, as indicated on the payroll, an amount not less than the sum of the applicable basic hourly wage rate plus the amount of the required fringe benefits as listed in the contract, except as noted in section 4(c) below.

(c) EXCEPTIONS

REMARKS:

EXCEPTION (CRAFT)

EXPLANATION

NAME AND TITLE SIGNATURE

THE WILLFUL FALSIFICATION OF ANY OF THE ABOVE STATEMENTS MAY SUBJECT THE CONTRACTOR OR SUBCONTRACTOR TO CIVIL OR CRIMINAL PROSECUTION. SEE SECTION 1001 OF TITLE 18 AND SECTION 231 OF TITLE 31 OF THE UNITED STATES CODE.

nthai
nthai
nthai
nthai
nthai
nthai
nthai
Page 174: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

"General Decision Number: CA20200007 01/31/2020 Superseded General Decision Number: CA20190007 State: California Construction Types: Building, Heavy (Heavy and Dredging) and Highway Counties: Alpine, Amador, Butte, Colusa, El Dorado, Glenn, Lassen, Marin, Modoc, Napa, Nevada, Placer, Plumas, Sacramento, Shasta, Sierra, Siskiyou, Solano, Sonoma, Sutter, Tehama, Trinity, Yolo and Yuba Counties in California. BUILDING CONSTRUCTION PROJECTS (excluding Amador County only); DREDGING CONSTRUCTION PROJECTS (does not include hopper dredge work); HEAVY CONSTRUCTION PROJECTS (does not include water well drilling); AND HIGHWAY CONSTRUCTION PROJECTS Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.80 for calendar year 2020 applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.80 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2020. If this contract is covered by the EO and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the

contractor must pay workers in that classification at least the wage rate determined through the conformance process set forth in 29 CFR 5.5(a)(1)(ii) (or the EO minimum wage rate,if it is higher than the conformed wage rate). The EO minimum wage rate will be adjusted annually. Please note that this EO applies to the above-mentioned types of contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but it does not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(2)-(60). Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/03/2020 1 01/24/2020 2 01/31/2020 ASBE0016-001 08/01/2019 AREA 1: MARIN, NAPA, SAN BENITO, SAN FRANCISCO, SOLANO, & SONOMA COUNTIES AREA 2: ALPINE, AMADOR, BUTTE, COLUSA, EL DORADO, GLENN, MODOC, NEVADA, PLACER, PLUMAS, SACRAMENTO, SHASTA, SIERRA, SISKIYOU, SUTTER, TEHEMA, TRINITY, YOLO, & YUBA COUNTIES Rates Fringes Asbestos Workers/Insulator (Includes the application of all insulating materials, Protective Coverings, Coatings, and Finishes to all types of mechanical systems) Area 1......................$ 68.11 23.32 Area 2......................$ 54.26 23.30 ---------------------------------------------------------------- ASBE0016-007 01/01/2019

Page 175: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

AREA 1 : ALPINE, AMADOR, BUTTE, COLUSA, EL DORADO, GLENN, LASSEN, MODOC, NEVADA, PLACER, PLUMAS, SACRAMENTO, SHASTA, SIERRA, SISKIYOU, SOLANO, SONOMA, SUTTER, TEHAMA, TRINITY, YOLO & YUBA COUNTIES AREA 2: MARIN & NAPA COUNTIES Rates Fringes Asbestos Removal worker/hazardous material handler (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not) AREA 1......................$ 30.81 22.71 AREA 2......................$ 36.53 9.27 ---------------------------------------------------------------- BOIL0549-002 10/01/2016 Rates Fringes BOILERMAKER (1) Marin & Solano Counties.$ 43.28 37.91 (2) Remaining Counties......$ 39.68 35.71 ---------------------------------------------------------------- BRCA0003-001 08/01/2019 Rates Fringes MARBLE FINISHER..................$ 35.41 16.45 ---------------------------------------------------------------- BRCA0003-004 05/01/2019 AREA 1: ALPINE, AMADOR, BUTTE, COLUSA, EL DORADO, GLENN, LASSEN, MODOC, NEVADA, PLACER, PLUMAS, SACRAMENTO, SHASTA, SIERRA, SUTTER, TEHAMA, YOLO AND YUBA COUNTIES AREA 2: MARIN, NAPA, SISKIYOU, SOLANO, SONOMA AND TRINITY COUNTIES

Rates Fringes BRICKLAYER AREA 1......................$ 43.24 21.63 AREA 2......................$ 45.92 26.70 SPECIALTY PAY: (A) Underground work such as tunnel work, sewer work, manholes, catch basins, sewer pipes and telephone conduit shall be paid $1.25 per hour above the regular rate. Work in direct contact with raw sewage shall receive $1.25 per hour in addition to the above. (B) Operating a saw or grinder shall receive $1.25 per hour above the regular rate. (C) Gunite nozzle person shall receive $1.25 per hour above the regular rate. ---------------------------------------------------------------- BRCA0003-008 07/01/2019 Rates Fringes TERRAZZO FINISHER................$ 37.58 17.33 TERRAZZO WORKER/SETTER...........$ 48.53 26.84 ---------------------------------------------------------------- BRCA0003-010 04/01/2019 Rates Fringes TILE FINISHER Area 1......................$ 27.31 14.75 Area 2......................$ 27.10 16.50 Area 3......................$ 29.94 16.38 Area 4......................$ 28.06 15.82 Tile Layer Area 1......................$ 45.51 17.64 Area 2......................$ 45.15 19.06 Area 3......................$ 49.90 19.16 Area 4......................$ 46.77 19.08 AREA 1: Butte, Colusa, El Dorado, Glenn, Lassen, Modoc, Nevada, Placer, Plumas, Sacramento, Shasta, Sierra, Sutter, Tehema, Yolo, Yuba AREA 2: Alpine, Amador

Page 176: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

AREA 3: Marin, Napa, Solano, Siskiyou AREA 4: Sonoma ---------------------------------------------------------------- BRCA0003-014 08/01/2019 Rates Fringes MARBLE MASON.....................$ 49.42 27.86 ---------------------------------------------------------------- CARP0034-001 07/01/2019 Rates Fringes Diver Assistant Tender, ROV Tender/Technician...........$ 49.75 33.40 Diver standby...............$ 55.73 33.40 Diver Tender................$ 54.73 33.40 Diver wet...................$ 99.27 33.40 Manifold Operator (mixed gas)........................$ 59.73 33.40 Manifold Operator (Standby).$ 54.73 33.40 DEPTH PAY (Surface Diving): 050 to 100 ft $2.00 per foot 101 to 150 ft $3.00 per foot 151 to 220 ft $4.00 per foot 221 ft.-deeper $5.00 per foot SATURATION DIVING: The standby rate shall apply until saturation starts. The saturation diving rate applies when divers are under pressure continuously until work task and decompression are complete. The diver rate shall be paid for all saturation hours. DIVING IN ENCLOSURES: Where it is necessary for Divers to enter pipes or tunnels, or other enclosures where there is no vertical ascent, the following premium shall be paid: Distance traveled from entrance 26 feet to 300 feet: $1.00 per foot. When it is necessary for a diver to enter any pipe, tunnel or other

enclosure less than 48"" in height, the premium will be $1.00 per foot. WORK IN COMBINATION OF CLASSIFICATIONS: Employees working in any combination of classifications within the diving crew (except dive supervisor) in a shift are paid in the classification with the highest rate for that shift. ---------------------------------------------------------------- CARP0034-003 07/01/2019 Rates Fringes Piledriver.......................$ 50.75 33.40 ---------------------------------------------------------------- CARP0035-001 08/01/2019 AREA 1: MARIN, NAPA, SOLANO & SONOMA AREA 3: SACRAMENTO, WESTERN EL DORADO (Territory west of an including highway 49 and the territory inside the city limits of Placerville), WESTERN PLACER (Territory west of and including highway 49), & YOLO AREA 4: ALPINE, BUTTE, COLUSA, EASTERN EL DORADO, GLENN, LASSEN, MODOC, NEVADA, EASTERN PLACER, PLUMAS, SHASTA, SIERRA, SISKIYOU, SUTTER, TEHAMA, TRINITY, & YUBA Rates Fringes Drywall Installers/Lathers: Area 1......................$ 50.50 30.64 Area 3......................$ 45.12 30.64 Area 4......................$ 43.77 30.64 Drywall Stocker/Scrapper Area 1......................$ 25.25 17.86 Area 3......................$ 22.56 17.86 Area 4......................$ 21.89 17.86 ---------------------------------------------------------------- CARP0035-009 07/01/2019 Marin County

Page 177: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

Rates Fringes CARPENTER Bridge Builder/Highway Carpenter...................$ 50.50 30.20 Hardwood Floorlayer, Shingler, Power Saw Operator, Steel Scaffold & Steel Shoring Erector, Saw Filer.......................$ 50.65 30.20 Journeyman Carpenter........$ 50.50 30.20 Millwright..................$ 50.60 31.79 ---------------------------------------------------------------- CARP0035-010 07/01/2017 AREA 1: Marin, Napa, Solano & Sonoma Counties AREA 2: Monterey, San Benito and Santa Cruz AREA 3: Alpine, Butte, Colusa, El Dorado, Glenn, Lassen, Modoc, Nevada, Placer, Plumas, Sacramento, Shasta, Sierra, Siskiyou, Sutter, Tehama, Trinity, Yolo & Yuba counties Rates Fringes Modular Furniture Installer Area 1 Installer I................$ 24.91 19.63 Installer II...............$ 22.18 20.42 Lead Installer.............$ 29.06 20.92 Master Installer...........$ 33.28 20.92 Area 2 Installer I................$ 22.96 20.42 Installer II...............$ 20.01 20.42 Lead Installer.............$ 25.93 20.92 Master Installer...........$ 29.56 20.92 Area 3 Installer I................$ 22.01 20.42 Installer II...............$ 19.24 20.42 Lead Installer.............$ 24.81 20.92 Master Installer...........$ 31.83 20.92 ---------------------------------------------------------------- CARP0046-001 07/01/2019 El Dorado (West), Placer (West), Sacramento and Yolo Counties Rates Fringes Carpenters Bridge Builder/Highway

Carpenter...................$ 50.50 30.20 Hardwood Floorlayer, Shingler, Power Saw Operator, Steel Scaffold & Steel Shoring Erector, Saw Filer.......................$ 44.77 30.20 Journeyman Carpenter........$ 44.62 30.20 Millwright..................$ 47.12 31.79 Footnote: Placer County (West) includes territory West of and including Highway 49 and El Dorado County (West) includes territory West of and including Highway 49 and territory inside the city limits of Placerville. ---------------------------------------------------------------- CARP0046-002 07/01/2019 Alpine, Colusa, El Dorado (East), Nevada, Placer (East), Sierra, Sutter and Yuba Counties Rates Fringes Carpenters Bridge Builder/Highway Carpenter...................$ 50.50 30.20 Hardwood Floorlayer, Shingler, Power Saw Operator, Steel Scaffold & Steel Shoring Erector, Saw Filer.......................$ 43.42 30.20 Journeyman Carpenter........$ 42.27 30.20 Millwright..................$ 45.77 31.79 ---------------------------------------------------------------- CARP0152-003 07/01/2019 Amador County Rates Fringes Carpenters Bridge Builder/Highway Carpenter...................$ 50.50 30.20 Hardwood Floorlayer, Shingler, Power Saw Operator, Steel Scaffold & Steel Shoring Erector, Saw Filer.......................$ 43.42 30.20 Journeyman Carpenter........$ 43.27 30.20

Page 178: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

Millwright..................$ 45.77 31.79 ---------------------------------------------------------------- CARP0180-001 07/01/2019 Solano County Rates Fringes Carpenters Bridge Builder/Highway Carpenter...................$ 50.50 30.20 Hardwood Floorlayer, Shingler, Power Saw Operator, Steel Scaffold & Steel Shoring Erector, Saw Filer.......................$ 50.65 30.20 Journeyman Carpenter........$ 50.50 30.20 Millwright..................$ 50.60 31.79 ---------------------------------------------------------------- CARP0751-001 07/01/2019 Napa and Sonoma Counties Rates Fringes Carpenters Bridge Builder/Highway Carpenter...................$ 50.50 30.20 Hardwood Floorlayer, Shingler, Power Saw Operator, Steel Scaffold & Steel Shoring Erector, Saw Filer.......................$ 50.65 30.20 Journeyman Carpenter........$ 50.50 30.20 Millwright..................$ 50.60 31.79 ---------------------------------------------------------------- CARP1599-001 07/01/2019 Butte, Glenn, Lassen, Modoc, Plumas, Shasta, Siskiyou, Tehama and Trinity Counties Rates Fringes Carpenters Bridge Builder/Highway Carpenter...................$ 50.50 30.20 Hardwood Floorlayer, Shingler, Power Saw Operator, Steel Scaffold & Steel Shoring Erector, Saw Filer.......................$ 43.42 30.20

Journeyman Carpenter........$ 43.27 30.20 Millwright..................$ 45.77 31.79 ---------------------------------------------------------------- ELEC0180-001 06/01/2019 NAPA AND SOLANO COUNTIES Rates Fringes CABLE SPLICER....................$ 56.26 24.16 ELECTRICIAN......................$ 50.01 23.98 ---------------------------------------------------------------- ELEC0180-003 12/01/2018 NAPA AND SOLANO COUNTIES Rates Fringes Sound & Communications Installer...................$ 38.42 19.70 Technician..................$ 44.18 19.88 SCOPE OF WORK INCLUDES- SOUND & VOICE TRANSMISSION (Music, Intercom, Nurse Call, Telephone); FIRE ALARM SYSTEMS [excluding fire alarm work when installed in raceways (including wire and cable pulling) and when performed on new or major remodel building projects or jobs], TELEVISION & VIDEO SYSTEMS, SECURITY SYSTEMS, COMMUNICATIONS SYSTEMS that transmit or receive information and/or control systems that are intrinsic to the above. EXCLUDES- Excludes all other data systems or multiple systems which include control function or power supply; excludes installation of raceway systems, line voltage work, industrial work, life-safety systems (all buildings having floors located more than 75' above the lowest floor level having building access); excludes energy management systems.

Page 179: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

---------------------------------------------------------------- ELEC0340-002 02/01/2018 ALPINE, AMADOR, BUTTE, COLUSA, EL DORADO, GLENN, LASSEN, NEVADA, PLACER, PLUMAS, SACRAMENTO, TRINITY, YOLO, YUBA COUNTIES Rates Fringes Communications System Sound & Communications Installer...................$ 29.35 3%+15.35 Sound & Communications Technician..................$ 33.75 3%+15.35 SCOPE OF WORK Includes the installation testing, service and maintenance, of the following systems which utilize the transmission and/or transference of voice, sound, vision and digital for commercial, education, security and entertainment purposes for the following TV monitoring and surveillance, background-foreground music, intercom and telephone interconnect, inventory control systems, microwave transmission, multi-media, multiplex, nurse call system, radio page, school intercom and sound, burglar alarms, and low voltage master clock systems. A. SOUND AND VOICE TRANSMISSION/TRANSFERENCE SYSTEMS Background foreground music Intercom and telephone interconnect systems, Telephone systems, Nurse call systems, Radio page systems, School intercom and sound systems, Burglar alarm systems, Low voltage master clock systems, Multi-media/multiplex systems, Sound and musical entertainment systems, RF systems, Antennas and Wave Guide. B. FIRE ALARM SYSTEMS Installation, wire pulling and testing

C. TELEVISION AND VIDEO SYSTEMS Television monitoring and surveillance systems, Video security systems, Video entertainment systems, Video educational systems, Microwave transmission systems, CATV and CCTV D. SECURITY SYSTEMS Perimeter security systems Vibration sensor systems Card access systems Access control systems Sonar/infrared monitoring equipment E. COMMUNICATIONS SYSTEMS THAT TRANSMIT OR RECEIVE INFORMATION AND/OR CONTROL SYSTEMS THAT ARE INTRINSIC TO THE ABOVE LISTED SYSTEMS SCADA (Supervisory Control and Data Acquisition) PCM (Pulse Code Modulation) Inventory Control Systems Digital Data Systems Broadband and Baseband and Carriers Point of Sale Systems VSAT Data Systems Data Communication Systems RF and Remote Control Systems Fiber Optic Data Systems WORK EXCLUDED Raceway systems are not covered (excluding Ladder-Rack for the purpose of the above listed systems). Chases and/or nipples (not to exceed 10 feet) may be installed on open wiring systems. Energy management systems. SCADA (Supervisory Control and Data Acquisition) when not intrinsic to the above listed systems (in the scope). Fire alarm systems when installed in raceways (including wire and cable pulling) shall be performed at the electrician wage rate, when either of the following two (2) conditions apply: 1. The project involves new or major remodel building trades construction. 2. The conductors for the fire alarm system are installed in

Page 180: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

conduit. ---------------------------------------------------------------- ELEC0340-003 08/01/2018 ALPINE (West of Sierra Mt. Watershed), AMADOR, BUTTE, COLUSA, EL DORADO (West of Sierra Mt. Watershed), GLENN, LASSEN, NEVADA (West of Sierra Mt. Watershed), PLACER, PLUMAS, SACRAMENTO, SHASTA, SIERRA (West of Sierra Mt. Watershed), SUTTER, TEHAMA, TRINITY, YOLO & YUBA COUNTIES Rates Fringes ELECTRICIAN Remaining area..............$ 40.06 28.54 Sierra Army Depot, Herlong..$ 48.83 18.54 Tunnel work.................$ 41.01 18.54 CABLE SPLICER: Receives 110% of the Electrician basic hourly rate. ---------------------------------------------------------------- ELEC0401-005 07/01/2019 ALPINE (east of the main watershed divide), EL DORADO (east of the main watershed divide), NEVADA (east of the main watershed), PLACER (east of the main watershed divide) and SIERRA (east of the main watershed divide) COUNTIES: Rates Fringes ELECTRICIAN......................$ 40.50 19.39 ---------------------------------------------------------------- ELEC0551-004 06/01/2019 MARIN AND SONOMA COUNTIES Rates Fringes ELECTRICIAN......................$ 51.40 22.83 ---------------------------------------------------------------- ELEC0551-005 12/01/2018

MARIN & SONOMA COUNTIES Rates Fringes Sound & Communications Installer...................$ 38.42 20.11 Technician..................$ 44.18 20.29 SCOPE OF WORK INCLUDES- SOUND & VOICE TRANSMISSION (Music, Intercom, Nurse Call, Telephone); FIRE ALARM SYSTEMS [excluding fire alarm work when installed in raceways (including wire and cable pulling) and when performed on new or major remodel building projects or jobs], TELEVISION & VIDEO SYSTEMS, SECURITY SYSTEMS, COMMUNICATIONS SYSTEMS that transmit or receive information and/or control systems that are intrinsic to the above. EXCLUDES- Excludes all other data systems or multiple systems which include control function or power supply; excludes installation of raceway systems, line voltage work, industrial work, life-safety systems (all buildings having floors located more than 75' above the lowest floor level having building access); excludes energy management systems. ---------------------------------------------------------------- ELEC0659-006 01/01/2020 DEL NORTE, MODOC and SISKIYOU COUNTIES Rates Fringes ELECTRICIAN......................$ 36.59 17.39 ---------------------------------------------------------------- ELEC0659-008 02/01/2019 DEL NORTE, MODOC & SISKIYOU COUNTIES Rates Fringes

