Loading...
HomeMy WebLinkAbout11-03-2015 Council Agenda Packet Tuesday, November 3, 2015 6:00 PM REGULAR MEETING Council Chamber 990 Palm Street San Luis Obispo Page 1 CALL TO ORDER: Mayor Jan Marx ROLL CALL: Council Members Dan Carpenter, Carlyn Christianson, Dan Rivoire, Vice Mayor John Ashbaugh, and Mayor Jan Marx PLEDGE OF ALLEGIANCE: Vice Mayor Ashbaugh INTRODUCTIONS NEW HIRES 1. XZANDREA FOWLER, DEPUTY COMMUNITY DEVELOPMENT DIRECTOR - LONG RANGE PLANNING (CODRON – 5 MINUTES) 2. XENIA BRADFORD, BUDGET MANAGER (JOHNSON – 5 MINUTES) PRESENTATION 3. PROCLAMATION - ARBOR DAY (MARX/COMBS – 5 MINUTES) Presentation of a Proclamation to Ron Combs, Urban Forest Supervisor/City Arborist, declaring November 7, 2015 as "Arbor Day." Agenda San Luis Obispo City Council November 3, 2015 San Luis Obispo Page 2 APPOINTMENTS 4. APPOINTMENTS TO THE JACK HOUSE COMMITTEE (JHC) AND MASS TRANSPORTATION COMMITTEE (MTC) (ANSOLABEHERE / MAIER – 5 MINUTES) Recommendation In accordance with the recommendations of the Council Subcommittees: 1. Confirm the appointment of Robert Mills to the Jack House Committee, as the Member-at-Large representative, to complete an unexpired term through March 31, 2017. 2. Confirm the appointment of Cheryl Andrus to the Mass Transportation Committee to serve as the Cal Poly representative. PUBLIC COMMENT PERIOD FOR ITEMS NOT ON THE AGENDA (not to exceed 15 minutes total) The council welcomes your input. You may address the council by completing a speaker slip and giving it to the city clerk prior to the meeting. At this time, you may address the council on items that are not on the agenda. Time limit is three minutes. State law does not allow the council to discuss or take action on issues not on the agenda, except that members of the council or staff may briefly respond to statements made or questions posed by persons exercising their public testimony rights (gov. Code sec. 54954.2). Staff may be asked to follow up on such items. CONSENT AGENDA A member of the public may request the Council to pull an item for discussion. Pulled items shall be heard at the close of the Consent Agenda unless a majority of the Council chooses another time. The public may comment on any and all items on the Consent Agenda within the three minute time limit. 5. WAIVE READING IN FULL OF ALL RESOLUTIONS AND ORDINANCES Recommendation Waive reading of all resolutions and ordinances as appropriate. Agenda San Luis Obispo City Council November 3, 2015 San Luis Obispo Page 3 6. AUTHORIZE A REQUEST FOR PROPOSALS FOR MANAGEMENT AND BENEFICIAL REUSE OF BIOSOLIDS (MATTINGLY/HIX) Recommendation 1. Authorize the issuance of a Request for Proposals (RFP) for management and beneficial reuse of biosolids, Specification No. 91429. 2. Authorize the City Manager to award an agreement if the selected proposal is within the Water Resource Recovery Facility’s approved operating budget line item for biosolids reuse of $206,000 for fiscal year 2015-16 and $210,000 for fiscal year 2016- 17. 3. Authorize the continuation of the contract with Engle and Grey, Inc., on a month-by- month basis until a new contractor is selected. 7. COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG) CURB RAMPS 2015, SPECIFICATION NO. 91308 (GRIGSBY/CARRILLO) Recommendation 1. Award a contract to Maino Construction Company, Inc. for the construction of the Community Development Block Grant (CDBG) Curb Ramps 2015 project, for the lowest responsible base bid amount of $238,000, and additive alternate bid of $26,000, for a total contract amount of $264,000. 2. Approve the transfer of $130,000 from the Master Street Reconstruction and Resurfacing Account to the CDBG Curb Ramps 2015 project’s construction phase. 8. APPOINTMENT OF FIVE MEMBERS TO THE DOWNTOWN CONCEPT PLAN CREATIVE VISION TEAM (CODRON/GERSHOW) Recommendation 1. In accordance with the recommendations of the Council Subcommittee, appoint Vicente del Rio, Jaime Hill, Matt Quaglino, Annie Rendler and Charles Stevenson, to the Downtown Concept Plan Creative Vision Team. 2. Amend Resolution No. 10659 (2015 Series) to clarify that the composition of the Creative Vision Team should include the four remaining original authors of the Plan, plus five additional resident volunteers, as directed by City Council on August 18, 2015. Agenda San Luis Obispo City Council November 3, 2015 San Luis Obispo Page 4 PUBLIC HEARINGS 9. ANNUAL PUBLIC HEARING FOR THE TOURISM BUSINESS IMPROVEMENT DISTRICT (JOHNSON/CANO – 20 MINUTES) Recommendation 1. Conduct a public hearing to receive testimony regarding the City Council’s intention to continue the citywide Tourism Business Improvement District; and 2. Determine whether a legally sufficient protest is made; and 3. If no legally sufficient protest is made, adopt a resolution affirming the continuation of the San Luis Obispo Tourism Business Improvement District, setting forth the basis for the assessment, and levying the assessment upon hotels in the district for fiscal year 2015-16. 