Page 181: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

Line Construction (1) Cable Splicer...........$ 59.09 20.22 (2) Lineman, Pole Sprayer, Heavy Line Equipment Man....$ 52.76 19.96 (3) Tree Trimmer............$ 31.10 11.32 (4) Line Equipment Man......$ 52.76 19.96 (5) Powdermen, Jackhammermen...............$ 33.80 13.35 (6) Groundman...............$ 33.24 14.79 ---------------------------------------------------------------- ELEC1245-004 06/01/2019 ALL COUNTIES EXCEPT DEL NORTE, MODOC & SISKIYOU Rates Fringes LINE CONSTRUCTION (1) Lineman; Cable splicer..$ 58.09 19.36 (2) Equipment specialist (operates crawler tractors, commercial motor vehicles, backhoes, trenchers, cranes (50 tons and below), overhead & underground distribution line equipment)...........$ 46.40 18.17 (3) Groundman...............$ 35.47 17.79 (4) Powderman...............$ 49.55 3%+17.65 HOLIDAYS: New Year's Day, M.L. King Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day and day after Thanksgiving, Christmas Day ---------------------------------------------------------------- ELEV0008-001 01/01/2019 Rates Fringes ELEVATOR MECHANIC................$ 67.56 34.125+a+b FOOTNOTE: PAID VACATION: Employer contributes 8% of regular hourly rate as vacation pay credit for employees with more than 5

years of service, and 6% for 6 months to 5 years of service. PAID HOLIDAYS: New Years Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, Friday after Thanksgiving, and Christmas Day. ---------------------------------------------------------------- ENGI0003-008 07/01/2017 Rates Fringes Dredging: (DREDGING: CLAMSHELL & DIPPER DREDGING; HYDRAULIC SUCTION DREDGING:) AREA 1: (1) Leverman...............$ 44.77 31.25 (2) Dredge Dozer; Heavy duty repairman.............$ 39.81 31.25 (3) Booster Pump Operator; Deck Engineer; Deck mate; Dredge Tender; Winch Operator...................$ 38.69 31.25 (4) Bargeman; Deckhand; Fireman; Leveehand; Oiler..$ 35.39 31.25 AREA 2: (1) Leverman...............$ 46.77 31.25 (2) Dredge Dozer; Heavy duty repairman.............$ 41.81 31.25 (3) Booster Pump Operator; Deck Engineer; Deck mate; Dredge Tender; Winch Operator...................$ 40.69 31.25 (4) Bargeman; Deckhand; Fireman; Leveehand; Oiler..$ 37.39 31.25 AREA DESCRIPTIONS AREA 1: ALAMEDA,BUTTE, CONTRA COSTA, KINGS, MARIN, MERCED, NAPA, SACRAMENTO, SAN BENITO, SAN FRANCISCO, SAN JOAQUIN, SAN MATEO, SANTA CLARA, SANTA CRUZ, SOLANO, STANISLAUS, SUTTER, YOLO, AND YUBA COUNTIES AREA 2: MODOC COUNTY THE REMAINGING COUNTIES ARE SPLIT BETWEEN AREA 1 AND AREA 2 AS NOTED BELOW:

Page 182: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

ALPINE COUNTY: Area 1: Northernmost part Area 2: Remainder CALAVERAS COUNTY: Area 1: Remainder Area 2: Eastern part COLUSA COUNTY: Area 1: Eastern part Area 2: Remainder ELDORADO COUNTY: Area 1: North Central part Area 2: Remainder FRESNO COUNTY: Area 1: Remainder Area 2: Eastern part GLENN COUNTY: Area 1: Eastern part Area 2: Remainder LASSEN COUNTY: Area 1: Western part along the Southern portion of border with Shasta County Area 2: Remainder MADERA COUNTY: Area 1: Except Eastern part Area 2: Eastern part MARIPOSA COUNTY Area 1: Except Eastern part Area 2: Eastern part MONTERREY COUNTY Area 1: Except Southwestern part Area 2: Southwestern part NEVADA COUNTY: Area 1: All but the Northern portion along the border of Sierra County Area 2: Remainder PLACER COUNTY: Area 1: Al but the Central portion Area 2: Remainder PLUMAS COUNTY: Area 1: Western portion Area 2: Remainder

SHASTA COUNTY: Area 1: All but the Northeastern corner Area 2: Remainder SIERRA COUNTY: Area 1: Western part Area 2: Remainder SISKIYOU COUNTY: Area 1: Central part Area 2: Remainder SONOMA COUNTY: Area 1: All but the Northwestern corner Area 2: Remainder TEHAMA COUNTY: Area 1: All but the Western border with Mendocino & Trinity Counties Area 2: Remainder TRINITY COUNTY: Area 1: East Central part and the Northeastern border with Shasta County Area 2: Remainder TUOLUMNE COUNTY: Area 1: Except Eastern part Area 2: Eastern part ---------------------------------------------------------------- ENGI0003-018 06/26/2017 ""AREA 1"" WAGE RATES ARE LISTED BELOW ""AREA 2"" RECEIVES AN ADDITIONAL $2.00 PER HOUR ABOVE AREA 1 RATES. SEE AREA DEFINITIONS BELOW Rates Fringes OPERATOR: Power Equipment (AREA 1:) GROUP 1.....................$ 44.67 30.39 GROUP 2.....................$ 43.14 30.39 GROUP 3.....................$ 41.66 30.39 GROUP 4.....................$ 40.28 30.39 GROUP 5.....................$ 39.01 30.39 GROUP 6.....................$ 37.69 30.39

Page 183: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

GROUP 7.....................$ 36.55 30.39 GROUP 8.....................$ 35.41 30.39 GROUP 8-A...................$ 33.20 30.39 OPERATOR: Power Equipment (Cranes and Attachments - AREA 1:) GROUP 1 Cranes.....................$ 46.30 30.39 Oiler......................$ 36.63 30.39 Truck crane oiler..........$ 39.20 30.39 GROUP 2 Cranes.....................$ 43.79 30.39 Oiler......................$ 36.36 30.39 Truck crane oiler..........$ 38.98 30.39 GROUP 3 Cranes.....................$ 42.05 30.39 Hydraulic..................$ 38.32 30.39 Oiler......................$ 36.14 30.39 Truck Crane Oiler..........$ 38.71 30.39 GROUP 4 Cranes.....................$ 39.01 30.39 OPERATOR: Power Equipment (Piledriving - AREA 1:) GROUP 1 Lifting devices............$ 45.89 30.39 Oiler......................$ 36.63 30.39 Truck crane oiler..........$ 39.20 30.39 GROUP 2 Lifting devices............$ 44.07 30.39 Oiler......................$ 36.36 30.39 Truck Crane Oiler..........$ 38.98 30.39 GROUP 3 Lifting devices............$ 42.39 30.39 Oiler......................$ 36.14 30.39 Truck Crane Oiler..........$ 38.71 30.39 GROUP 4 Lifting devices............$ 40.62 30.39 GROUP 5 Lifting devices............$ 39.32 30.39 GROUP 6 Lifting devices............$ 37.98 30.39 OPERATOR: Power Equipment (Steel Erection - AREA 1:) GROUP 1 Cranes.....................$ 46.30 30.39 Oiler......................$ 36.63 30.39 Truck Crane Oiler..........$ 39.20 30.39 GROUP 2 Cranes.....................$ 43.79 30.39 Oiler......................$ 36.36 30.39 Truck Crane Oiler..........$ 38.98 30.39 GROUP 3 Cranes.....................$ 42.05 30.39 Hydraulic..................$ 38.32 30.39 Oiler......................$ 36.14 30.39 Truck Crane Oiler..........$ 38.71 30.39

GROUP 4 Cranes.....................$ 39.01 30.39 GROUP 5 Cranes.....................$ 35.13 30.39 OPERATOR: Power Equipment (Tunnel and Underground Work - AREA 1:) SHAFTS, STOPES, RAISES: GROUP 1....................$ 40.77 30.39 GROUP 1-A..................$ 43.24 30.39 GROUP 2....................$ 39.51 30.39 GROUP 3....................$ 38.18 30.39 GROUP 4....................$ 37.04 30.39 GROUP 5....................$ 35.90 30.39 UNDERGROUND: GROUP 1....................$ 40.67 30.39 GROUP 1-A..................$ 43.14 30.39 GROUP 2....................$ 39.41 30.39 GROUP 3....................$ 38.08 30.39 GROUP 4....................$ 36.94 30.39 GROUP 5....................$ 35.80 30.39 FOOTNOTE: Work suspended by ropes or cables, or work on a Yo-Yo Cat: $.60 per hour additional. POWER EQUIPMENT OPERATOR CLASSIFICATIONS GROUP 1: Operator of helicopter (when used in erection work); Hydraulic excavator, 7 cu. yds. and over; Power shovels, over 7 cu. yds. GROUP 2: Highline cableway; Hydraulic excavator, 3-1/2 cu. yds. up to 7 cu. yds.; Licensed construction work boat operator, on site; Power blade operator (finish); Power shovels, over 1 cu. yd. up to and including 7 cu. yds. m.r.c. GROUP 3: Asphalt milling machine; Cable backhoe; Combination backhoe and loader over 3/4 cu. yds.; Continuous flight tie back machine assistant to engineer or mechanic; Crane mounted continuous flight tie back machine, tonnage to apply; Crane mounted drill attachment, tonnage to apply;

Page 184: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

Dozer, slope brd; Gradall; Hydraulic excavator, up to 3 1/2 cu. yds.; Loader 4 cu. yds. and over; Long reach excavator; Multiple engine scraper (when used as push pull); Power shovels, up to and including 1 cu. yd.; Pre-stress wire wrapping machine; Side boom cat, 572 or larger; Track loader 4 cu. yds. and over; Wheel excavator (up to and including 750 cu. yds. per hour) GROUP 4: Asphalt plant engineer/box person; Chicago boom; Combination backhoe and loader up to and including 3/4 cu. yd.; Concrete batch plant (wet or dry); Dozer and/or push cat; Pull- type elevating loader; Gradesetter, grade checker (GPS, mechanical or otherwise); Grooving and grinding machine; Heading shield operator; Heavy-duty drilling equipment, Hughes, LDH, Watson 3000 or similar; Heavy-duty repairperson and/or welder; Lime spreader; Loader under 4 cu. yds.; Lubrication and service engineer (mobile and grease rack); Mechanical finishers or spreader machine (asphalt, Barber-Greene and similar); Miller Formless M-9000 slope paver or similar; Portable crushing and screening plants; Power blade support; Roller operator, asphalt; Rubber-tired scraper, self-loading (paddle-wheels, etc.); Rubber- tired earthmoving equipment (scrapers); Slip form paver (concrete); Small tractor with drag; Soil stabilizer (P & H or equal); Spider plow and spider puller; Tubex pile rig; Unlicensed constuction work boat operator, on site; Timber skidder; Track loader up to 4 yds.; Tractor-drawn scraper; Tractor, compressor drill combination; Welder; Woods-Mixer (and other similar Pugmill

equipment) GROUP 5: Cast-in-place pipe laying machine; Combination slusher and motor operator; Concrete conveyor or concrete pump, truck or equipment mounted; Concrete conveyor, building site; Concrete pump or pumpcrete gun; Drilling equipment, Watson 2000, Texoma 700 or similar; Drilling and boring machinery, horizontal (not to apply to waterliners, wagon drills or jackhammers); Concrete mixer/all; Person and/or material hoist; Mechanical finishers (concrete) (Clary, Johnson, Bidwell Bridge Deck or similar types); Mechanical burm, curb and/or curb and gutter machine, concrete or asphalt); Mine or shaft hoist; Portable crusher; Power jumbo operator (setting slip-forms, etc., in tunnels); Screed (automatic or manual); Self-propelled compactor with dozer; Tractor with boom D6 or smaller; Trenching machine, maximum digging capacity over 5 ft. depth; Vermeer T-600B rock cutter or similar GROUP 6: Armor-Coater (or similar); Ballast jack tamper; Boom- type backfilling machine; Assistant plant engineer; Bridge and/or gantry crane; Chemical grouting machine, truck-mounted; Chip spreading machine operator; Concrete saw (self-propelled unit on streets, highways, airports and canals); Deck engineer; Drilling equipment Texoma 600, Hughes 200 Series or similar up to and including 30 ft. m.r.c.; Drill doctor; Helicopter radio operator; Hydro-hammer or similar; Line master; Skidsteer loader, Bobcat larger than 743 series or similar (with attachments); Locomotive; Lull hi-lift or similar; Oiler, truck mounted equipment; Pavement breaker, truck-mounted,

Page 185: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

with compressor combination; Paving fabric installation and/or laying machine; Pipe bending machine (pipelines only); Pipe wrapping machine (tractor propelled and supported); Screed (except asphaltic concrete paving); Self- propelled pipeline wrapping machine; Tractor; Self-loading chipper; Concrete barrier moving machine GROUP 7: Ballast regulator; Boom truck or dual-purpose A-frame truck, non-rotating - under 15 tons; Cary lift or similar; Combination slurry mixer and/or cleaner; Drilling equipment, 20 ft. and under m.r.c.; Firetender (hot plant); Grouting machine operator; Highline cableway signalperson; Stationary belt loader (Kolman or similar); Lift slab machine (Vagtborg and similar types); Maginnes internal full slab vibrator; Material hoist (1 drum); Mechanical trench shield; Pavement breaker with or without compressor combination); Pipe cleaning machine (tractor propelled and supported); Post driver; Roller (except asphalt); Chip Seal; Self-propelled automatically applied concrete curing mahcine (on streets, highways, airports and canals); Self-propelled compactor (without dozer); Signalperson; Slip-form pumps (lifting device for concrete forms); Tie spacer; Tower mobile; Trenching machine, maximum digging capacity up to and including 5 ft. depth; Truck- type loader GROUP 8: Bit sharpener; Boiler tender; Box operator; Brakeperson; Combination mixer and compressor (shotcrete/gunite); Compressor operator; Deckhand; Fire tender; Forklift (under 20 ft.); Generator;

Gunite/shotcrete equipment operator; Hydraulic monitor; Ken seal machine (or similar); Mixermobile; Oiler; Pump operator; Refrigeration plant; Reservoir-debris tug (self- propelled floating); Ross Carrier (construction site); Rotomist operator; Self-propelled tape machine; Shuttlecar; Self-propelled power sweeper operator (includes vacuum sweeper); Slusher operator; Surface heater; Switchperson; Tar pot firetender; Tugger hoist, single drum; Vacuum cooling plant; Welding machine (powered other than by electricity) GROUP 8-A: Elevator operator; Skidsteer loader-Bobcat 743 series or smaller, and similar (without attachments); Mini excavator under 25 H.P. (backhoe-trencher); Tub grinder wood chipper ---------------------------------------------------------- ALL CRANES AND ATTACHMENTS GROUP 1: Clamshell and dragline over 7 cu. yds.; Crane, over 100 tons; Derrick, over 100 tons; Derrick barge pedestal-mounted, over 100 tons; Self-propelled boom-type lifting device, over 100 tons GROUP 2: Clamshell and dragline over 1 cu. yd. up to and including 7 cu. yds.; Crane, over 45 tons up to and including 100 tons; Derrick barge, 100 tons and under; Self-propelled boom-type lifting device, over 45 tons; Tower crane GROUP 3: Clamshell and dragline up to and including 1 cu. yd.; Cranes 45 tons and under; Self-propelled boom-type lifting device 45 tons and under;

Page 186: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

GROUP 4: Boom Truck or dual purpose A-frame truck, non-rotating over 15 tons; Truck-mounted rotating telescopic boom type lifting device, Manitex or similar (boom truck) over 15 tons; Truck-mounted rotating telescopic boom type lifting device, Manitex or similar (boom truck) - under 15 tons; ----------------------------------------------------------- PILEDRIVERS GROUP 1: Derrick barge pedestal mounted over 100 tons; Clamshell over 7 cu. yds.; Self-propelled boom-type lifting device over 100 tons; Truck crane or crawler, land or barge mounted over 100 tons GROUP 2: Derrick barge pedestal mounted 45 tons to and including 100 tons; Clamshell up to and including 7 cu. yds.; Self-propelled boom-type lifting device over 45 tons; Truck crane or crawler, land or barge mounted, over 45 tons up to and including 100 tons; Fundex F-12 hydraulic pile rig GROUP 3: Derrick barge pedestal mounted under 45 tons; Self- propelled boom-type lifting device 45 tons and under; Skid/scow piledriver, any tonnage; Truck crane or crawler, land or barge mounted 45 tons and under GROUP 4: Assistant operator in lieu of assistant to engineer; Forklift, 10 tons and over; Heavy-duty repairperson/welder GROUP 5: Deck engineer GROUP 6: Deckhand; Fire tender ------------------------------------------------------------- STEEL ERECTORS

GROUP 1: Crane over 100 tons; Derrick over 100 tons; Self- propelled boom-type lifting device over 100 tons GROUP 2: Crane over 45 tons to 100 tons; Derrick under 100 tons; Self-propelled boom-type lifting device over 45 tons to 100 tons; Tower crane GROUP 3: Crane, 45 tons and under; Self-propelled boom-type lifting device, 45 tons and under GROUP 4: Chicago boom; Forklift, 10 tons and over; Heavy-duty repair person/welder GROUP 5: Boom cat -------------------------------------------------------------- -- TUNNEL AND UNDERGROUND WORK GROUP 1-A: Tunnel bore machine operator, 20' diameter or more GROUP 1: Heading shield operator; Heavy-duty repairperson; Mucking machine (rubber tired, rail or track type); Raised bore operator (tunnels); Tunnel mole bore operator GROUP 2: Combination slusher and motor operator; Concrete pump or pumpcrete gun; Power jumbo operator GROUP 3: Drill doctor; Mine or shaft hoist GROUP 4: Combination slurry mixer cleaner; Grouting Machine operator; Motorman GROUP 5: Bit Sharpener; Brakeman; Combination mixer and compressor (gunite); Compressor operator; Oiler; Pump operator; Slusher operator ----------------------------------------------------------- AREA DESCRIPTIONS:

Page 187: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

POWER EQUIPMENT OPERATORS, CRANES AND ATTACHMENTS,TUNNEL AND UNDERGROUND [These areas do not apply to Piledrivers and Steel Erectors] AREA 1: ALPINE, AMADOR, BUTTE, COLUSA, EL DORADO, GLENN, LASSEN, MARIN, NAPA, NEVADA, PLACER, PLUMAS, SACRAMENTO, SHASTA, SIERRA, SISKIYOU, SOLANO, SONOMA, SUTTER, TEHAMA, TRINITY, YOLO, YUBA AREA 2 - MODOC COUNTY THE REMAINING COUNTIES ARE SPLIT BETWEEN AREA 1 AND AREA 2 AS NOTED BELOW: ALPINE COUNTY: Area 1: Northernmost part Area 2: Remainder COLUSA COUNTY: Area 1: Eastern part Area 2: Remainder DEL NORTE COUNTY: Area 1: Extreme Southwestern corner Area 2: Remainder ELDORADO COUNTY: Area 1: North Central part Area 2: Remainder GLENN COUNTY: Area 1: Eastern part Area 2: Remainder LASSEN COUNTY: Area 1: Western part along the Southern portion of border with Shasta County Area 2: Remainder NEVADA COUNTY: Area 1: All but the Northern portion along the border of Sierra County Area 2: Remainder PLACER COUNTY: Area 1: All but the Central portion Area 2: Remainder PLUMAS COUNTY:

Area 1: Western portion Area 2: Remainder SHASTA COUNTY: Area 1: All but the Northeastern corner Area 2: Remainder SIERRA COUNTY: Area 1: Western part Area 2: Remainder SISKIYOU COUNTY: Area 1: Central part Area 2: Remainder SONOMA COUNTY: Area 1: All but the Northwestern corner Area 2: Reaminder TEHAMA COUNTY: Area 1: All but the Western border with mendocino & Trinity Counties Area 2: Remainder TRINITY COUNTY: Area 1: East Central part and the Northeaster border with Shasta County Area 2: Remainder ---------------------------------------------------------------- ENGI0003-019 07/26/2017 SEE AREA DESCRIPTIONS BELOW Rates Fringes OPERATOR: Power Equipment (LANDSCAPE WORK ONLY) GROUP 1 AREA 1.....................$ 34.05 28.73 AREA 2.....................$ 36.05 28.73 GROUP 2 AREA 1.....................$ 30.45 28.73 AREA 2.....................$ 32.45 28.73 GROUP 3 AREA 1.....................$ 25.84 28.73 AREA 2.....................$ 27.84 28.73 GROUP DESCRIPTIONS: GROUP 1: Landscape Finish Grade Operator: All finish grade work regardless of equipment used, and all equipment with a

Page 188: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

rating more than 65 HP. GROUP 2: Landscape Operator up to 65 HP: All equipment with a manufacturer's rating of 65 HP or less except equipment covered by Group 1 or Group 3. The following equipment shall be included except when used for finish work as long as manufacturer's rating is 65 HP or less: A-Frame and Winch Truck, Backhoe, Forklift, Hydragraphic Seeder Machine, Roller, Rubber-Tired and Track Earthmoving Equipment, Skiploader, Straw Blowers, and Trencher 31 HP up to 65 HP. GROUP 3: Landscae Utility Operator: Small Rubber-Tired Tractor, Trencher Under 31 HP. AREA DESCRIPTIONS: AREA 1: ALAMEDA, BUTTE, CONTRA COSTA, KINGS, MARIN, MERCED, NAPA, SACRAMENTO, SAN BENITO, SAN FRANCISCO, SAN JOAQUIN, SAN MATEO, SANTA CLARA, SANTA CRUZ, SOLANO, STANISLAUS, SUTTER, YOLO, AND YUBA COUNTIES AREA 2 - MODOC COUNTY THE REMAINING COUNTIES ARE SPLIT BETWEEN AREA 1 AND AREA 2 AS NOTED BELOW: ALPINE COUNTY: Area 1: Northernmost part Area 2: Remainder CALAVERAS COUNTY: Area 1: Except Eastern part Area 2: Eastern part COLUSA COUNTY: Area 1: Eastern part Area 2: Remainder DEL NORTE COUNTY: Area 1: Extreme Southwestern corner Area 2: Remainder

ELDORADO COUNTY: Area 1: North Central part Area 2: Remainder FRESNO COUNTY Area 1: Except Eastern part Area 2: Eastern part GLENN COUNTY: Area 1: Eastern part Area 2: Remainder HUMBOLDT COUNTY: Area 1: Except Eastern and Southwestern parts Area 2: Remainder LAKE COUNTY: Area 1: Southern part Area 2: Remainder LASSEN COUNTY: Area 1: Western part along the Southern portion of border with Shasta County Area 2: Remainder MADERA COUNTY Area 1: Remainder Area 2: Eastern part MARIPOSA COUNTY Area 1: Remainder Area 2: Eastern part MENDOCINO COUNTY: Area 1: Central and Southeastern parts Area 2: Remainder MONTEREY COUNTY Area 1: Remainder Area 2: Southwestern part NEVADA COUNTY: Area 1: All but the Northern portion along the border of Sierra County Area 2: Remainder PLACER COUNTY: Area 1: All but the Central portion Area 2: Remainder PLUMAS COUNTY: Area 1: Western portion Area 2: Remainder

Page 189: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

SHASTA COUNTY: Area 1: All but the Northeastern corner Area 2: Remainder SIERRA COUNTY: Area 1: Western part Area 2: Remainder SISKIYOU COUNTY: Area 1: Central part Area 2: Remainder SONOMA COUNTY: Area 1: All but the Northwestern corner Area 2: Reaminder TEHAMA COUNTY: Area 1: All but the Western border with mendocino & Trinity Counties Area 2: Remainder TRINITY COUNTY: Area 1: East Central part and the Northeaster border with Shasta County Area 2: Remainder TULARE COUNTY; Area 1: Remainder Area 2: Eastern part TUOLUMNE COUNTY: Area 1: Remainder Area 2: Eastern Part ---------------------------------------------------------------- IRON0377-002 07/01/2019 Rates Fringes Ironworkers: Fence Erector...............$ 33.58 24.66 Ornamental, Reinforcing and Structural..............$ 40.00 33.30 PREMIUM PAY: $6.00 additional per hour at the following locations: China Lake Naval Test Station, Chocolate Mountains Naval Reserve-Niland, Edwards AFB, Fort Irwin Military Station, Fort Irwin Training

Center-Goldstone, San Clemente Island, San Nicholas Island, Susanville Federal Prison, 29 Palms - Marine Corps, U.S. Marine Base - Barstow, U.S. Naval Air Facility - Sealey, Vandenberg AFB $4.00 additional per hour at the following locations: Army Defense Language Institute - Monterey, Fallon Air Base, Naval Post Graduate School - Monterey, Yermo Marine Corps Logistics Center $2.00 additional per hour at the following locations: Port Hueneme, Port Mugu, U.S. Coast Guard Station - Two Rock ---------------------------------------------------------------- LABO0067-001 07/01/2019 AREA ""A"" - MARIN COUNTY AREA ""B"" - ALPINE, AMADOR, BUTTE COLUSA EL DORADO, GLENN, LASSEN, MODOC, NAPA, NEVADA, PLACER, PLUMAS, SACRAMENTO, SHASTA, SIERRA, SISKIYOU, SOLANO, SONOMA, SUTTER, TEHAMA, TRINITY, YOLO, AND YUBA COUNTIES Rates Fringes Asbestos Removal Laborer.........$ 24.00 11.30 LABORER (Lead Removal) Marin County................$ 31.81 24.61 Remaining Counties..........$ 30.81 24.61 ---------------------------------------------------------------- LABO0067-005 06/27/2017 AREA ""A"" - ALAMEDA, CONTRA COSTA, MARIN, SAN FRANCISCO, SAN MATEO AND SANTA CLARA COUNTIES AREA ""B"" - ALPINE, AMADOR, BUTTE, CALAVERAS, COLUSA, DEL NORTE, EL DORADO, FRESNO, GLENN, HUMBOLDT, KINGS, LAKE, LASSEN,

Page 190: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

MADERA, MARIPOSA, MENDOCINO, MERCED, MODOC, MONTEREY, NAPA, NEVADA, PLACER, PLUMAS, SANCREMENTO, SAN BENITO, SAN JOAQUIN, SANTA CRUZ, SIERRA, SHASTA, SISKIYOU, SOLANO, SONOMA, STANISLAUS, TEHAMA, TRINITY, TULARE, TUOLUMNE, YOLO AND YOUBA COUNTIES Rates Fringes LABORER (TRAFFIC CONTROL/LANE CLOSURE) Escort Driver, Flag Person Area A.....................$ 29.54 22.17 Area B.....................$ 28.54 22.17 Traffic Control Person I Area A.....................$ 29.84 22.17 Area B.....................$ 28.84 22.17 Traffic Control Person II Area A.....................$ 27.34 22.17 Area B.....................$ 26.34 22.17 TRAFFIC CONTROL PERSON I: Layout of traffic control, crash cushions, construction area and roadside signage. TRAFFIC CONTROL PERSON II: Installation and removal of temporary/permanent signs, markers, delineators and crash cushions. ---------------------------------------------------------------- LABO0185-002 07/01/2018 ALPINE, AMADOR, BUTTE, COLUSA, EL DORADO, GLENN, LASSEN, MODOC, NEVADA, PLACER, PLUMAS, SACRAMENTO, SHASTA, SIERRA, SISKIYOU, SUTTER, TEHAMA, TRINITY, YOLO AND YUBA COUNTIES Rates Fringes LABORER Mason Tender-Brick..........$ 31.20 22.20 ---------------------------------------------------------------- LABO0185-005 06/25/2018

ALPINE, AMADOR, BUTTE, COLUSA, EL DORADO, GLENN, LASSEN, MODOC, NEVADA, PLACER, PLUMAS, SACRAMENTO, SHASTA, SIERRA, SISKIYOU, SUTTER, TEHAMA, TRINITY, YOLO AND YUBA COUNTIES Rates Fringes Tunnel and Shaft Laborers: GROUP 1.....................$ 37.82 24.11 GROUP 2.....................$ 37.59 24.11 GROUP 3.....................$ 37.34 24.11 GROUP 4.....................$ 36.89 24.11 GROUP 5.....................$ 36.35 24.11 Shotcrete Specialist........$ 38.34 24.11 TUNNEL AND SHAFT CLASSIFICATIONS GROUP 1: Diamond driller; Groundmen; Gunite and shotcrete nozzlemen GROUP 2: Rodmen; Shaft work & raise (below actual or excavated ground level) GROUP 3: Bit grinder; Blaster, driller, powdermen, heading; Cherry pickermen - where car is lifted; Concrete finisher in tunnel; Concrete screedman; Grout pumpman and potman; Gunite & shotcrete gunman & potman; Headermen; High pressure nozzleman; Miner - tunnel, including top and bottom man on shaft and raise work; Nipper; Nozzleman on slick line; Sandblaster - potman, Robotic Shotcrete Placer, Segment Erector, Tunnel Muck Hauler, Steel Form raiser and setter; Timberman, retimberman (wood or steel or substitute materials therefore); Tugger (for tunnel laborer work); Cable tender; Chuck tender; Powderman - primer house GROUP 4: Vibrator operator, pavement breaker; Bull gang - muckers, trackmen; Concrete crew - includes rodding and

Page 191: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

spreading, Dumpmen (any method) GROUP 5: Grout crew; Reboundman; Swamper/ Brakeman ---------------------------------------------------------------- LABO0185-006 06/25/2018 ALPINE, AMADOR, BUTTE, COLUSA, EL DORADO, GLENN, LASSEN, MODOC, NEVADA, PLACER, PLUMAS, SACRAMENTO, SHIASTA, SIERRA, SISKIYOU, SUTTER, TEHAMA, TRINITY, YOLO, YUBA COUNTIES Rates Fringes LABORER (CONSTRUCTION CRAFT LABORERS - AREA B:) Construction Specialist Group.......................$ 30.49 23.20 GROUP 1.....................$ 29.79 23.20 GROUP 1-a...................$ 30.01 23.20 GROUP 1-c...................$ 30.01 23.20 GROUP 1-e...................$ 30.34 23.20 GROUP 1-f...................$ 30.37 23.20 GROUP 2.....................$ 29.64 23.20 GROUP 3.....................$ 29.54 23.20 GROUP 4.....................$ 23.23 23.20 See groups 1-b and 1-d under laborer classifications. LABORER (GARDENERS, HORTICULTURAL & LANDSCAPE LABORERS - AREA B:) (1) New Construction........$ 29.54 23.20 (2) Establishment Warranty Period......................$ 23.23 23.20 LABORER (GUNITE - AREA B:) GROUP 1.....................$ 29.75 22.31 GROUP 2.....................$ 29.25 22.31 GROUP 3.....................$ 28.66 22.31 GROUP 4.....................$ 28.54 22.31 LABORER (WRECKING - AREA B:) GROUP 1.....................$ 29.79 23.20 GROUP 2.....................$ 29.64 23.20 FOOTNOTES: Laborers working off or with or from bos'n chairs, swinging scaffolds, belts shall receive $0.25 per hour above the applicable wage rate. This shall not apply to workers

entitled to receive the wage rate set forth in Group 1-a below. --------------------------------------------------------- LABORER CLASSIFICATIONS CONSTRUCTION SPECIALIST GROUP: Asphalt ironer and raker; Chainsaw; Laser beam in connection with laborers' work; Cast-in- place manhole form setter; Pressure pipelayer; Davis trencher - 300 or similar type (and all small trenchers); Blaster; Diamond driller; Multiple unit drill; Hydraulic drill GROUP 1: Asphalt spreader boxes (all types); Barko, Wacker and similar type tampers; Buggymobile; Caulker, bander, pipewrapper, conduit layer, plastic pipelayer; Certified hazardous waste worker including Leade Abatement; Compactors of all types; Concrete and magnesite mixer, 1/2 yd. and under; Concrete pan work; Concrete sander; Concrete saw; Cribber and/or shoring; Cut granite curb setter; Dri-pak-it machine; Faller, logloader and bucker; Form raiser, slip forms; Green cutter; Headerboard, Hubsetter, aligner, by any method; High pressure blow pipe (1-1/2"" or over, 100 lbs. pressure/over); Hydro seeder and similar type; Jackhammer operator; Jacking of pipe over 12 inches; Jackson and similar type compactor; Kettle tender, pot and worker applying asphalt, lay-kold, creosote, lime, caustic and similar type materials (applying means applying, dipping or handling of such materials); Lagging, sheeting, whaling, bracing, trenchjacking, lagging hammer; Magnesite,

Page 192: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

epoxyresin, fiberglass, mastic worker (wet or dry); No joint pipe and stripping of same, including repair of voids; Pavement breaker and spader, including tool grinder; Perma curb; Pipelayer (including grade checking in connection with pipelaying); Precast-manhole setter; Pressure pipe tester; Post hole digger, air, gas and electric; Power broom sweeper; Power tampers of all types (except as shown in Group 2); Ram set gun and stud gun; Riprap stonepaver and rock-slinger, including placing of sacked concrete and/or sand (wet or dry) and gabions and similar type; Rotary scarifier or multiple head concrete chipping scarifier; Roto and Ditch Witch; Rototiller; Sandblaster, pot, gun, nozzle operators; Signalling and rigging; Tank cleaner; Tree climber; Turbo blaster; Vibrascreed, bull float in connection with laborers' work; Vibrator; Hazardous waste worker (lead removal); Asbestos and mold removal worker GROUP 1-a: Joy drill model TWM-2A; Gardner-Denver model DH143 and similar type drills; Track driller; Jack leg driller; Wagon driller; Mechanical drillers, all types regardless of type or method of power; Mechanical pipe layers, all types regardless of type or method of power; Blaster and powder; All work of loading, placing and blasting of all powder and explosives of whatever type regardless of method used for such loading and placing; High scalers (including drilling of same); Tree topper; Bit grinder GROUP 1-b: Sewer cleaners shall receive $4.00 per day above Group 1 wage rates. ""Sewer cleaner"" means any worker who

handles or comes in contact with raw sewage in small diameter sewers. Those who work inside recently active, large diameter sewers, and all recently active sewer manholes shal receive $5.00 per day above Group 1 wage rates. GROUP 1-c: Burning and welding in connection with laborers' work; Synthetic thermoplastics and similar type welding GROUP 1-d: Maintenance and repair track and road beds. All employees performing work covered herein shall receive $ .25 per hour above their regular rate for all work performed on underground structures not specifically covered herein. This paragraph shall not be construed to apply to work below ground level in open cut. It shall apply to cut and cover work of subway construction after the temporary cover has been placed. GROUP 1-e: Work on and/or in bell hole footings and shafts thereof, and work on and in deep footings. (A deep footing is a hole 15 feet or more in depth.) In the event the depth of the footing is unknown at the commencement of excavation, and the final depth exceeds 15 feet, the deep footing wage rate would apply to all employees for each and every day worked on or in the excavation of the footing from the date of inception. GROUP 1-f: Wire winding machine in connection with guniting or shot crete GROUP 2: Asphalt shoveler; Cement dumper and handling dry cement or gypsum; Choke-setter and rigger (clearing work);

Page 193: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

Concrete bucket dumper and chute; Concrete chipping and grinding; Concrete laborer (wet or dry); Driller tender, chuck tender, nipper; Guinea chaser (stake), grout crew; High pressure nozzle, adductor; Hydraulic monitor (over 100 lbs. pressure); Loading and unloading, carrying and hauling of all rods and materials for use in reinforcing concrete construction; Pittsburgh chipper and similar type brush shredders; Sloper; Single foot, hand-held, pneumatic tamper; All pneumatic, air, gas and electric tools not listed in Groups 1 through 1-f; Jacking of pipe - under 12 inches GROUP 3: Construction laborers, including bridge and general laborer; Dump, load spotter; Flag person; Fire watcher; Fence erector; Guardrail erector; Gardener, horticultural and landscape laborer; Jetting; Limber, brush loader and piler; Pavement marker (button setter); Maintenance, repair track and road beds; Streetcar and railroad construction track laborer; Temporary air and water lines, Victaulic or similar; Tool room attendant (jobsite only) GROUP 4: Final clean-up work of debris, grounds and building including but not limited to: street cleaner; cleaning and washing windows; brick cleaner (jobsite only); material cleaner (jobsite only). The classification ""material cleaner"" is to be utilized under the following conditions: A: at demolition site for the salvage of the material. B: at the conclusion of a job where the material is to be salvaged and stocked to be reused on another job. C: for the cleaning of salvage material at the jobsite or

temporary jobsite yard. The material cleaner classification should not be used in the performance of ""form stripping, cleaning and oiling and moving to the next point of erection"". -------------------------------------------------------- GUNITE LABORER CLASSIFICATIONS GROUP 1: Structural Nozzleman GROUP 2: Nozzleman, Gunman, Potman, Groundman GROUP 3: Reboundman GROUP 4: Gunite laborer ---------------------------------------------------------- WRECKING WORK LABORER CLASSIFICATIONS GROUP 1: Skilled wrecker (removing and salvaging of sash, windows and materials) GROUP 2: Semi-skilled wrecker (salvaging of other building materials) ---------------------------------------------------------------- LABO0185-008 07/01/2018 Rates Fringes Plasterer tender.................$ 32.02 23.00 Work on a swing stage scaffold: $1.00 per hour additional. ---------------------------------------------------------------- LABO0261-002 06/25/2018 MARIN COUNTY Rates Fringes LABORER (TRAFFIC CONTROL/LANE CLOSURE) Escort Driver, Flag Person..$ 30.54 23.65 Traffic Control Person I....$ 30.84 23.65