10. AMENDMENT TO THE WATER EFFICIENT LANDSCAPE STANDARDS IN CHAPTER 17.87 OF THE ZONING REGULATIONS AND SECTION 1010 H OF THE CITY ENGINEERING STANDARDS UNIFORM DESIGN CRITERIA FOR LANDSCAPING AND IRRIGATION - ORDINANCE INTRODUCTION (MATTINGLY/MUNDS – 20 MINUTES) Recommendation 1. Introduce an Ordinance entitled “An Ordinance of the City Council of the City of San Luis Obispo, California, amending Chapter 17.87 of the City of San Luis Obispo’s Municipal Code,” to update the water efficient landscape standards. 2. Adopt a Resolution entitled “A Resolution of the City Council of the City of San Luis Obispo, California, approving a revision to Engineering Standard 1010 H. Landscaping and Irrigation.” BUSINESS ITEMS 11. MISSION PLAZA CEDAR TREE (GRIGSBY/COMBS – 45 MINUTES) Recommendation Provide direction and consider staff’s proposal to leave a recently planted deodar cedar tree in the Mission Plaza. Agenda San Luis Obispo City Council November 3, 2015 San Luis Obispo Page 5 12. CITY OF SAN LUIS OBISPO POLICE DEPARTMENT FIVE-YEAR STRATEGIC PLAN 2016-2021 (STORTON/AMOROSO – 20 MINUTES) Recommendation Receive and file the Police Department’s Five-Year Strategic Plan. 13. DISCUSS AND CONSIDER CREATING A COUNCIL COMPENSATION COMMITTEE FOR 2016 (ANSOLABEHERE/MAIER – 10 MINUTES) Recommendation Discuss and consider creating a Council Compensation Committee for 2016, which would: 1. Review the full Council compensation package and make recommendations to the City Council no later than May 1, 2016. 2. Review compensation for Planning Commission and Architectural Review Commission members in conjunction with its review of Council compensation. COUNCIL LIAISON REPORTS (Not to exceed 15 minutes) Council Members report on conferences or other City activities. Time limit—3 minutes each. COUNCIL COMMUNICATIONS (Not to exceed 15 minutes) At this time, any Council Member or the City Manager may ask a question for clarification, make an announcement, or report briefly on his or her activities. In addition, subject to Council Policies and Procedures, they ma y provide a reference to staff or other resources for factual information, request staff to report back to the Council at a subsequent meeting concerning any matter, or take action to direct staff to place a matter of business on a future agenda. (Gov. Code Sec. 54954.2) ADJOURNMENT The next Regular City Council Meeting is scheduled for Tuesday, November 17, 2015 at 6:00 p.m. in the Council Chamber, 990 Palm Street, San Luis Obispo, California. Agenda San Luis Obispo City Council November 3, 2015 San Luis Obispo Page 6 LISTENING ASSISTIVE DEVICES are available for the hearing impaired--please see City Clerk. The City of San Luis Obispo wishes to make all of its public meetings accessible to the public. Upon request, this agenda will be made available in appropriate alternative formats to persons with disabilities. Any person with a disability who requires a modification or accommodation in order to participate in a meeting should direct such request to the City Clerk’s Office at (805) 781-7100 at least 48 hours before the meeting, if possible. Telecommunications Device for the Deaf (805) 781-7107. City Council regular meetings are televised live on Charter Channel 20. Agenda related writings or documents provided to the City Council are available for public inspection in the City Clerk’s Office located at 990 Palm Street, San Luis Obispo, during normal business hours, and on the City’s website www.slocity.org. Persons with questions concerning any agenda item may call the City Clerk’s Office at (805) 781-7100. Meeting Date: 11/3/2015 FROM: Jon Ansolabehere, Interim City Clerk Prepared By: Heather Goodwin, Deputy City Clerk SUBJECT: APPOINTMENTS TO THE JACK HOUSE COMMITTEE (JHC) AND MASS TRANSPORTATION COMMITTEE (MTC) RECOMMENDATION In accordance with the recommendations of the Council Subcommittees: 1. Confirm the appointment of Robert Mills to the Jack House Committee, as the Member- at-Large representative, to complete an unexpired term through March 31, 2017; and 2. Confirm the appointment of Cheryl Andrus to the Mass Transportation Committee to serve as the Cal Poly representative. DISCUSSION Jack House Committee (Subcommittee Members Carpenter and Ashbaugh) Due to the resignation of Leah Walthert, effective September 15, 2015, there was an unscheduled vacancy on the Jack House Committee. Ms. Walther served as the Member-at-Large representative. The Council Liaison Subcommittee recommends appointment of Robert Mills to the Jack House Committee, effective November 3, 2015, to a term expiring on March 31, 2017. Mass Transportation Committee (Subcommittee Members Rivoire and Carpenter) Due to the resignation of Dominique Bonino, effective September 21, 2015, there was an unscheduled vacancy on the Mass Transportation Committee. Ms. Bonino served as the Cal Poly Representative. The Council Liaison Subcommittee recommends appointment of Cheryl Andrus to the Mass Transportation Committee, effective November 3, 2015. 4 Packet Pg. 7 RECRUITMENT The following Advisory Bodies have vacancies and interested individuals are encouraged to apply: 1. Human Relations Commission (1) 2. Tourism Business Improvement District Board (1) AVAILABLE FOR REVIEW IN THE COUNCIL OFFICE Hard copies of the JHC and MTC applications have been provided to the City Council and are available for public review in the City Clerk’s office. 4 Packet Pg. 8 Meeting Date: 11/3/2015 FROM: Carrie Mattingly, Utilities Director Prepared By: David Hix, Deputy Director Utilities – Wastewater SUBJECT: AUTHORIZE A REQUEST FOR PROPOSALS FOR MANAGEMENT AND BENEFICIAL REUSE OF BIOSOLIDS RECOMMENDATION 1. Authorize the issuance of a Request for Proposals (RFP) for management and beneficial reuse of biosolids, specification No. 91429; and 2. Authorize the City Manager to award an agreement if the selected proposal is within the WRRF’s approved operating budget line item for biosolids reuse of $206,000 for fiscal year 2015-16 and $210,000 for fiscal year 2016-17; and 3. Authorize the continuation of the contract with Engle and Grey, Inc., on a month -by-month basis until a new contractor is selected. DISCUSSION Background The City’s Water Resource Recovery Facility (WRRF) treats approximately 4.5 million gallons of wastewater per day. During treatment, solids are removed from the wastewater and are placed in large heated tanks called digesters that stabilize organic matter and destroy pathogens. The treated solids are called biosolids of which the City generates approximately 2,000 to 4,000 tons annually. Biosolids are graded based on three Federal and State standards: pollutants, vector attraction, and pathogen reduction. Exceptional Quality (or EQ) biosolids meet the most stringent of these requirements. The City’s biosolids meet two of the three EQ standards for pollutants and vector attraction. The regulated pollutants include heavy metals, dioxin, and PCBs. The vector attraction requirement ensures the reduction and stabilization of organic matter so the biosolids won’t attract vectors such as flies and other pests that may spread disease. While the process in the digesters significantly destroys the pathogens in the solids and is a state and federally recognized method for pathogen reduction, further pathogen reduction is required to meet complete EQ standards. During the last 14 years the City has been contracting with Engel and Gray, Inc. to haul, compost, and distribute the WRRF’s biosolids. Currently Engel and Gray, Inc. haul the City’s biosolids from the WRRF to its facility in Santa Maria where they are composted. Composting is an approved method that achieves the highest level of pathogen destruction to achieve EQ status. 6 Packet Pg. 9 The City has studied processes to achieve EQ biosolids itself but capital and operating costs, and the reality that biosolids still need to be hauled off-site, currently make contracting for beneficial reuse the most cost-effective alternative. Engel and Gray’s present contract expires on December 20, 2015. Considering the current time frame that might not have a contractor in place by date of contract expiration, Engle and Gray, Inc. has agreed to honor the terms of its current agreement until the City will award a contract. Request for Proposal Staff is seeking approval of a RFP for the management and beneficial reuse of the City’s biosolids that includes a copy and discussion about the WRRF upgrade project charter as a guideline for proposals. Evaluation and selection of the proposals will include preference to contractors proposing operational flexibility, alignment with the WRRF’s charter and local beneficial reuse projects. Proposers may also