Page 194: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

Traffic Control Person II...$ 28.34 23.65 TRAFFIC CONTROL PERSON I: Layout of traffic control, crash cushions, construction area and roadside signage. TRAFFIC CONTROL PERSON II: Installation and removal of temporary/permanent signs, markers, delineators and crash cushions. ---------------------------------------------------------------- LABO0261-004 06/25/2018 MARIN COUNTY Rates Fringes Tunnel and Shaft Laborers: GROUP 1.....................$ 37.82 24.11 GROUP 2.....................$ 37.59 24.11 GROUP 3.....................$ 37.34 24.11 GROUP 4.....................$ 36.89 24.11 GROUP 5.....................$ 36.35 24.11 Shotcrete Specialist........$ 38.34 24.11 TUNNEL AND SHAFT CLASSIFICATIONS GROUP 1: Diamond driller; Groundmen; Gunite and shotcrete nozzlemen GROUP 2: Rodmen; Shaft work & raise (below actual or excavated ground level) GROUP 3: Bit grinder; Blaster, driller, powdermen, heading; Cherry pickermen - where car is lifted; Concrete finisher in tunnel; Concrete screedman; Grout pumpman and potman; Gunite & shotcrete gunman & potman; Headermen; High pressure nozzleman; Miner - tunnel, including top and bottom man on shaft and raise work; Nipper; Nozzleman on slick line; Sandblaster - potman, Robotic Shotcrete Placer, Segment Erector, Tunnel Muck Hauler, Steel Form raiser and

setter; Timberman, retimberman (wood or steel or substitute materials therefore); Tugger (for tunnel laborer work); Cable tender; Chuck tender; Powderman - primer house GROUP 4: Vibrator operator, pavement breaker; Bull gang - muckers, trackmen; Concrete crew - includes rodding and spreading, Dumpmen (any method) GROUP 5: Grout crew; Reboundman; Swamper/ Brakeman ---------------------------------------------------------------- LABO0261-007 07/01/2018 MARIN AND NAPA COUNTIES Rates Fringes LABORER Mason Tender-Brick..........$ 32.45 22.20 ---------------------------------------------------------------- LABO0261-010 06/25/2018 MARIN COUNTY Rates Fringes LABORER (CONSTRUCTION CRAFT LABORERS - AREA A:) Construction Specialist Group.......................$ 31.49 23.20 GROUP 1.....................$ 30.79 23.20 GROUP 1-a...................$ 31.01 23.20 GROUP 1-c...................$ 30.84 23.20 GROUP 1-e...................$ 31.34 23.20 GROUP 1-f...................$ 31.37 23.20 GROUP 2.....................$ 30.64 23.20 GROUP 3.....................$ 30.54 23.20 GROUP 4.....................$ 24.23 23.20 See groups 1-b and 1-d under laborer classifications. LABORER (GARDENERS, HORTICULTURAL & LANDSCAPE LABORERS - AREA A:) (1) New Construction........$ 30.54 23.20 (2) Establishment Warranty Period......................$ 24.23 23.20 LABORER (GUNITE - AREA A:) GROUP 1.....................$ 30.75 22.31

Page 195: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

GROUP 2.....................$ 30.25 22.31 GROUP 3.....................$ 29.66 22.31 GROUP 4.....................$ 29.54 22.31 LABORER (WRECKING - AREA A:) GROUP 1.....................$ 30.79 23.20 GROUP 2.....................$ 30.64 23.20 FOOTNOTES: Laborers working off or with or from bos'n chairs, swinging scaffolds, belts shall receive $0.25 per hour above the applicable wage rate. This shall not apply to workers entitled to receive the wage rate set forth in Group 1-a below. --------------------------------------------------------- LABORER CLASSIFICATIONS CONSTRUCTION SPECIALIST GROUP: Asphalt ironer and raker; Chainsaw; Laser beam in connection with laborers' work; Cast-in- place manhole form setter; Pressure pipelayer; Davis trencher - 300 or similar type (and all small trenchers); Blaster; Diamond driller; Multiple unit drill; Hydraulic drill GROUP 1: Asphalt spreader boxes (all types); Barko, Wacker and similar type tampers; Buggymobile; Caulker, bander, pipewrapper, conduit layer, plastic pipelayer; Certified hazardous waste worker including Leade Abatement; Compactors of all types; Concrete and magnesite mixer, 1/2 yd. and under; Concrete pan work; Concrete sander; Concrete saw; Cribber and/or shoring; Cut granite curb setter; Dri-pak-it machine; Faller, logloader and bucker; Form raiser, slip forms; Green cutter; Headerboard, Hubsetter, aligner, by any method; High pressure blow pipe (1-1/2"" or

over, 100 lbs. pressure/over); Hydro seeder and similar type; Jackhammer operator; Jacking of pipe over 12 inches; Jackson and similar type compactor; Kettle tender, pot and worker applying asphalt, lay-kold, creosote, lime, caustic and similar type materials (applying means applying, dipping or handling of such materials); Lagging, sheeting, whaling, bracing, trenchjacking, lagging hammer; Magnesite, epoxyresin, fiberglass, mastic worker (wet or dry); No joint pipe and stripping of same, including repair of voids; Pavement breaker and spader, including tool grinder; Perma curb; Pipelayer (including grade checking in connection with pipelaying); Precast-manhole setter; Pressure pipe tester; Post hole digger, air, gas and electric; Power broom sweeper; Power tampers of all types (except as shown in Group 2); Ram set gun and stud gun; Riprap stonepaver and rock-slinger, including placing of sacked concrete and/or sand (wet or dry) and gabions and similar type; Rotary scarifier or multiple head concrete chipping scarifier; Roto and Ditch Witch; Rototiller; Sandblaster, pot, gun, nozzle operators; Signalling and rigging; Tank cleaner; Tree climber; Turbo blaster; Vibrascreed, bull float in connection with laborers' work; Vibrator; Hazardous waste worker (lead removal); Asbestos and mold removal worker GROUP 1-a: Joy drill model TWM-2A; Gardner-Denver model DH143 and similar type drills; Track driller; Jack leg driller; Wagon driller; Mechanical drillers, all types regardless of type or method of power; Mechanical pipe layers, all types

Page 196: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

regardless of type or method of power; Blaster and powder; All work of loading, placing and blasting of all powder and explosives of whatever type regardless of method used for such loading and placing; High scalers (including drilling of same); Tree topper; Bit grinder GROUP 1-b: Sewer cleaners shall receive $4.00 per day above Group 1 wage rates. ""Sewer cleaner"" means any worker who handles or comes in contact with raw sewage in small diameter sewers. Those who work inside recently active, large diameter sewers, and all recently active sewer manholes shal receive $5.00 per day above Group 1 wage rates. GROUP 1-c: Burning and welding in connection with laborers' work; Synthetic thermoplastics and similar type welding GROUP 1-d: Maintenance and repair track and road beds. All employees performing work covered herein shall receive $ .25 per hour above their regular rate for all work performed on underground structures not specifically covered herein. This paragraph shall not be construed to apply to work below ground level in open cut. It shall apply to cut and cover work of subway construction after the temporary cover has been placed. GROUP 1-e: Work on and/or in bell hole footings and shafts thereof, and work on and in deep footings. (A deep footing is a hole 15 feet or more in depth.) In the event the depth of the footing is unknown at the commencement of excavation, and the final depth exceeds 15 feet, the deep

footing wage rate would apply to all employees for each and every day worked on or in the excavation of the footing from the date of inception. GROUP 1-f: Wire winding machine in connection with guniting or shot crete GROUP 2: Asphalt shoveler; Cement dumper and handling dry cement or gypsum; Choke-setter and rigger (clearing work); Concrete bucket dumper and chute; Concrete chipping and grinding; Concrete laborer (wet or dry); Driller tender, chuck tender, nipper; Guinea chaser (stake), grout crew; High pressure nozzle, adductor; Hydraulic monitor (over 100 lbs. pressure); Loading and unloading, carrying and hauling of all rods and materials for use in reinforcing concrete construction; Pittsburgh chipper and similar type brush shredders; Sloper; Single foot, hand-held, pneumatic tamper; All pneumatic, air, gas and electric tools not listed in Groups 1 through 1-f; Jacking of pipe - under 12 inches GROUP 3: Construction laborers, including bridge and general laborer; Dump, load spotter; Flag person; Fire watcher; Fence erector; Guardrail erector; Gardener, horticultural and landscape laborer; Jetting; Limber, brush loader and piler; Pavement marker (button setter); Maintenance, repair track and road beds; Streetcar and railroad construction track laborer; Temporary air and water lines, Victaulic or similar; Tool room attendant (jobsite only) GROUP 4: Final clean-up work of debris, grounds and building including but not limited to: street cleaner; cleaning and

Page 197: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

washing windows; brick cleaner (jobsite only); material cleaner (jobsite only). The classification ""material cleaner"" is to be utilized under the following conditions: A: at demolition site for the salvage of the material. B: at the conclusion of a job where the material is to be salvaged and stocked to be reused on another job. C: for the cleaning of salvage material at the jobsite or temporary jobsite yard. The material cleaner classification should not be used in the performance of ""form stripping, cleaning and oiling and moving to the next point of erection"". -------------------------------------------------------- GUNITE LABORER CLASSIFICATIONS GROUP 1: Structural Nozzleman GROUP 2: Nozzleman, Gunman, Potman, Groundman GROUP 3: Reboundman GROUP 4: Gunite laborer ---------------------------------------------------------- WRECKING WORK LABORER CLASSIFICATIONS GROUP 1: Skilled wrecker (removing and salvaging of sash, windows and materials) GROUP 2: Semi-skilled wrecker (salvaging of other building materials) ---------------------------------------------------------------- LABO0261-015 07/01/2018 Rates Fringes Plasterer tender.................$ 32.02 23.00

Work on a swing stage scaffold: $1.00 per hour additional. ---------------------------------------------------------------- LABO0324-004 06/25/2018 NAPA, SOLANO, AND SONOMA, COUNTIES Rates Fringes LABORER (TRAFFIC CONTROL/LANE CLOSURE) Escort Driver, Flag Person..$ 29.54 23.65 Traffic Control Person I....$ 29.84 23.65 Traffic Control Person II...$ 27.34 23.65 TRAFFIC CONTROL PERSON I: Layout of traffic control, crash cushions, construction area and roadside signage. TRAFFIC CONTROL PERSON II: Installation and removal of temporary/permanent signs, markers, delineators and crash cushions. ---------------------------------------------------------------- LABO0324-008 06/25/2018 NAPA, SOLANO, AND SONOMA COUNTIES Rates Fringes Tunnel and Shaft Laborers: GROUP 1.....................$ 37.82 24.11 GROUP 2.....................$ 37.59 24.11 GROUP 3.....................$ 37.34 24.11 GROUP 4.....................$ 36.89 24.11 GROUP 5.....................$ 36.35 24.11 Shotcrete Specialist........$ 38.34 24.11 TUNNEL AND SHAFT CLASSIFICATIONS GROUP 1: Diamond driller; Groundmen; Gunite and shotcrete nozzlemen GROUP 2: Rodmen; Shaft work & raise (below actual or excavated ground level)

Page 198: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

GROUP 3: Bit grinder; Blaster, driller, powdermen, heading; Cherry pickermen - where car is lifted; Concrete finisher in tunnel; Concrete screedman; Grout pumpman and potman; Gunite & shotcrete gunman & potman; Headermen; High pressure nozzleman; Miner - tunnel, including top and bottom man on shaft and raise work; Nipper; Nozzleman on slick line; Sandblaster - potman, Robotic Shotcrete Placer, Segment Erector, Tunnel Muck Hauler, Steel Form raiser and setter; Timberman, retimberman (wood or steel or substitute materials therefore); Tugger (for tunnel laborer work); Cable tender; Chuck tender; Powderman - primer house GROUP 4: Vibrator operator, pavement breaker; Bull gang - muckers, trackmen; Concrete crew - includes rodding and spreading, Dumpmen (any method) GROUP 5: Grout crew; Reboundman; Swamper/ Brakeman ---------------------------------------------------------------- LABO0324-010 07/01/2018 SOLANO AND SONOMA COUNTIES Rates Fringes LABORER Mason Tender-Brick..........$ 31.45 22.20 ---------------------------------------------------------------- LABO0324-013 06/25/2018 NAPA, SOLANO, AND SONOMA COUNTIES Rates Fringes LABORER (CONSTRUCTION CRAFT LABORERS - AREA B:) Construction Specialist Group.......................$ 30.49 23.20 GROUP 1.....................$ 29.79 23.20 GROUP 1-a...................$ 30.01 23.20 GROUP 1-c...................$ 29.84 23.20

GROUP 1-e...................$ 30.34 23.20 GROUP 1-f...................$ 29.37 23.20 GROUP 2.....................$ 29.64 23.20 GROUP 3.....................$ 29.54 23.20 GROUP 4.....................$ 23.23 23.20 See groups 1-b and 1-d under laborer classifications. LABORER (GARDENERS, HORTICULTURAL & LANDSCAPE LABORERS - AREA B:) (1) New Construction........$ 29.54 23.20 (2) Establishment Warranty Period......................$ 23.23 23.20 LABORER (GUNITE - AREA B:) GROUP 1.....................$ 29.75 22.31 GROUP 2.....................$ 29.25 22.31 GROUP 3.....................$ 28.66 22.31 GROUP 4.....................$ 28.54 22.31 LABORER (WRECKING - AREA B:) GROUP 1.....................$ 29.79 23.20 GROUP 2.....................$ 29.64 23.20 FOOTNOTES: Laborers working off or with or from bos'n chairs, swinging scaffolds, belts shall receive $0.25 per hour above the applicable wage rate. This shall not apply to workers entitled to receive the wage rate set forth in Group 1-a below. --------------------------------------------------------- LABORER CLASSIFICATIONS CONSTRUCTION SPECIALIST GROUP: Asphalt ironer and raker; Chainsaw; Laser beam in connection with laborers' work; Cast-in- place manhole form setter; Pressure pipelayer; Davis trencher - 300 or similar type (and all small trenchers); Blaster; Diamond driller; Multiple unit drill; Hydraulic drill GROUP 1: Asphalt spreader boxes (all types); Barko, Wacker and similar type tampers; Buggymobile; Caulker, bander,

Page 199: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

pipewrapper, conduit layer, plastic pipelayer; Certified hazardous waste worker including Leade Abatement; Compactors of all types; Concrete and magnesite mixer, 1/2 yd. and under; Concrete pan work; Concrete sander; Concrete saw; Cribber and/or shoring; Cut granite curb setter; Dri-pak-it machine; Faller, logloader and bucker; Form raiser, slip forms; Green cutter; Headerboard, Hubsetter, aligner, by any method; High pressure blow pipe (1-1/2"" or over, 100 lbs. pressure/over); Hydro seeder and similar type; Jackhammer operator; Jacking of pipe over 12 inches; Jackson and similar type compactor; Kettle tender, pot and worker applying asphalt, lay-kold, creosote, lime, caustic and similar type materials (applying means applying, dipping or handling of such materials); Lagging, sheeting, whaling, bracing, trenchjacking, lagging hammer; Magnesite, epoxyresin, fiberglass, mastic worker (wet or dry); No joint pipe and stripping of same, including repair of voids; Pavement breaker and spader, including tool grinder; Perma curb; Pipelayer (including grade checking in connection with pipelaying); Precast-manhole setter; Pressure pipe tester; Post hole digger, air, gas and electric; Power broom sweeper; Power tampers of all types (except as shown in Group 2); Ram set gun and stud gun; Riprap stonepaver and rock-slinger, including placing of sacked concrete and/or sand (wet or dry) and gabions and similar type; Rotary scarifier or multiple head concrete chipping scarifier; Roto and Ditch Witch; Rototiller; Sandblaster, pot, gun, nozzle operators; Signalling and

rigging; Tank cleaner; Tree climber; Turbo blaster; Vibrascreed, bull float in connection with laborers' work; Vibrator; Hazardous waste worker (lead removal); Asbestos and mold removal worker GROUP 1-a: Joy drill model TWM-2A; Gardner-Denver model DH143 and similar type drills; Track driller; Jack leg driller; Wagon driller; Mechanical drillers, all types regardless of type or method of power; Mechanical pipe layers, all types regardless of type or method of power; Blaster and powder; All work of loading, placing and blasting of all powder and explosives of whatever type regardless of method used for such loading and placing; High scalers (including drilling of same); Tree topper; Bit grinder GROUP 1-b: Sewer cleaners shall receive $4.00 per day above Group 1 wage rates. ""Sewer cleaner"" means any worker who handles or comes in contact with raw sewage in small diameter sewers. Those who work inside recently active, large diameter sewers, and all recently active sewer manholes shal receive $5.00 per day above Group 1 wage rates. GROUP 1-c: Burning and welding in connection with laborers' work; Synthetic thermoplastics and similar type welding GROUP 1-d: Maintenance and repair track and road beds. All employees performing work covered herein shall receive $ .25 per hour above their regular rate for all work performed on underground structures not specifically covered herein. This paragraph shall not be construed to

Page 200: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

apply to work below ground level in open cut. It shall apply to cut and cover work of subway construction after the temporary cover has been placed. GROUP 1-e: Work on and/or in bell hole footings and shafts thereof, and work on and in deep footings. (A deep footing is a hole 15 feet or more in depth.) In the event the depth of the footing is unknown at the commencement of excavation, and the final depth exceeds 15 feet, the deep footing wage rate would apply to all employees for each and every day worked on or in the excavation of the footing from the date of inception. GROUP 1-f: Wire winding machine in connection with guniting or shot crete GROUP 2: Asphalt shoveler; Cement dumper and handling dry cement or gypsum; Choke-setter and rigger (clearing work); Concrete bucket dumper and chute; Concrete chipping and grinding; Concrete laborer (wet or dry); Driller tender, chuck tender, nipper; Guinea chaser (stake), grout crew; High pressure nozzle, adductor; Hydraulic monitor (over 100 lbs. pressure); Loading and unloading, carrying and hauling of all rods and materials for use in reinforcing concrete construction; Pittsburgh chipper and similar type brush shredders; Sloper; Single foot, hand-held, pneumatic tamper; All pneumatic, air, gas and electric tools not listed in Groups 1 through 1-f; Jacking of pipe - under 12 inches GROUP 3: Construction laborers, including bridge and general laborer; Dump, load spotter; Flag person; Fire watcher;