submit alternative proposals that will meet the City’s scope of work in a different manner. Duration of the contract will be for five years with an option for one five-year extension. Section A of the attached RFP describes the full scope of work requested by the City. Staff will evaluate proposals according to the selection process described in the RFP. Staff anticipates executing a contract with the selected consultant by February 2016. Other Agencies Below is a brief description of what other agencies are doing with their biosolids. The City generates more biosolids than many agencies because of its size and the treatment processes used to attain the high level of water quality required to meet the WRRF’s discharge requirements. Presently the City pays $44.23/ton for hauling and composting. Cambria – $47.50/ton. Biosolids are hauled to Liberty Composting in the San Joaquin Valley, composted, and then marketed for a variety of uses. City of Morro Bay - $46.00/ton. Biosolids are hauled by McCarthy Farms in the San Joaquin Valley, composted, and then marketed for a variety of uses. South San Luis Obispo Sanitary District - $36.50/ton. Biosolids are hauled by Engel and Gray, Inc., composted, and then marketed for a variety of uses. City of Paso Robles – $7.19/ton. Biosolids are hauled to the City-owned landfill and used as alternative daily cover. Pismo Beach - $48.68/ton. Biosolids are hauled by Engel and Gray, Inc., composted, and then marketed for a variety of uses. 6 Packet Pg. 10 FISCAL IMPACT The 2015-16 and 2016-17 WRRF operating budget has identified $206,000 and $210,000 respectively for biosolids reuse. Upon receipt of the proposals, staff will evaluate the funding to determine if it is adequate for the new contract term. If needed, additional funding will be requested from Council prior to contract award. Adequate funding will be included in future financial plans to cover the cost of these contract services. The annual budget of $206,000 was calculated for a full 12-month service period of which only six months will be used by the time the Engle & Gray, Inc. contract expires. There is sufficient funding available to pay the month-to-month charges and the remainder of the fiscal year on the new contract. Attachments: a - RFP Biolsolids Spec No 91429 6 Packet Pg. 11 Notice Requesting Proposals for Management and Beneficial Reuse of Biosolids Specification No. 91429 The City of San Luis Obispo is requesting sealed proposals for management and beneficial reuse of biosolids pursuant to Specification No. 91429. All proposals must be received by the Finance Department at 990 Palm Street, San Luis Obispo, CA 93401 by 3:00 P.M. on December 10, 2015. Proposals received after said time will not be considered. To guard against premature opening, each proposal shall be submitted to the Finance Department in a sealed envelope plainly marked with the proposal title, specification number, Contractor name, and time and date of the proposal opening. Proposals shall be submitted using the forms provided in the specification package. Requests must include the RFP title and specification number. Project Detail Information Project detail information may be obtained by contacting Dave Hix, Deputy Director – Wastewater, at (805) 781-7039 or dhix@slocity.org. Rev 11.20.12 BL 6.a Packet Pg. 12 Attachment: a - RFP Biolsolids Spec No 91429 (1152 : RFP for Management and Beneficial Reuse of Biosolids) RFP No. 91429 City of San Luis Obispo Management and Beneficial Reuse Biosolids Page 2 of 85 Specification No. 91429 TABLE OF CONTENTS DESCRIPTION OF WORK ...................................................................................................................... 3 GENERAL TERMS AND CONDITIONS ................................................................................................... 7 PROPOSAL REQUIREMENTS ............................................................................................................ 7 CONTRACT AWARD AND EXECUTION ............................................................................................. 7 PROPOSAL CONTENT AND SELECTION PROCESS ......................................................................... 12 PROPOSAL CONTENT ..................................................................................................................... 12 PROPOSAL EVALUATION AND CONTRACTOR SELECTION ......................................................... 13 FORM OF AGREEMENT ....................................................................................................................... 