Fence erector; Guardrail erector; Gardener, horticultural and landscape laborer; Jetting; Limber, brush loader and piler; Pavement marker (button setter); Maintenance, repair track and road beds; Streetcar and railroad construction track laborer; Temporary air and water lines, Victaulic or similar; Tool room attendant (jobsite only) GROUP 4: Final clean-up work of debris, grounds and building including but not limited to: street cleaner; cleaning and washing windows; brick cleaner (jobsite only); material cleaner (jobsite only). The classification ""material cleaner"" is to be utilized under the following conditions: A: at demolition site for the salvage of the material. B: at the conclusion of a job where the material is to be salvaged and stocked to be reused on another job. C: for the cleaning of salvage material at the jobsite or temporary jobsite yard. The material cleaner classification should not be used in the performance of ""form stripping, cleaning and oiling and moving to the next point of erection"". -------------------------------------------------------- GUNITE LABORER CLASSIFICATIONS GROUP 1: Structural Nozzleman GROUP 2: Nozzleman, Gunman, Potman, Groundman GROUP 3: Reboundman GROUP 4: Gunite laborer ---------------------------------------------------------- WRECKING WORK LABORER CLASSIFICATIONS

Page 201: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

GROUP 1: Skilled wrecker (removing and salvaging of sash, windows and materials) GROUP 2: Semi-skilled wrecker (salvaging of other building materials) ---------------------------------------------------------------- LABO0324-019 07/01/2018 Rates Fringes Plasterer tender.................$ 32.02 23.00 Work on a swing stage scaffold: $1.00 per hour additional. ---------------------------------------------------------------- PAIN0016-004 01/01/2019 MARIN, NAPA, SOLANO & SONOMA COUNTIES Rates Fringes Painters:........................$ 42.67 24.03 PREMIUMS: EXOTIC MATERIALS - $0.75 additional per hour. SPRAY WORK: - $0.50 additional per hour. INDUSTRIAL PAINTING - $0.25 additional per hour [Work on industrial buildings used for the manufacture and processing of goods for sale or service; steel construction (bridges), stacks, towers, tanks, and similar structures] HIGH WORK: over 50 feet - $2.00 per hour additional 100 to 180 feet - $4.00 per hour additional Over 180 feet - $6.00 per houir additional ---------------------------------------------------------------- * PAIN0016-005 01/01/2019 ALPINE, BUTTE, COLUSA, EL DORADO (west of the Sierra Nevada Mountains), GLENN, LASSEN (west of Hwy. 395, excluding Honey Lake); MARIN, MODOC, NAPA, NEVADA (west of the Sierra Nevada Mountains), PLACER (west of the Sierra Nevada Mountains),

PLUMAS, SACRAMENTO, SHASTA, SIERRA (west of the Sierra Nevada Mountains), SISKIYOU, SOLANO, SONOMA, SUTTER, TEHAMA, TRINITY, YOLO AND YUBA COUNTIES Rates Fringes DRYWALL FINISHER/TAPER...........$ 45.23 25.64 ---------------------------------------------------------------- PAIN0016-007 01/01/2019 ALPINE, AMADOR, BUTTE, COLUSA. EL DORADO (west of the Sierra Nevada Mountains), GLENN, LASSEN (west of Highway 395, excluding Honey Lake), MODOC, NEVADA (west of the Sierra Nevada Mountains), PLACER (west of the Sierra Nevada Mountains), PLUMAS, SACRAMENTO, SHASTA, SIERRA (west of the Sierra Nevada Mountains), SISKIYOU, SUTTER, TEHAMA, TRINITY, YOLO & YUBA COUNTIES Rates Fringes Painters:........................$ 33.68 20.24 SPRAY/SANDBLAST: $0.50 additional per hour. EXOTIC MATERIALS: $1.00 additional per hour. HIGH TIME: Over 50 ft above ground or water level $2.00 additional per hour. 100 to 180 ft above ground or water level $4.00 additional per hour. Over 180 ft above ground or water level $6.00 additional per hour. ---------------------------------------------------------------- PAIN0016-008 01/01/2019 MARIN, NAPA, SOLANO AND SONOMA COUNTIES Rates Fringes SOFT FLOOR LAYER.................$ 48.60 27.43 ---------------------------------------------------------------- * PAIN0169-004 07/01/2019

Page 202: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

MARIN , NAPA & SONOMA COUNTIES; SOLANO COUNTY (west of a line defined as follows: Hwy. 80 corridor beginning at the City of Fairfield, including Travis Air Force Base and Suisun City; going north of Manakas Corner Rd., continue north on Suisun Valley Rd. to the Napa County line; Hwy. 80 corridor south on Grizzly Island Rd. to the Grizzly Island Management area) Rates Fringes GLAZIER..........................$ 50.62 29.10 ---------------------------------------------------------------- * PAIN0567-001 07/01/2018 EL DORADO COUNTY (east of the Sierra Nevada Mountains); LASSEN COUNTY (east of Highway 395, beginning at Stacey and including Honey Lake); NEVADA COUNTY (east of the Sierra Nevada Mountains); PLACER COUNTY (east of the Sierra Nevada Mountains); AND SIERRA COUNTY (east of the Sierra Nevada Mountains) Rates Fringes Painters: Brush and Roller............$ 26.70 13.04 Spray Painter & Paperhanger.$ 28.04 13.04 PREMIUMS: Special Coatings (Brush), and Sandblasting = $0.50/hr Special Coatings (Spray), and Steeplejack = $1.00/hr Special Coating Spray Steel = $1.25/hr Swing Stage = $2.00/hr *A special coating is a coating that requires the mixing of 2 or more products. ---------------------------------------------------------------- * PAIN0567-007 07/01/2019

EL DORADO COUNTY (east of the Sierra Nevada Mountains); LASSEN COUNTY (east of Highway 395, beginning at Stacey and including Honey Lake); NEVADA COUNTY (east of the Sierra Nevada Mountains); PLACER COUNTY (east of the Sierra Nevada Mountains) AND SIERRA COUNTY (east of the Sierra Nevada Mountains) Rates Fringes SOFT FLOOR LAYER.................$ 30.30 14.44 ---------------------------------------------------------------- * PAIN0567-010 07/01/2019 EL DORADO COUNTY (east of the Sierra Nevada Mountains); LASSEN COUNTY (east of Highway 395, beginning at Stacey and including Honey Lake); NEVADA COUNTY (east of the Sierra Nevada Mountains); PLACER COUNTY (east of the Sierra Nevada Mountains); AND SIERRA COUNTY (east of the Sierra Nevada Mountains) Rates Fringes Drywall (1) Taper...................$ 33.41 13.63 (2) Steeplejack - Taper, over 40 ft with open space below.......................$ 34.91 13.63 ---------------------------------------------------------------- * PAIN0767-004 07/01/2019 ALPINE, AMADOR, BUTTE, COLUSA, EL DORADO, GLENN, LASSEN, MODOC, NEVADA, PLACER, PLUMAS, SACRAMENTO, SHASTA, SIERRA, SISKIYOU, SOLANO (Remainder), SUTTER, TEHAMA, TRINITY, YOLO, YUBA Rates Fringes GLAZIER..........................$ 39.06 29.31 PAID HOLIDAYS: New Year's Day, Martin Luther King, Jr. Day,

Page 203: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

President's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, and Christmas Day. Employee rquired to wear a body harness shall receive $1.50 per hour above the basic hourly rate at any elevation. ---------------------------------------------------------------- * PAIN1176-001 07/01/2019 HIGHWAY IMPR0VEMENT Rates Fringes Parking Lot Striping/Highway Marking: GROUP 1.....................$ 37.68 15.38 GROUP 2.....................$ 32.03 15.38 GROUP 3.....................$ 32.40 15.38 CLASSIFICATIONS GROUP 1: Striper: Layout and application of painted traffic stripes and marking; hot thermo plastic; tape, traffic stripes and markings GROUP 2: Gamecourt & Playground Installer GROUP 3: Protective Coating, Pavement Sealing ---------------------------------------------------------------- * PAIN1237-001 01/01/2019 ALPINE; COLUSA; EL DORADO (west of the Sierra Nevada Mountains); GLENN; LASSEN (west of Highway 395, beginning at Stacey and including Honey Lake); MODOC; NEVADA (west of the Sierra Nevada Mountains); PLACER (west of the Sierra Nevada Mountains); PLUMAS; SACRAMENTO; SHASTA; SIERRA (west of the Sierra Nevada Mountains); SISKIYOU; SUTTER; TEHAMA; TRINITY; YOLO AND YUBA COUNTIES Rates Fringes

SOFT FLOOR LAYER.................$ 36.81 22.39 ---------------------------------------------------------------- PLAS0300-003 07/01/2018 Rates Fringes PLASTERER AREA 295: Alpine, Amador, Butte, Colusa, El Dorado, Glenn, Lassen, Modoc, Nevada, Placer, Plumas, Sacramento, Shasta, Sierra, Siskiyou, Solano, Sutter, Tehema, Trinity, Yolo & Yuba Counties........$ 32.70 31.68 AREA 355: Marin.............$ 36.73 31.68 AREA 355: Napa & Sonoma Counties....................$ 32.70 31.68 ---------------------------------------------------------------- PLAS0300-005 07/01/2017 Rates Fringes CEMENT MASON/CONCRETE FINISHER...$ 33.49 23.67 ---------------------------------------------------------------- PLUM0038-002 07/01/2019 MARIN AND SONOMA COUNTIES Rates Fringes PLUMBER (Plumber, Steamfitter, Refrigeration Fitter) (1) Work on wooden frame structures 5 stories or less excluding hgih-rise buildings and commercial work such as hospitals, prisons, hotels, schools, casinos, wastewater treatment plants, and resarch facilities as well as refrigeration pipefitting, service and repair work - MARKET RECOVERY RATE...............$ 74.16 43.59 (2) All other work - NEW CONSTRUCTION RATE...........$ 74.16 43.59 ----------------------------------------------------------------

Page 204: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

PLUM0038-006 07/01/2019 MARIN & SONOMA COUNTIES Rates Fringes Landscape/Irrigation Fitter (Underground/Utility Fitter).....$ 63.04 31.48 ---------------------------------------------------------------- PLUM0228-001 01/01/2020 BUTTE, COLUSA, GLENN, LASSEN, MODOC, PLUMAS, SHASTA, SIERRA, SISKIYOU, SUTTER, TEHAMA, TRINITY & YUBA COUNTIES Rates Fringes PLUMBER..........................$ 41.25 33.14 ---------------------------------------------------------------- PLUM0343-001 07/01/2019 NAPA AND SOLANO COUNTIES Rates Fringes PLUMBER/PIPEFITTER Light Commercial............$ 30.85 20.40 All Other Work..............$ 52.50 37.37 DEFINITION OF LIGHT COMMERICIAL: Work shall include strip shopping centers, office buildings, schools and other commercial structures which the total plumbing bid does not exceed Two Hundred and Fifty Thousand ($250,000) and the total heating and cooling does not exceed Two Hundred Fifty Thousand ($250,000); or Any projects bid in phases shall not qualify unless the total project is less than Two Hundred Fifty Thousand ($250,000) for the plumbing bid; and Two Hundred Fifty Thousand ($250,000) for the heating and cooling bid. Excluded are hospitals, jails, institutions and industrial projects, regardless size of the project

FOOTNOTES: While fitting galvanized material: $.75 per hour additional. Work from trusses, temporary staging, unguarded structures 35' from the ground or water: $.75 per hour additional. Work from swinging scaffolds, boatswains chairs or similar devices: $.75 per hour additional. ---------------------------------------------------------------- PLUM0350-001 08/01/2019 EL DORADO COUNTY (Lake Tahoe area only); NEVADA COUNTY (Lake Tahoe area only); AND PLACER COUNTY (Lake Tahoe area only) Rates Fringes PLUMBER/PIPEFITTER...............$ 45.84 13.81 ---------------------------------------------------------------- PLUM0355-001 07/01/2019 ALPINE, AMADOR, BUTTE, COLUSA, EL DORADO, GLENN, LASSEN, MODOC, NAPA, NEVADA, PLACER, PLUMAS, SACRAMENTO, SHASTA, SIERRA, SISKIYOU, SOLANO, SUTTER, TEHAMA, TRINITY, YOLO, AND YUBA COUNTIES Rates Fringes Underground Utility Worker /Landscape Fitter...........$ 29.00 15.80 ---------------------------------------------------------------- PLUM0442-003 01/01/2020 AMADOR (South of San Joaquin River) and ALPINE COUNTIES Rates Fringes PLUMBER..........................$ 44.50 31.39 ---------------------------------------------------------------- PLUM0447-001 07/01/2018 AMADOR (north of San Joaquin River), EL DORADO (excluding Lake Tahoe area), NEVADA (excluding Lake Tahoe area); PLACER

Page 205: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

(excluding Lake Tahoe area), SACRAMENTO AND YOLO COUNTIES Rates Fringes PLUMBER/PIPEFITTER Journeyman..................$ 49.67 25.00 Light Commercial Work.......$ 36.23 17.72 ---------------------------------------------------------------- ROOF0081-006 08/01/2019 MARIN, NAPA, SOLANO AND SONOMA COUNTIES Rates Fringes Roofer...........................$ 40.10 18.88 ---------------------------------------------------------------- ROOF0081-007 08/01/2019 ALPINE, BUTTE, COLUSA, EL DORADO, GLENN,LASSEN, MODOC, NEVADA, PLACER, PLUMAS, SACRAMENTO, SHASTA, SIERRA, SISKIYOU, SUTTER, TEHAMA, TRINITY, YOLO, AND YUBA COUNTIES Rates Fringes Roofer...........................$ 38.28 18.56 ---------------------------------------------------------------- SFCA0483-003 07/29/2019 MARIN, NAPA, SOLANO AND SONOMA COUNTIES Rates Fringes SPRINKLER FITTER (Fire Sprinklers)......................$ 65.52 32.67 ---------------------------------------------------------------- SFCA0669-003 04/01/2019 ALPINE, BUTTE, COLUSA, EL DORADO, GLENN, LASSEN, MODOC, NEVADA, PLACER, PLUMAS, SACRAMENTO, SHASTA, SIERRA, SISKIYOU, SUTTER, TEHAMA, TRINITY, YOLO AND YUBA COUNTIES Rates Fringes

SPRINKLER FITTER.................$ 40.77 23.93 ---------------------------------------------------------------- * SHEE0104-006 07/01/2019 MARIN, NAPA, SOLANO SONOMA & TRINITY COUNTIES Rates Fringes Sheet Metal Worker Mechanical Contracts $200,000 or less............$ 53.67 44.62 All other work..............$ 61.36 46.11 ---------------------------------------------------------------- * SHEE0104-009 07/01/2019 AMADOR, COLUSA, EL DORADO, NEVADA, PLACER, SACRAMENTO, SUTTER, YOLO AND YUBA COUNTIES Rates Fringes SHEET METAL WORKER...............$ 44.00 39.63 ---------------------------------------------------------------- * SHEE0104-010 07/01/2019 AlPINE COUNTY Rates Fringes SHEET METAL WORKER...............$ 41.20 36.84 ---------------------------------------------------------------- * SHEE0104-011 07/01/2019 BUTTE, COLUSA, EL DORADO, GLENN, LASSEN, MODOC, NEVADA, PLACER, PLUMAS, SACRAMENTO, SHASTA, SIERRA, SISKIYOU, SUTTER, TEHAMA, YOLO AND YUBA COUNTIES Rates Fringes Sheet Metal Worker (Metal decking and siding only).........$ 44.00 39.63 ---------------------------------------------------------------- * SHEE0104-014 07/01/2019 MARIN, NAPA, SOLANO, SONOMA AND TRINITY COUNTIES

Page 206: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

Rates Fringes SHEET METAL WORKER (Metal Decking and Siding only).........$ 42.33 35.30 ---------------------------------------------------------------- * SHEE0104-019 07/01/2019 BUTTE, GLENN, LASSEN, MODOC, PLUMAS, SHASTA, SIERRA, SISKIYOU AND TEHAMA COUNTIES Rates Fringes SHEET METAL WORKER Mechanical Jobs $200,000 & under.......................$ 33.31 35.30 Mechanical Jobs over $200,000....................$ 44.00 35.30 ---------------------------------------------------------------- TEAM0094-001 07/01/2018 Rates Fringes Truck drivers: GROUP 1.....................$ 31.68 27.86 GROUP 2.....................$ 31.98 27.86 GROUP 3.....................$ 32.28 27.86 GROUP 4.....................$ 32.63 27.86 GROUP 5.....................$ 32.98 27.86 FOOTNOTES: Articulated dump truck; Bulk cement spreader (with or without auger); Dumpcrete truck; Skid truck (debris box); Dry pre-batch concrete mix trucks; Dumpster or similar type; Slurry truck: Use dump truck yardage rate. Heater planer; Asphalt burner; Scarifier burner; Industrial lift truck (mechanical tailgate); Utility and clean-up truck: Use appropriate rate for the power unit or the equipment utilized. TRUCK DRIVER CLASSIFICATIONS GROUP 1: Dump trucks, under 6 yds.; Single unit flat rack (2- axle unit); Nipper truck (when flat rack truck is used

appropriate flat rack shall apply); Concrete pump truck (when flat rack truck is used appropriate flat rack shall apply); Concrete pump machine; Fork lift and lift jitneys; Fuel and/or grease truck driver or fuel person; Snow buggy; Steam cleaning; Bus or personhaul driver; Escort or pilot car driver; Pickup truck; Teamster oiler/greaser and/or serviceperson; Hook tender (including loading and unloading); Team driver; Tool room attendant (refineries) GROUP 2: Dump trucks, 6 yds. and under 8 yds.; Transit mixers, through 10 yds.; Water trucks, under 7,000 gals.; Jetting trucks, under 7,000 gals.; Single-unit flat rack (3-axle unit); Highbed heavy duty transport; Scissor truck; Rubber-tired muck car (not self-loaded); Rubber-tired truck jumbo; Winch truck and ""A"" frame drivers; Combination winch truck with hoist; Road oil truck or bootperson; Buggymobile; Ross, Hyster and similar straddle carriers; Small rubber-tired tractor GROUP 3: Dump trucks, 8 yds. and including 24 yds.; Transit mixers, over 10 yds.; Water trucks, 7,000 gals. and over; Jetting trucks, 7,000 gals. and over; Vacuum trucks under 7500 gals. Trucks towing tilt bed or flat bed pull trailers; Lowbed heavy duty transport; Heavy duty transport tiller person; Self- propelled street sweeper with self-contained refuse bin; Boom truck - hydro-lift or Swedish type extension or retracting crane; P.B. or similar type self-loading truck; Tire repairperson; Combination bootperson and road oiler; Dry distribution truck (A bootperson when employed on such equipment, shall receive

Page 207: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

the rate specified for the classification of road oil trucks or bootperson); Ammonia nitrate distributor, driver and mixer; Snow Go and/or plow GROUP 4: Dump trucks, over 25 yds. and under 65 yds.; Water pulls - DW 10's, 20's, 21's and other similar equipment when pulling Aqua/pak or water tank trailers; Helicopter pilots (when transporting men and materials); Lowbedk Heavy Duty Transport up to including 7 axles; DW10's, 20's, 21's and other similar Cat type, Terra Cobra, LeTourneau Pulls, Tournorocker, Euclid and similar type equipment when pulling fuel and/or grease tank trailers or other miscellaneous trailers; Vacuum Trucks 7500 gals and over and truck repairman GROUP 5: Dump trucks, 65 yds. and over; Holland hauler; Low bed Heavy Duty Transport over 7 axles ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ================================================================ Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including

preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). ---------------------------------------------------------------- The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of ""identifiers"" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than ""SU"" or ""UAVG"" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of

Page 208: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the ""SU"" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted.

Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the

Page 209: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210

4.) All decisions by the Administrative Review Board are final. ================================================================ END OF GENERAL DECISION"

Page 210: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

FHWA-1273 -- Revised May 1, 2012

REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONSTRUCTION CONTRACTS

Page 211: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

I. General II. Nondiscrimination III. No segregated Facilities IV. Davis-Bacon and Related Act Provisions V. Contract Work Hours and Safety Standards Act Provisions VI. Subletting or Assigning the Contract VII. Safety: Accident Prevention VIII. False Statements Concerning Highway Projects IX. Implementation of Clean Air Act and Federal Water Pollution

Control Act X. Compliance with Government wide Suspension and Debarment

Requirements XI. Certification Regarding Use of Contract Funds for Lobbying

ATTACHMENTS

A. Employment and Materials Preference for Appalachian Development Highway System or Appalachian Local Access Road Contracts (included in Appalachian contracts only)

I. GENERAL

1. Form FHWA-1273 must be physically incorporated in each

construction contract funded under Title 23 (excluding emergency contracts solely intended for debris removal). The contractor (or subcontractor) must insert this form in each subcontract and further require its inclusion in all lower tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services).

The applicable requirements of Form FHWA-1273 are incorporated by reference for work done under any purchase order, rental agreement or agreement for other services. The prime contractor shall be responsible for compliance by any subcontractor, lower-tier subcontractor or service provider.

Form FHWA-1273 must be included in all Federal-aid design-build contracts, in all subcontracts and in lower tier subcontracts (excluding subcontracts for design services, purchase orders, rental agreements and other agreements for supplies or services). The design-builder shall be responsible for compliance by any subcontractor, lower-tier subcontractor or service provider.

Contracting agencies may reference Form FHWA-1273 in bid proposal or request for proposal documents, however, the Form FHWA-1273 must be physically incorporated (not referenced) in all contracts, subcontracts and lower-tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services related to a construction contract).

2. Subject to the applicability criteria noted in the following sections,

these contract provisions shall apply to all work performed on the contract by the contractor's own organization and with the assistance of workers under the contractor's immediate superintendence and to all work performed on the contract by piecework, station work, or by subcontract.

3. A breach of any of the stipulations contained in these Required

Contract Provisions may be sufficient grounds for withholding of progress payments, withholding of final payment, termination of the contract, suspension / debarment or any other action determined to be appropriate by the contracting agency and FHWA.

4. Selection of Labor: During the performance of this contract, the

contractor shall not use convict labor for any purpose within the limits of a construction project on a Federal-aid highway unless it is labor performed by convicts who are on parole, supervised release, or probation. The term Federal-aid highway does not include roadways functionally classified as local roads or rural minor collectors.

II. NONDISCRIMINATION

The provisions of this section related to 23 CFR Part 230 are applicable to all Federal-aid construction contracts and to all related construction subcontracts of $10,000 or more. The provisions of 23 CFR Part 230 are not applicable to material supply, engineering, or architectural service contracts.

In addition, the contractor and all subcontractors must comply with the following policies: Executive Order 11246, 41 CFR 60, 29 CFR 1625- 1627, Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794), Title VI of the Civil Rights Act of 1964, as amended, and related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633.

The contractor and all subcontractors must comply with: the requirements of the Equal Opportunity Clause in 41 CFR 60-1.4(b) and, for all construction contracts exceeding $10,000, the Standard Federal Equal Employment Opportunity Construction Contract Specifications in 41 CFR 60-4.3.

Note: The U.S. Department of Labor has exclusive authority to determine compliance with Executive Order 11246 and the policies of the Secretary of Labor including 41 CFR 60, and 29 CFR 1625-1627. The contracting agency and the FHWA have the authority and the responsibility to ensure compliance with Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794), and Title VI of the Civil Rights Act of 1964, as amended, and related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633.

The following provision is adopted from 23 CFR 230, Appendix A, with appropriate revisions to conform to the U.S. Department of Labor (US DOL) and FHWA requirements.

1. Equal Employment Opportunity: Equal employment opportunity (EEO) requirements not to discriminate and to take affirmative action to assure equal opportunity as set forth under laws, executive orders, rules, regulations (28 CFR 35, 29 CFR 1630, 29 CFR 1625-1627, 41 CFR 60 and 49 CFR 27) and orders of the Secretary of Labor as modified by the provisions prescribed herein, and imposed pursuant to 23 U.S.C. 140 shall constitute the EEO and specific affirmative action standards for the contractor's project activities under this contract. The provisions of the Americans with Disabilities Act of 1990 (42 U.S.C. 12101 et seq.) set forth under 28 CFR 35 and 29 CFR 1630 are incorporated by reference in this contract. In the execution of this contract, the contractor agrees to comply with the following minimum specific requirement activities of EEO:

a. The contractor will work with the contracting agency and the Federal

Government to ensure that it has made every good faith effort to provide equal opportunity with respect to all of its terms and conditions of employment and in their review of activities under the contract.

b. The contractor will accept as its operating policy the following

statement: "It is the policy of this Company to assure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, color, national origin, age or disability. Such action shall include: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship, pre-apprenticeship, and/or on-the-job training."

FHWA-1273 -- Revised May 1, 2012

Page 212: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

2. EEO Officer: The contractor will designate and make known to the contracting officers and EEO Officer who will have the responsibility for and must be capable of effectively administering and promoting and active EEO program and who must be assigned adequate authority and responsibility to do so.

3. Dissemination of Policy: All members of the contractor's staff who are authorized to hire, supervise, promote, and discharge employees, or who recommend such action, or who are substantially involved in such action, will be made fully cognizant of, and will implement, the contractor's EEO policy and contractual responsibilities to provide EEO in each grade and classification of employment. To ensure that the above agreement will be met, the following actions will be taken as a minimum:

a. Periodic meetings of supervisory and personnel office

employees will be conducted before the start of work and then not less often than once every six months, at which time the contractor's EEO policy and its implementation will be reviewed and explained. The meetings will be conducted by the EEO Officer.

b. All new supervisory or personnel office employees will be given a thorough indoctrination by the EEO Officer, covering all major aspects of the contractor's EEO obligations within thirty days following their reporting for duty with the contractor.

c. All personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer in the contractor's procedures for locating and hiring minorities and women.

d. Notices and posters setting forth the contractor's EEO policy will

be placed in areas readily accessible to employees, applicants for employment and potential employees.

e. The contractor's EEO policy and the procedures to implement such policy will be brought to the attention of employees by means of meetings, employee handbooks, or other appropriate means.

4. Recruitment: When advertising for employees, the contractor will include in all advertisements for employees the notation: "An Equal Opportunity Employer." All such advertisements will be placed in publications having a large circulation among minorities and women in the area from which the project work force would normally be derived.

a. The contractor will, unless precluded by a valid bargaining

agreement, conduct systematic and direct recruitment through public and private employee referral sources likely to yield qualified minorities and women. To meet this requirement, the contractor will identify sources of potential minority group employees, and establish with such identified sources procedures whereby minority and women applicants may be referred to the contractor for employment consideration.

b. In the event the contractor has a valid bargaining agreement

providing for exclusive hiring hall referrals, the contractor is expected to observe the provisions of that agreement to the extent that the system meets the contractor's compliance with EEO contract provisions. Where implementation of such an agreement has the effect of discriminating against minorities or women, or obligates the contractor to do the same, such implementation violates Federal nondiscrimination provisions.

c. The contractor will encourage its present employees to refer minorities and women as applicants for employment. Information and procedures with regard to referring such applicants will be discussed with employees.

5. Personnel Actions: Wages, working conditions, and employee benefits shall be established and administered, and personnel actions of every type, including hiring, upgrading, promotion, transfer, demotion, layoff, and termination, shall be taken without regard to race, color, religion, sex, national origin, age or disability. The following procedures shall be followed:

a. The contractor will conduct periodic inspections of project sites to

insure that working conditions and employee facilities do not indicate discriminatory treatment of project site personnel.

b. The contractor will periodically evaluate the spread of wages paid

within each classification to determine any evidence of discriminatory wage practices.

c. The contractor will periodically review selected personnel actions

in depth to determine whether there is evidence of discrimination. Where evidence is found, the contractor will promptly take corrective action. If the review indicates that the discrimination may extend beyond the actions reviewed, such corrective action shall include all affected persons.

d. The contractor will promptly investigate all complaints of alleged

discrimination made to the contractor in connection with its obligations under this contract, will attempt to resolve such complaints, and will take appropriate corrective action within a reasonable time. If the investigation indicates that the discrimination may affect persons other than the complainant, such corrective action shall include such other persons. Upon completion of each investigation, the contractor will inform every complainant of all of their avenues of appeal.

6. Training and Promotion:

a. The contractor will assist in locating, qualifying, and increasing

the skills of minorities and women who are applicants for employment or current employees. Such efforts should be aimed at developing full journey level status employees in the type of trade or job classification involved.

b. Consistent with the contractor's work force requirements and as

permissible under Federal and State regulations, the contractor shall make full use of training programs, i.e., apprenticeship, and on-the-job training programs for the geographical area of contract performance. In the event a special provision for training is provided under this contract, this subparagraph will be superseded as indicated in the special provision. The contracting agency may reserve training positions for persons who receive welfare assistance in accordance with 23 U.S.C. 140(a).

c. The contractor will advise employees and applicants for

employment of available training programs and entrance requirements for each.

d. The contractor will periodically review the training and promotion

potential of employees who are minorities and women and will encourage eligible employees to apply for such training and promotion.

Page 213: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

7. Unions: If the contractor relies in whole or in part upon unions as a source of employees, the contractor will use good faith efforts to obtain the cooperation of such unions to increase opportunities for minorities and women. Actions by the contractor, either directly or through a contractor's association acting as agent, will include the procedures set forth below:

a. The contractor will use good faith efforts to develop, in

cooperation with the unions, joint training programs aimed toward qualifying more minorities and women for membership in the unions and increasing the skills of minorities and women so that they may qualify for higher paying employment.

b. The contractor will use good faith efforts to incorporate an EEO

clause into each union agreement to the end that such union will be contractually bound to refer applicants without regard to their race, color, religion, sex, national origin, age or disability.

c. The contractor is to obtain information as to the referral

practices and policies of the labor union except that to the extent such information is within the exclusive possession of the labor union and such labor union refuses to furnish such information to the contractor, the contractor shall so certify to the contracting agency and shall set forth what efforts have been made to obtain such information.

d. In the event the union is unable to provide the contractor with a

reasonable flow of referrals within the time limit set forth in the collective bargaining agreement, the contractor will, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex, national origin, age or disability; making full efforts to obtain qualified and/or qualifiable minorities and women. The failure of a union to provide sufficient referrals (even though it is obligated to provide exclusive referrals under the terms of a collective bargaining agreement) does not relieve the contractor from the requirements of this paragraph. In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246, as amended, and these special provisions, such contractor shall immediately notify the contracting agency.

8. Reasonable Accommodation for Applicants / Employees with Disabilities: The contractor must be familiar with the requirements for and comply with the Americans with Disabilities Act and all rules and regulations established there under. Employers must provide reasonable accommodation in all employment activities unless to do so would cause an undue hardship.

9. Selection of Subcontractors, Procurement of Materials and Leasing of Equipment: The contractor shall not discriminate on the grounds of race, color, religion, sex, national origin, age or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The contractor shall take all necessary and reasonable steps to ensure nondiscrimination in the administration of this contract.

a. The contractor shall notify all potential subcontractors and

suppliers and lessors of their EEO obligations under this contract.

b. The contractor will use good faith efforts to ensure subcontractor compliance with their EEO obligations.

FHWA-1273 -- Revised May 1, 2012

10. Assurance Required by 49 CFR 26.13(b):

a. The requirements of 49 CFR Part 26 and the State DOT’s U.S.

DOT-approved DBE program are incorporated by reference.

b. The contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT-assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the contracting agency deems appropriate.

11. Records and Reports: The contractor shall keep such records as necessary to document compliance with the EEO requirements. Such records shall be retained for a period of three years following the date of the final payment to the contractor for all contract work and shall be available at reasonable times and places for inspection by authorized representatives of the contracting agency and the FHWA.

a. The records kept by the contractor shall document the following:

(1) The number and work hours of minority and non-minority group

members and women employed in each work classification on the project;

(2) The progress and efforts being made in cooperation with

unions, when applicable, to increase employment opportunities for minorities and women; and

(3) The progress and efforts being made in locating, hiring, training,

qualifying, and upgrading minorities and women.

b. The contractors and subcontractors will submit an annual report to the contracting agency each July for the duration of the project, indicating the number of minority, women, and non- minority group employees currently engaged in each work classification required by the contract work. This information is to be reported on Form FHWA-1391. The staffing data should represent the project work force on board in all or any part of the last payroll period preceding the end of July. If on-the-job training is being required by special provision, the contractor will be required to collect and report training data. The employment data should reflect the work force on board during all or any part of the last payroll period preceding the end of July.

III. NONSEGREGATED FACILITIES

This provision is applicable to all Federal-aid construction contracts and to all related construction subcontracts of $10,000 or more.

The contractor must ensure that facilities provided for employees are provided in such a manner that segregation on the basis of race, color, religion, sex, or national origin cannot result. The contractor may neither require such segregated use by written or oral policies nor tolerate such use by employee custom. The contractor's obligation extends further to ensure that its employees are not assigned to perform their services at any location, under the contractor's control, where the facilities are segregated. The term "facilities" includes waiting rooms, work areas, restaurants and other eating areas, time clocks, restrooms, washrooms, locker rooms, and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing provided for employees. The contractor shall provide separate or single-user restrooms and necessary dressing or sleeping areas to assure privacy between sexes.

Page 214: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

IV. DAVIS-BACON AND RELATED ACT PROVISIONS

This section is applicable to all Federal-aid construction projects exceeding $2,000 and to all related subcontracts and lower-tier subcontracts (regardless of subcontract size). The requirements apply to all projects located within the right-of-way of a roadway that is functionally classified as Federal-aid highway. This excludes roadways functionally classified as local roads or rural minor collectors, which are exempt. Contracting agencies may elect to apply these requirements to other projects.

The following provisions are from the U.S. Department of Labor regulations in 29 CFR 5.5 “Contract provisions and related matters” with minor revisions to conform to the FHWA-1273 format and FHWA program requirements.

1. Minimum wages

a. All laborers and mechanics employed or working upon the site

of the work, will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics.

Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph 1.d. of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, That the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under paragraph 1.b. of this section) and the Davis-Bacon poster (WH–1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers.

b. (1) The contracting officer shall require that any class of

laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met:

FHWA-1273 -- Revised May 1, 2012

(i) The work to be performed by the classification requested is not

performed by a classification in the wage determination; and

(ii) The classification is utilized in the area by the construction

industry; and

(iii) The proposed wage rate, including any bona fide fringe benefits,

bears a reasonable relationship to the wage rates contained in the wage determination.

(2) If the contractor and the laborers and mechanics to be

employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, DC 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary.

(3) In the event the contractor, the laborers or mechanics to be

employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Wage and Hour Administrator for determination. The Wage and Hour Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary.

(4) The wage rate (including fringe benefits where appropriate)

determined pursuant to paragraphs 1.b.(2) or 1.b.(3) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification.

c. Whenever the minimum wage rate prescribed in the contract for

a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof.

d. If the contractor does not make payments to a trustee or other

third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program.

Page 215: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

2. Withholding

The contracting agency shall upon its own action or upon written request of an authorized representative of the Department of Labor, withhold or cause to be withheld from the contractor under this contract, or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to Davis- Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, the contracting agency may, after written notice to the contractor, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased.

3. Payrolls and basic records

a. Payrolls and basic records relating thereto shall be maintained

by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis-Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs.

b. (1) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the contracting agency. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i), except that full social security numbers and home addresses shall not be included on weekly transmittals. Instead the payrolls shall only need to include an individually identifying number for each employee ( e.g. , the last four digits of the employee's social security number). The required weekly payroll information may be submitted in any form desired. Optional Form WH–347 is available for this purpose from the Wage and Hour Division Web site at http://www.dol.gov/esa/whd/forms/wh347instr.htm or its successor site. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and

FHWA-1273 -- Revised May 1, 2012

current address of each covered worker, and shall provide them upon request to the contracting agency for transmission to the State DOT, the FHWA or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this section for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records, without weekly submission to the contracting agency.

(2) Each payroll submitted shall be accompanied by a “Statement

of Compliance,” signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following:

(i) That the payroll for the payroll period contains the information

required to be provided under §5.5 (a)(3)(ii) of Regulations, 29 CFR part 5, the appropriate information is being maintained under §5.5 (a)(3)(i) of Regulations, 29 CFR part 5, and that such information is correct and complete;

(ii) That each laborer or mechanic (including each helper,

apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR part 3;

(iii) That each laborer or mechanic has been paid not less than the

applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract.

(3) The weekly submission of a properly executed certification set

forth on the reverse side of Optional Form WH–347 shall satisfy the requirement for submission of the “Statement of Compliance” required by paragraph 3.b.(2) of this section.

(4) The falsification of any of the above certifications may subject

the contractor or subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 of title 31 of the United States Code.

c. The contractor or subcontractor shall make the records

required under paragraph 3.a. of this section available for inspection, copying, or transcription by authorized representatives of the contracting agency, the State DOT, the FHWA, or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the FHWA may, after written notice to the contractor, the contracting agency or the State DOT, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12.

Page 216: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

4. Apprentices and trainees

a. Apprentices (programs of the USDOL).

Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship Training, Employer and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Office of Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice.

The allowable ratio of apprentices to journeymen on the job site in

any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed.

Every apprentice must be paid at not less than the rate specified in

the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination.

In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved.

b. Trainees (programs of the USDOL).

Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration.

FHWA-1273 -- Revised May 1, 2012

The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration.

Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed.

In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved.

c. Equal employment opportunity. The utilization of apprentices,

trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR part 30.

d. Apprentices and Trainees (programs of the U.S. DOT).

Apprentices and trainees working under apprenticeship and skill training programs which have been certified by the Secretary of Transportation as promoting EEO in connection with Federal-aid highway construction programs are not subject to the requirements of paragraph 4 of this Section IV. The straight time hourly wage rates for apprentices and trainees under such programs will be established by the particular programs. The ratio of apprentices and trainees to journeymen shall not be greater than permitted by the terms of the particular program.

5. Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR part 3, which are incorporated by reference in this contract.