14 PROPOSAL SUBMITTAL FORMS......................................................................................................... 16 ACKNOWLEDGEMENT ..................................................................................................................... 16 STATEMENT OF PAST CONTRACT DISQUALIFICATIONS ............................................................ 19 REFERENCES .................................................................................................................................. 19 INSURANCE REQUIREMENTS: Contractor Services .......................................................................... 20 APPENDICES ........................................................................................................................................ 22 6.a Packet Pg. 13 Attachment: a - RFP Biolsolids Spec No 91429 (1152 : RFP for Management and Beneficial Reuse of Biosolids) RFP No. 91429 City of San Luis Obispo Management and Beneficial Reuse Biosolids Page 3 of 85 Section A DESCRIPTION OF WORK BACKGROUND The City of San Luis Obispo is located on the Central Coast approximately halfway between San Francisco and Los Angeles. The City's Water Resource Recovery Facility (WRRF) provides tertiary treatment to approximately 4.5 million gallons per day using activated sludge/nitrification. All biosolids removed in the treatment process are anaerobically digested by two digesters operated in series. The digesters provide 42 days of total detention time at 30 degrees C. Volatile solids reduction averages 65%. After digestion the biosolids are dewatered using a screw press while alternatively some may be dried in drying beds. Moisture content ranges from 40% in the dry season to 85% during the wet season. The City's biosolids meet the Exception Quality (EQ) requirements for pollutants; 40 CFR 503.13, and vector attraction 40 CFR 503.33(b) and meet alternative 2 for Processes to Significantly Reduce Pathogens (PSRP) [40 CFR 503.32(b)(3)] using anaerobic digestion. Overall the City produces 2,000 to 3,000 tons of Pollutant Concentration (PC) quality biosolids. The City has developed a Program Charter to guide the WRRF through the planning, design and construction of an upcoming required upgrade of which biosolids reuse is an important component. (Appendix 1). The Charter establishes a unified project vision and mission, economic, social and environmental (triple bottom line) objectives and guiding principles for the WRRF and operations of the facility. The Charter is designed to serve as a guiding document for everyone and for all related work at the facility which includes biosolids reuse. SCOPE OF WORK The contractor shall provide all services related to transportation, beneficial reuse, permitting and monitoring of the City's biosolids in accordance with all applicable federal, state and local requirements. The contractor’s proposal shall include a detailed description of the proposed method of biosolids reuse and shall include but not be limited to the following: 1. The contractor shall provide with its proposal, all required regulatory permits for hauling and beneficial reuse of the entire quantity of biosolids as specified herein. The contractor shall provide a detailed description of the beneficial use process being proposed for the City biosolids. Submittals proposing mono-filling, landfilling, alternative daily cover and/or incineration will not be considered. The contractor shall be responsible for all fees associated with permitting. The contractor shall also be responsible at its expense for meeting all monitoring and reporting requirements imposed by all regulatory agencies having jurisdiction over the contractor's beneficial reuse operations; and shall provide at its expense all capital improvements, and shall pay all operating expenses, needed at the beneficial reuse site to protect surface and groundwater and the site resources per the requirements of the responsible regulatory agencies. Copies of all the regulatory monitoring, permits and all permits background data shall be provided to the City. Representatives of the City shall be permitted on the beneficial reuse site at all times. 