6. Subcontracts. The contractor or subcontractor shall insert Form FHWA-1273 in any subcontracts and also require the subcontractors to include Form FHWA-1273 in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5.

7. Contract termination: debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12.

Page 217: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

FHWA-1273 -- Revised May 1, 2012

8. Compliance with Davis-Bacon and Related Act requirements. All rulings and interpretations of the Davis-Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference in this contract.

9. Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives.

10. Certification of eligibility.

a. By entering into this contract, the contractor certifies that neither it

(nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis- Bacon Act or 29 CFR 5.12(a)(1).

b. No part of this contract shall be subcontracted to any person or

firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1).

c. The penalty for making false statements is prescribed in the U.S.

Criminal Code, 18 U.S.C. 1001.

V. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT

The following clauses apply to any Federal-aid construction contract in an amount in excess of $100,000 and subject to the overtime provisions of the Contract Work Hours and Safety Standards Act. These clauses shall be inserted in addition to the clauses required by 29 CFR 5.5(a) or 29 CFR 4.6. As used in this paragraph, the terms laborers and mechanics include watchmen and guards.

1. Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek.

2. Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (1.) of this section, the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph(1.) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1.) of this section.

3. Withholding for unpaid wages and liquidated damages. The FHWA or the contacting agency shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2.) of this section.

4. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1.) through (4.) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1.) through (4.) of this section.

VI. SUBLETTING OR ASSIGNING THE CONTRACT

This provision is applicable to all Federal-aid construction contracts on the National Highway System.

1. The contractor shall perform with its own organization contract

work amounting to not less than 30 percent (or a greater percentage if specified elsewhere in the contract) of the total original contract price, excluding any specialty items designated by the contracting agency. Specialty items may be performed by subcontract and the amount of any such specialty items performed may be deducted from the total original contract price before computing the amount of work required to be performed by the contractor's own organization (23 CFR 635.116).

a. The term “perform work with its own organization” refers to

workers employed or leased by the prime contractor, and equipment owned or rented by the prime contractor, with or without operators. Such term does not include employees or equipment of a subcontractor or lower tier subcontractor, agents of the prime contractor, or any other assignees. The term may include payments for the costs of hiring leased employees from an employee leasing firm meeting all relevant Federal and State regulatory requirements. Leased employees may only be included in this term if the prime contractor meets all of the following conditions:

(1) the prime contractor maintains control over the supervision of

the day-to-day activities of the leased employees; (2) the prime contractor remains responsible for the quality of the

work of the leased employees; (3) the prime contractor retains all power to accept or exclude

individual employees from work on the project; and (4) the prime contractor remains ultimately responsible for the

payment of predetermined minimum wages, the submission of payrolls, statements of compliance and all other Federal regulatory requirements.

b. "Specialty Items" shall be construed to be limited to work that

requires highly specialized knowledge, abilities, or equipment not ordinarily available in the type of contracting organizations qualified and expected to bid or propose on the contract as a whole and in general are to be limited to minor components of the overall contract.

Page 218: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

2. The contract amount upon which the requirements set forth in

paragraph (1) of Section VI is computed includes the cost of material and manufactured products which are to be purchased or produced by the contractor under the contract provisions.

3. The contractor shall furnish (a) a competent superintendent or

supervisor who is employed by the firm, has full authority to direct performance of the work in accordance with the contract requirements, and is in charge of all construction operations (regardless of who performs the work) and (b) such other of its own organizational resources (supervision, management, and engineering services) as the contracting officer determines is necessary to assure the performance of the contract.

4. No portion of the contract shall be sublet, assigned or otherwise

disposed of except with the written consent of the contracting officer, or authorized representative, and such consent when given shall not be construed to relieve the contractor of any responsibility for the fulfillment of the contract. Written consent will be given only after the contracting agency has assured that each subcontract is evidenced in writing and that it contains all pertinent provisions and requirements of the prime contract.

5. The 30% self-performance requirement of paragraph (1) is not

applicable to design-build contracts; however, contracting agencies may establish their own self-performance requirements.

VII. SAFETY: ACCIDENT PREVENTION

This provision is applicable to all Federal-aid construction contracts and to all related subcontracts.

1. In the performance of this contract the contractor shall comply with all applicable Federal, State, and local laws governing safety, health, and sanitation (23 CFR 635). The contractor shall provide all safeguards, safety devices and protective equipment and take any other needed actions as it determines, or as the contracting officer may determine, to be reasonably necessary to protect the life and health of employees on the job and the safety of the public and to protect property in connection with the performance of the work covered by the contract.

2. It is a condition of this contract, and shall be made a condition of

each subcontract, which the contractor enters into pursuant to this contract, that the contractor and any subcontractor shall not permit any employee, in performance of the contract, to work in surroundings or under conditions which are unsanitary, hazardous or dangerous to his/her health or safety, as determined under construction safety and health standards (29 CFR 1926) promulgated by the Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 3704).

3. Pursuant to 29 CFR 1926.3, it is a condition of this contract that

the Secretary of Labor or authorized representative thereof, shall have right of entry to any site of contract performance to inspect or investigate the matter of compliance with the construction safety and health standards and to carry out the duties of the Secretary under Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C.3704).

VIII. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS

This provision is applicable to all Federal-aid construction contracts and to all related subcontracts.

In order to assure high quality and durable construction in conformity with approved plans and specifications and a high degree of reliability on statements and representations made by engineers, contractors, suppliers, and workers on Federal-aid highway projects, it is essential that all persons concerned with the project perform their functions as carefully, thoroughly, and honestly as possible. Willful falsification, distortion, or misrepresentation with respect to any facts related to the project is a violation of Federal law. To prevent any misunderstanding regarding the seriousness of these and similar acts, Form FHWA-1022 shall be posted on each Federal-aid highway project (23 CFR 635) in one or more places where it is readily available to all persons concerned with the project:

18 U.S.C. 1020 reads as follows:

"Whoever, being an officer, agent, or employee of the United States, or of any State or Territory, or whoever, whether a person, association, firm, or corporation, knowingly makes any false statement, false representation, or false report as to the character, quality, quantity, or cost of the material used or to be used, or the quantity or quality of the work performed or to be performed, or the cost thereof in connection with the submission of plans, maps, specifications, contracts, or costs of construction on any highway or related project submitted for approval to the Secretary of Transportation; or

Whoever knowingly makes any false statement, false

representation, false report or false claim with respect to the character, quality, quantity, or cost of any work performed or to be performed, or materials furnished or to be furnished, in connection with the construction of any highway or related project approved by the Secretary of Transportation; or

Whoever knowingly makes any false statement or false

representation as to material fact in any statement, certificate, or report submitted pursuant to provisions of the Federal-aid Roads Act approved July 1, 1916, (39 Stat. 355), as amended and supplemented;

Shall be fined under this title or imprisoned not more than 5 years

or both."

IX. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT This provision is applicable to all Federal-aid construction contracts and to all related subcontracts.

By submission of this bid/proposal or the execution of this contract, or subcontract, as appropriate, the bidder, proposer, Federal-aid construction contractor, or subcontractor, as appropriate, will be deemed to have stipulated as follows:

1. That any person who is or will be utilized in the performance of this contract is not prohibited from receiving an

award due to a violation of Section 508 of the Clean Water Act or Section 306 of the Clean Air Act. 2. That the contractor agrees to include or cause to be included the requirements of paragraph (1) of this Section X in every subcontract, and further agrees to take such action as the contracting agency may direct as a means of enforcing such requirements.

Page 219: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

FHWA-1273 -- Revised May 1, 2012

X. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION

This provision is applicable to all Federal-aid construction contracts, design-build contracts, subcontracts, lower-tier subcontracts, purchase orders, lease agreements, consultant contracts or any other covered transaction requiring FHWA approval or that is estimated to cost $25,000 or more – as defined in 2 CFR Parts 180 and 1200.

1. Instructions for Certification – First Tier Participants:

a. By signing and submitting this proposal, the prospective first tier

participant is providing the certification set out below.

b. The inability of a person to provide the certification set out below will not necessarily result in denial of participation in this covered transaction. The prospective first tier participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective first tier participant to furnish a certification or an explanation shall disqualify such a person from participation in this transaction.

c. The certification in this clause is a material representation of fact

upon which reliance was placed when the contracting agency determined to enter into this transaction. If it is later determined that the prospective participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the contracting agency may terminate this transaction for cause of default.

d. The prospective first tier participant shall provide immediate written

notice to the contracting agency to whom this proposal is submitted if any time the prospective first tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances.

e. The terms "covered transaction," "debarred," "suspended,"

"ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180 and 1200. “First Tier Covered Transactions” refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant (such as the prime or general contract). “Lower Tier Covered Transactions” refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). “First Tier Participant” refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds (such as the prime or general contractor). “Lower Tier Participant” refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers).

f. The prospective first tier participant agrees by submitting this

proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction.

g. The prospective first tier participant further agrees by submitting

this proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transactions," provided by the department or contracting agency, entering into this covered

transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold.

h. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the Excluded Parties List System website (https://www.epls.gov/), which is compiled by the General Services Administration.

i. Nothing contained in the foregoing shall be construed to require

the establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of the prospective participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings.

j. Except for transactions authorized under paragraph (f) of these

instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default.

* * *

2. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion – First Tier Participants:

a. The prospective first tier participant certifies to the best of its

knowledge and belief, that it and its principals:

(1) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency;

(2) Have not within a three-year period preceding this proposal

been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property;

(3) Are not presently indicted for or otherwise criminally or civilly

charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (a)(2) of this certification; and

(4) Have not within a three-year period preceding this

application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default.

b. Where the prospective participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal.

Page 220: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

2. Instructions for Certification - Lower Tier Participants:

(Applicable to all subcontracts, purchase orders and other lower tier transactions requiring prior FHWA approval or estimated to cost $25,000 or more - 2 CFR Parts 180 and 1200)

a. By signing and submitting this proposal, the prospective lower tier is providing the certification set out below.

b. The certification in this clause is a material representation of fact

upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department, or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment.

c. The prospective lower tier participant shall provide immediate

written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous by reason of changed circumstances.

d. The terms "covered transaction," "debarred," "suspended,"

"ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180 and 1200. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. “First Tier Covered Transactions” refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant (such as the prime or general contract). “Lower Tier Covered Transactions” refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). “First Tier Participant” refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds (such as the prime or general contractor). “Lower Tier Participant” refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers).

e. The prospective lower tier participant agrees by submitting this

proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated.

f. The prospective lower tier participant further agrees by submitting

this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold.

g. A participant in a covered transaction may rely upon a

certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the Excluded Parties List System website

FHWA-1273 -- Revised May 1, 2012

h. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and normally possessed by a prudent person in the ordinary course of business dealings.

i. Except for transactions authorized under paragraph e of these

instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment.

* * * * * Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion--Lower Tier Participants:

1. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency.

2. Where the prospective lower tier participant is unable to certify to

any of the statements in this certification, such prospective participant shall attach an explanation to this proposal.

* * * * * XI. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING This provision is applicable to all Federal-aid construction contracts and to all related subcontracts which exceed $100,000 (49 CFR 20).

1. The prospective participant certifies, by signing and submitting

this bid or proposal, to the best of his or her knowledge and belief, that:

a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement.

b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions.

(https://www.epls.gov/), which is compiled by the General Services Administration.

Page 221: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

2. This certification is a material representation of

fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S.C. 1352. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure.

3. The prospective participant also agrees by submitting its bid or proposal that the participant shall require that the language of this certification be included in all lower tier subcontracts, which exceed information of participant is not required to exceed that which is $100,000 and that all such recipients shall certify and disclose accordingly.

Page 222: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

STATE LABOR STANDARDS PROVISIONS State prevailing wage rates shall apply when the State wage rate is higher than the Federal wage rate. All contractors and subcontractors are subject to the application of Section 1720 et seq. of the California Labor Code which details the regulations and procedures governing the payment of State prevailing wages. All contractors and subcontractors are subject to the provisions of Section 3700 of the California Labor Code which requires that every employer be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of the code. All contractors and subcontractors are subject to the provisions of Sections 1810-1814 of the California Labor Code which provide that the maximum hours a worker is to be employed is limited to eight hours a day and 40 hours a week and the contractor or subcontractor shall forfeit, as a penalty, $25 for each worker employed in the execution of the contract for each calendar day during which a worker is required or permitted to labor more than eight hours in any calendar day or more than 40 hours in any calendar week and is not paid overtime. Section 1815 of the California Labor Code requires that notwithstanding the provisions of Sections 1810-1814, employees of contractors who work in excess of eight hours per day and 40 hours per week shall be compensated for all hours worked in excess of eight hours per day at not less than l-l/2 times the basic rate of pay.

Page 223: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

CONTRACTOR'S/SUBCONTRACTOR'S CERTIFICATION CONCERNING STATE LABOR STANDARDS AND PREVAILING WAGES

PROJECT: FRANKLIN AVENUE IMPROVEMENTS CDBG CONTRACT NUMBER: CONTRACT NO. 18-01 All contractors and subcontractors shall give the following certification to the City and forward this certification to the City within 10 days after the execution of any contract or subcontract.

A. "I am aware of the provisions of Section 1720 et seq. of the California Labor Code which requires that the State prevailing wage rate shall be paid to employees where this rate exceeds the Federal wage rate."

B. "I am aware of the provisions of Section 3700 of the Labor Code which require

every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that Code, and I will comply with such provisions before commencing the performance of the work of this contract."

C. "It is further agreed that, except as may be provided in Section 1815 of the

California Labor Code, the maximum hours a worker is to be employed is limited to eight hours a day and 40 hours a week and the subcontractor shall forfeit, as a penalty, $25 for each worker employed in the execution of the subcontract for each calendar day during which a worker is required or permitted to labor more than eight hours in any calendar day or more than 40 hours in any calendar week."

(Contractor/Subcontractor)

(Signature) (Date)

Typed/Printed Name and Title

Page 224: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

FA

ILU

RE

TO

CO

MP

LE

TE

AN

D S

UB

MIT

TH

IS F

OR

M W

ILL

CA

US

E T

HE

BID

TO

BE

RE

FL

EC

TE

D A

S N

ON

-RE

SP

ON

SIV

E

DISADVANTAGED BUSINESS ENTERPRISE INFORMATION FORM

OWNER NAME: CITY OF YUBA CITY

OWNER PROJECT NUMBER: 18-03

PROJECT DESCRIPTION: RECONSTRUCTION AND

CONVERSION OF EXISTING TENNIS COURTS

PROJECT LOCATION: 810 GRAY AVENUE, YUBA CITY, CA 95991

PRIME CONTRACTOR INFORMATION

NAME/ADDRESS: Name of firm Contact person Address, City, Zip Phone Email

DBE MBE WBE OTHER

TYPE OF CONTRACT ARCHITECT/ENGINEER(A/E)

CONSTRUCTION

SUPPLIER/SERVICE (S/S)

AMOUNT OF CONTRACT/BID:

$

SUBCONTRACTOR INFORMATION

DBE MBE WBE OTHER NAME /ADDRESS: Name of firm Contact person Address, City, Zip Phone

Email

SUBCONTRACTOR SUPPLIER/SERVICE

JOINT VENTURE BROKER

TYPE OF CONTRACT

CONTRACT AMOUNT $

DBE MBE WBE OTHER NAME /ADDRESS: Name of firm Contact person Address, City, Zip Phone

Email

SUBCONTRACTOR SUPPLIER/SERVICE

JOINT VENTURE BROKER

TYPE OF CONTRACT

CONTRACT AMOUNT $

DBE MBE WBE OTHER NAME /ADDRESS: Name of firm Contact person Address, City, Zip Phone

Email

SUBCONTRACTOR SUPPLIER/SERVICE

JOINT VENTURE BROKER

TYPE OF CONTRACT

CONTRACT AMOUNT $

GOAL FOR DBE PARTICIPATION

% MBE % WBE

Construction

14% 6%

Equipment 13% 19%

Services 31% 32%

Supplies 22% 14%

FORM COMPLETED BY: NAME TITLE PHONE

SIGNATURE DATE EMAIL

Page 225: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

MINORITY BUSINESS ENTERPRISE/WOMEN’S BUSINESS ENTERPRISE

(MBE/WBE)1 VERIFICATION OF QUALIFICATION

Firm Name: Phone:

Address:

Principal Service or Product:

�- MBE �- WBE

�- Prime Contractor �- Supplier of Material/Service �- Subcontractor �- Broker

�- Sole Ownership �- Corporation �- Partnership �- Joint Venture

Names of Owners Percent Ownership

MBE- Ethnic Identity1

WBE

Agency Certifying MBE /WBE Qualification

Certifying Agency Address Certifying Agency Phone

Certification number Date Certified

Submitted by: Date:

1 Refer to definitions on the next page.

Page 226: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

MINORITY BUSINESS ENTERPRISE/WOMEN’S BUSINESS ENTERPRISE (MBE/WBE) [USEPA DEFINITIONS- A MBE is a business that is, (1) at least 51 percent owned and controlled by one or more minority individuals, or, in the case of a publicly owned business, at least 51 percent of the stock is owned by one or more minority individuals; and (2) whose daily business operations are managed and directed by one or more of the minority owners. A WBE is a business that is, (1) at least 51 percent owned by one or more women, or, in the case of a publicly owned business, at least 51 percent of the stock is owned by one or more women; and, (2) whose daily business operations are managed and directed by one or more of the women owners. MINORITY INDIVIDUALS INCLUDE: (a) American Indians

Persons having origins in any of the original peoples of North America. To qualify in this group, a person must be a citizen of the United States and meet one or more qualifying criteria including:

(1) Be at least one-fourth Indian descent (as evidenced by registration with the Bureau of Indian Affairs); (2) Characteristic Indian name; (3) Recognition in the community as an Indian; (4) Membership in a tribe, band or group of American Indians (recognized by the Federal Government), as

evidenced by a tribal enrollment number or similar indication; and

(5) Characteristic Indian appearance and features. (b) Black Americans

U.S. citizens, other than Hispanic, having origins in any of the black racial groups of Africa. (c) Asian Americans

U.S. citizens having origins in any of the original peoples of the Far East, Southern Asia, the Indian subcontinent or the Pacific Islands. This area includes, for example, China, Japan, Korea, the Philippine Islands and Samoa. The Indian subcontinent takes in the countries of India, Pakistan, Bangladesh, Sri Lanka, Nepal, Sikkim, and Bhutan.

(d) Hispanic Americans

U.S. citizens of Mexican, Puerto Rican, Cuban, or other Spanish culture or origin, regardless of race. Only those persons from Central and South American countries who are of Spanish origin, descent, or culture should be included in this category. Persons from Brazil, Guyana, Surinam or Trinidad, for example, would be classified according to their race and would not necessarily be included in the Hispanic category. In addition, the category does not include persons from Portugal, who should be classified according to race.

(e) American Eskimos and American Aleuts

Page 227: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

PROPOSAL CERTIFICATION Accompanying this proposal is a certified or cashier’s check, or bidder’s bond, in

the amount of ten percent (10%) of the total bid price, executed by an admitted surety insurer made payable to the City of Yuba City for an amount equal to at least ten percent (10%) of the bid amount.

State if bidder is an individual, corporation, or partnership. If bidder is a corporation, state legal name of the corporation, state of incorporation, and the name of the president, secretary, and treasurer. If the bidder is a partnership, list the names of all the partners. By my signature on this proposal, I certify, under penalty of perjury under the laws of the State of California, that the foregoing questionnaire and statements of Public Contract Code Sections 10162, 10232, and 10285.1 are true and correct and that the bidder has complied with the requirements of Section 8103 of the Fair Employment and Housing Commission Regulations (Chapter 5, Title 2, of the California Administrative Code). By my signature on this proposal, I further certify, under penalty of perjury under the laws of the State of California and the United States of America, that the Non-collusion Affidavit required by Title 23 United States Code, Section 112, and Public Contract Code Section 7106, and the Title 49 Code of Federal Regulations, Part 29, Debarment and Suspension Certification, are true and correct. Date: Signature: Name of Bidder: Title:

Corporate Seal

Page 228: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

CITY OF YUBA CITY PUBLIC WORKS DEPARTMENT

CONTRACT AGREEMENT

FRANKLIN AVENUE IMPROVEMENTS

CONTRACT NO. 18-01

THIS AGREEMENT, made and concluded this ____ day of _________________ 20___, between the City of Yuba City, party of the first part, and ________________, Contractor, party of the second part.

ARTICLE I. – WITNESSETH, that for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the said party of the first part under the conditions expressed in the two bonds bearing even date with these presents and hereunto annexed, the said party of the second part agrees with the said party of the first part, at his own proper cost and expense, to do all the work and furnish all the materials, except such as are mentioned in the specifications to be furnished by said party of the first part, necessary to construct and complete in a good, workmanlike and substantial manner and to the satisfaction of the Public Works Department, construction on various roads, all in accordance with the Special Provisions hereto annexed and also in accordance with the Standard Specifications of the State of California Department of Transportation dated May 2010, the Standard Plans dated May 2010, the “Labor Surcharge” and “Equipment Rental Rates” in effect on the date the work is accomplished, and the “General Prevailing Wage Rates” of the State of California Department of Transportation, which said Special Provisions, Standard Plans, Standard Specifications are hereby specially referred to and by such reference made a part hereof. The Special Provisions and the project plans for the work to be done are entitled:

FRANKLIN AVENUE IMPROVEMENTS

Which are hereby made part of this contract.

ARTICLE II. – The said Contractor agrees to receive and accept the following prices as full compensation for furnishing all materials and for doing all the work contemplated and embraced in this Agreement; also for all loss or damage arising out of the nature of the work aforesaid, or from the action of the elements, or from any unforeseen difficulties or obstructions which may arise or be encountered in the prosecution of the work until its acceptance by the City of Yuba City and for all risks of every description connected with the work; also for all expenses incurred by or in consequence of the suspension or discontinuance of work and for well and faithfully completing the work, and the whole thereof, in the manner and according to the plans and specifications and the requirements of the Engineer under them, to wit.

ARTICLE III. – The said party of the first part hereby promises and agrees with the said Contractor to employ, and does hereby employ, the said Contractor to provide the materials and to do the work according to the terms and conditions herein contained and referred to, for the prices hereinafter set forth, and hereby contracts to pay the same at the time, in the manner and upon the conditions above set forth; and the said parties for

Page 229: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

themselves, their heirs, executors, administrators, successors and assigns, do hereby agree to the full performance of the covenants herein contained. ARTICLE IV. – By my signature hereunder, as Contractor, I certify that I am aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for Workers Compensation or to undertake self-insurance in accordance with the provisions of that Code, and I will comply with such provisions before commencing the performance of the work of this contract. ARTICLE V. – It is further expressly agreed by and between the parties hereto that should there be any conflict between the terms of this instrument and the bid or proposal of said Contractor, then this instrument shall control and nothing herein shall be considered as an acceptance of the said terms of said proposal conflicting herewith. ARTICLE VI. – The City of Yuba City hereby employs Contractor to provide material and to do the work according to the terms and conditions herein contained and referred to for the following prices to be paid at the time, in the manner and upon the conditions hereinafter set forth. ARTICLE VII. – The improvement contemplated in the performance of this contract is an improvement over which the City of Yuba City shall exercise general supervision. ARTICLE VIII. – The statement of prevailing wages appearing in the General Prevailing Wage Rates is hereby specifically referred to and by this reference is made a part of this contract. It is further expressly agreed, by and between the terms of this instrument and the bid or proposal of said Contractor, that this instrument shall control and nothing herein shall be considered as an acceptance of the said terms of said proposal conflicting herewith.

FRANKLIN AVENUE IMPROVEMENTS

CONTRACT NO. 18-01

Bid Item

Item Description Estimated Quantity

Unit of Measure

Item Price

Total Amount

1 Traffic Control 1 LS 2 Mobilization/Demobilization 1 LS 3 Construction Area Signs 1 LS 4 Clearing and Grubbing 1 LS 5 Tree Removal 6 EA 6 Remove Concrete Curb, Gutter, and

Sidewalk 1,370 SF

7 Roadway Excavation 836 CY 8 Cold Plane Asphalt/ Concrete (Depth

Varies) 58,155 SF

9 Minor Concrete (5' Sidewalk and Curb Ramps, YC ST8, YC ST9, YC ST3)

4,410 SF

10 Minor Concrete (6" Barrier Curb and Gutter, YC ST4)

1,336 LF

11 Minor Concrete (6" Barrier Curb and Gutter for Heavy Duty Driveway, YC ST11)

248 LF

Page 230: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

12 Minor Concrete (Heavy Duty Driveway, YC ST11)

5 EA

13 Minor Concrete (Standard Driveway, YC ST10)

8 EA

14 Adjust AT&T Manhole to Grade 3 EA 15 Adjust AT&T Vault Box Grade, Match

Sidewalk Orientation 1 EA

16 12" Class 4 RCP Storm Drain 156 LF 17 18" Class 4 RCP Storm Drain 97 LF 18 Storm Drain Manhole (YC DR1) 4 EA 19 Install DI (YC DR3) 5 EA 20 Remove DI 2 EA 21 Install Junction DI (YC DR4) 2 EA 22 Adjust Storm Drain Manhole to Grade 3 EA 23 8" VCP Sewer 367 LF 24 4" Sanitary Sewer Service Lateral (

YC SS1 & SS3) 7 EA

25 6" Sanitary Sewer Service Lateral (YC SS1 & SS3)

1 EA

26 Sanitary Sewer Cleanout (YC SS4) 1 EA 27 Adjust Sanitary Sewer Manhole to

Grade 3 EA

28 Excavation, Shoring, and Backfill for Water Services

9 EA

29 Fire Hydrant Installation (YC W1) 1 EA 30 Adjust Water Valve Lids to Grade 10 EA 31 Planter Excavate, Scarify & Backfill

with Top Soil (Select material generated from excavation)

2,400 SF

32 Landscaping Installation - Decomposed Granite for Planting Areas (3" Depth)

2,400 SF

33 Landscaping Installation - 1" Backflow Preventer

1 EA

34 Landscaping Installation - 1" Remote Control Valves

4 EA

35 Landscaping Installation - Hunter Node 600-Battery Operated Irrigation Controller

1 EA

36 Landscaping Installation - Hunter Rain Clik

1 EA

37 Landscaping Installation - Drip Irrigation Flush Valves

4 EA

38 Landscaping Installation - Drip Tree Ring

24 EA

39 Landscaping Installation - Drip Shrub Ring

90 LF

40 Landscaping Installation - 1.5" Gate Valves

3 EA

Page 231: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

41 Landscaping Installation - 3/4" Irrigation Lateral Line - PVC Schedule 40

550 LF

42 Landscaping Installation - 1" Irrigation Lateral Line - PVC Schedule 40

1,750 LF

43 Landscaping Installation - 1.5" Irrigation Mainline - PVC Schedule 40

450 LF

44 Landscaping Installation - 6" Pipe Sleve - PVC Schedule 40

750 LF

45 Landscaping Installation - Packet Fertilizer

300 EA

46 Landscaping Installation - Tree (15 gal)

24 EA

47 Landscaping Installation - Shrubs (1 gal)

90 EA

48 Landscaping Installation - Soil Amendments

1 LS

49 Landscaping Installation - Tree Root Barriers

300 LF

50 Class II 3/4" Aggregate Base (Under Roadway, Sidewalks, Curb & Gutter, Driveways)

1,214 TON

51 Roadway Subgrade Reinforcement Triax TX7 Geogrid or Equivalent

970 SY

52 Pavement Reinforcing Fabric 7,431 SY 53 Asphalt Concrete (HMA Type A) 1,425 TON 54 Signal Detector Loop Type A

Replacement 1 EA

55 Signal Detector Loop Type C Replacement

2 EA

56 Thermoplastic Detail 12 276 LF 57 Thermoplastic Detail 22 645 LF 58 Thermoplastic Detail 32 841 LF 59 Thermoplastic Detail 38 258 LF 60 Thermoplastic Detail 39 1,387 LF 61 Thermoplastic Detail 39A 500 LF 62 Thermoplastic Detail 41 67 LF 63 Thermoplastic Pavement Marking,

Type I Arrow (White) 2 EA

64 Thermoplastic Pavement Marking, Type IV Arrow (15 SF) (White)

16 EA

65 Thermoplastic Pavement Marking, Bike Lane Symbol (7 SF) (White)

7 EA

66 Thermoplastic Pavement Marking, Bike Lane Arrow (7 SF) (White)

7 EA

67 Thermoplastic Pavement Marking, "Stop" Legend (White)

6 EA

68 12" White Thermoplastic 579 LF 69 24" Yellow Thermoplastic 301 LF

Page 232: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

70 Install Bike Lane Sign R81 (CA), 18"X24"

3 EA

71 Install No Parking Sign with City Provided Verbiage, 18"X 24"

5 EA

72 Relocate Sign 4 EA 73 Remove Sign 1 EA 74 Relocate Mailbox 6 EA 75 Prepare SWPPP (File NOI, File NOT,

& SMARTS Reporting) 1 LS

76 Implementation of Erosion Control Practices

1 LS

TOTAL AMOUNT BID =

Approved as to legal form: City Attorney City of Yuba City CITY OF YUBA CITY Michael Rock City Manager Date CONTRACTOR Company Name By and Title (signature) Date By and Title (printed) Address Telephone Number

Page 233: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

FRANKLIN AVENUE IMPROVEMENTS Faithful Performance Bond CONTRACT NO. 18-01

CITY OF YUBA CITY

PUBLIC WORKS DEPARTMENT FAITHFUL PERFORMANCE BOND

KNOW ALL MEN BY THESE PRESENTS: that, WHEREAS, the City Council of the City

of Yuba City, CA (“Obligee or City”), Sutter County, State of California, has awarded to ____________________, hereinafter designated as the "Principal," a Contract, the terms and provisions of which Contract are incorporated herein by reference, for constructing the City of Yuba City Franklin Avenue Improvements, Contract No. 18-01, and

WHEREAS, said Principal is required under the terms of said Contract to furnish a bond for the faithful performance of said Contract;

NOW, THEREFORE, we the Principal, and ____________________, as Surety, are held and firmly bound unto the City of Yuba City, CA, Sutter County, CA, in the penal sum of: ________________________________________ ($____________________), lawful money of the United States, being one hundred percent (100%) of the Contract amount, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents.

THE CONDITION OF THIS OBLIGATION IS SUCH, THAT, if the above bounden Contractor, its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the Contract and any alterations thereof made as therein provided, on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the Agency, its directors, officers, employees and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall be and remain in full force and effect.

As a condition precedent to the satisfactory completion of the said Contract, the above

obligation in above-stated amount shall hold good for a period of one (1) year after the recording of the notice of completion, during which time if the Contractor, its heirs, executors, administrators, successors or assigns shall fail to make full, complete, and satisfactory repair and replacements or totally protect the Agency from loss or damage made evident during the period of one (1) year from the date of recording of the notice of completion, and resulting from or caused by defective materials or faulty workmanship in the prosecution of the work done, the above obligation in the above-stated amount shall remain in full force and effect. However, anything in this paragraph to the contrary notwithstanding, the obligation of the Surety hereunder shall continue so long as any obligation of the Contractor remains.

The Surety, for value received, hereby stipulates and agrees that no change, extension of

time, alteration or addition to the terms of the Contract or to the work to be performed thereunder or the specifications accompanying the same shall, in any way, affect its obligations on this bond and it does hereby waive notice of any such change, extension of time, alteration, or addition to the terms of the Contract or to the work or to the specifications. The Surety hereby waives the provisions of Sections 2819 and 2845 of the Civil Code of the State of California.

In the event suit is brought upon this bond by the Agency and judgment is recovered, the

Surety shall pay all costs incurred by the Agency in such suit, including, but not limited to, administrative and consultant costs, and reasonable attorneys' fees to be fixed by the Court.

Page 234: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

FRANKLIN AVENUE IMPROVEMENTS Faithful Performance Bond CONTRACT NO. 18-01

The address or addresses at which the principal and surety(ies) may be served with notices, papers and other documents under the California Bond and Undertaking Law (Code of Civil Procedure section 995.010 et seq.) is the following:

________________________________________________________________

________________________________________________________________

________________________________________________________________

IN WITNESS THEREOF, the above bounded parties have executed this instrument under

their several seals this day of , the name and corporate seal of each corporate party being hereto affixed and those presents duly signed by its undersigned representative, pursuant to authority of its governing body.

(Corp. Seal)

Principal:

Signature:

Name & Title: Address:

(Corp. Seal)

Surety:

Signature:

Name & Title: Address:

Attorney in Fact: _____________________________________ Surety shall submit the following documents along with this Faithful Performance Bond:

Page 235: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

FRANKLIN AVENUE IMPROVEMENTS Faithful Performance Bond CONTRACT NO. 18-01

1. Verification that Surety is admitted to transact surety business in the State of California; and 2. Copy of Surety’s Certificate of Authority, issued by the Insurance Commissioner of the State of California, along with a statement that said Certificate has not been surrendered, revoked, cancelled, annulled or suspended. Approved as to legal form: _________________________________________, City Attorney

(NOTE: The date of this bond must not be prior to date of Contract. If Contractor is a partnership, all partners should execute bond.)

**END OF SECTION**

Page 236: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

FRANKLIN AVENUE IMPROVEMENTS Faithful Performance Bond CONTRACT NO. 18-01

(This Page Left Blank Intentionally)

Page 237: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

FRANKLIN AVENUE IMPROVEMENTS Payment Bond CONTRACT NO. 18-01

CITY OF YUBA CITY PUBLIC WORKS DEPARTMENT

PAYMENT BOND (LABOR AND MATERIAL BOND)

KNOW ALL MEN BY THESE PRESENTS:

That we, ________________________, as Principal, and _________________________, as Surety, are held and firmly bound unto the City of Yuba, any and all persons named in California Civil Code Section 9100 as Claimants, whose claim has not been paid by the Contractor, in the aggregate total of ________________________________________ ($___________________) (being 100% of the Contract amount) for payment whereof, well and truly to be made, said Principal and Surety bond themselves, their heirs, administrators, successors and assigns, jointly and severally, firmly by these presents. In case suit is brought upon this bond, the Surety will pay reasonable attorney’s fees to the City of Yuba in an amount to be fixed by the court.

The condition of the foregoing obligation is such that, whereas the Principal has entered

into a Contract dated _______________________, 2019, with the City of Yuba City, CA (“Owner”) to do the following work, to wit: City of Yuba City Franklin Avenue Improvements, Contract No. 18-01.

NOW, THEREFORE, if the Principal or its/his/her subcontractors fail to pay i) any of the persons named in Section 9100 of the Civil Code of the State of California; ii) amounts due under the Unemployment Insurance Code with respect to work or labor performed under the Contract, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal or its/his/her subcontractor pursuant to Section 13020 of the Unemployment Insurance Code of the State of California, with respect to such work and labor; or iii) for any other work, materials, services, provisions, provender, or other supplies, or for the use of implements of machinery used in, upon, or about the performance of work to be done; then the Surety will pay for the same, in the amount not exceeding the sum specified in this bond, and also, in case suit is brought upon this bond, a reasonable attorney's fee, to be fixed by the court.

This bond shall inure to the benefit of any person named in Section 9100 of the Civil Code of the State of California so as to give a right of action to them or their assignees in suit brought upon this bond. Moreover, if the Owner or any entity or person entitled to file stop payment notices is required to engage the services of an attorney in connection with the enforcement of this bond, the Contractor and Surety shall be liable for the reasonable attorney's fees incurred, with or without suit, in addition to the above sum.

This bond is executed and filed to comply with the provisions of the act of Legislature of the State of California as designated in Civil Code Section 9550 to 9566, inclusive, and all amendments thereto. The Surety, for value received, hereby stipulates and agrees to waive the benefits of California Civil Code Sections 2819 and 2845. The Surety hereby waives notice of any change, alteration or addition to the Contract or to related subcontracts, purchase orders and other obligations, including but not limited to changes of time. The Surety consents to all terms of the Contract, including provisions on changes to the Contract Documents. No extension of time, Change Order, alteration, modification, deletion, or addition to the Contract Documents, or of the work required thereunder, shall release or exonerate Surety on this Payment Bond or in any way affect the obligations of Surety on this Payment Bond.

Page 238: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

FRANKLIN AVENUE IMPROVEMENTS Payment Bond CONTRACT NO. 18-01

Any proceeding, legal or equitable, under this Payment Bond shall be instituted in any court of competent jurisdiction in Sutter County, California.

IN WITNESS THEREOF, the parties have executed this instrument under their several seals this day of , the name and corporate seal of each corporate party being hereto affixed and those presents duly signed by its undersigned representative, pursuant to authority of its governing body.

(Corp. Seal)

Principal:

Signature:

Name & Title: Address:

(Corp. Seal)

Surety:

Signature:

Name & Title: Address:

Attorney in Fact: _____________________________________ Surety shall submit the following documents along with this Labor and Material Bond: 1. Verification that Surety is admitted to transact surety business in the State of California; and 2. Copy of Surety’s Certificate of Authority, issued by the Insurance Commissioner of the State of California, along with a statement that said Certificate has not been surrendered, revoked, cancelled, annulled or suspended. Approved: __________________________________________, City Attorney

(NOTE: The date of this bond must not be prior to date of Contract. If Contractor is a partnership, all partners should execute bond.)

**END OF SECTION**

Page 239: CITY OF YUBA CITY · 16.10 Water Services 16.11 Initial Backfill 16.12 Completing Backfill ... of Labor and the general prevailing wage rates determined by the Director of the California

FRANKLIN AVENUE IMPROVEMENTS Payment Bond CONTRACT NO. 18-01

(This Page Left Blank Intentionally)