2. The contractor shall be responsible for hauling 100 percent of the biosolids being generated, approximately 3,000 to 4,000 tons/year for a period of five years. The contractor's responsibilities shall include furnishing and maintaining all biosolids trailers, including water tight and covered trailers as required; furnishing and maintaining all truck tractors required to transport the trailers; furnishing all drivers and operators; furnishing all vehicle fuel required to transport the biosolids from the City to the beneficial reuse site and return trip; provide and maintain full vehicle insurance, general liability insurance and workers’ compensation 6.a Packet Pg. 14 Attachment: a - RFP Biolsolids Spec No 91429 (1152 : RFP for Management and Beneficial Reuse of Biosolids) RFP No. 91429 City of San Luis Obispo Management and Beneficial Reuse Biosolids Page 4 of 85 insurance as required by law and identified in section E. The contractor shall also be responsible for and pay all traffic violations incurred as a result of hauling operations. 3. The contractor shall be responsible for furnishing and maintaining tractor/loaders required to load the stockpiled biosolids, and equipment operators for loading the stockpiled biosolids. 4. The contractor shall provide sufficient facilities and/or land to accommodate 150 percent of the total anticipated amount of biosolids to beneficial reuse during the contract period. Approved regulatory permits for the facilities and/or land to be utilized as the contractor's application area shall be provided with the contractor’s proposal. 5. The contractor shall be responsible for furnishing all equipment, labor and materials for the beneficial reuse operations. The contractor's responsibilities shall include furnishing and maintaining all equipment required to support its operations; furnishing all vehicle operators and support personnel required to support its operations; furnishing all vehicle and support equipment fuel; providing and maintaining full vehicle and equipment insurance, general liability insurance and workers’ compensation insurance as required by law. SPECIAL REQUIREMENTS 1. The contractor selected will be required to enter into a contract with the City. In addition, the contractor will be required to secure and maintain in force throughout the duration of the contract insurance as described in section F. 2. Firms or individuals submitting a proposal and any associate Contractor or subcontractor must be legally qualified in the State of California to practice the work required in this RFP and must hold all licenses and/or registration required by law. MINIMUM QUALIFICATIONS The contractor shall have previous operating experience with similar projects. The contractor shall currently be providing similar services for at least three (3) public agencies and have been in business for minimum of five (5) year performing professional biosolids hauling and composting services in the wastewater field in the state of California. The contractor shall be aware of all applicable regulatory requirements, and shall provide with the proposal all permits required for the proposed project. Proposals submitted with permits currently pending approval by the appropriate regulatory agencies may be considered assuming the proposer can demonstrate to the satisfaction of the City that the permits will be obtained in a manner that will not impact the time constraints of the project. All required permits will be required prior to contract approval. The contractor shall be capable of hauling to the proposed discharge area within (30) days following notice to proceed. ESTIMATED QUANTITIES Estimated annual biosolids production is 3,000 to 4,000 tons per year*. *This value is an approximation only, based on past hauling records and current operation of the WRRF. The proposer shall base its cost proposal on the following constraints; the proposer shall be required to haul up to 100 percent of the biosolids being produced at the City's W RRF to the proposer's beneficial reuse site. The proposer shall provide facilities (land) of sufficient area to accommodate 150 percent of the total estimated biosolids to be hauled. 6.a Packet Pg. 15 Attachment: a - RFP Biolsolids Spec No 91429 (1152 : RFP for Management and Beneficial Reuse of Biosolids) RFP No. 91429 City of San Luis Obispo Management and Beneficial Reuse Biosolids Page 5 of 85 The actual haul schedule shall be arranged between the City and the successful proposer. The proposer shall assume that the quantity of biosolids to be hauled may increase during the wet season, November through April. The City reserves the right to determine the schedule in the case of conflict. OPERATIONAL PROCEDURES AND HAULING SCHEDULES Operational procedures shall be mutually arranged between the City and the successful proposer. The proposer shall provide sufficient trailers, loaders and equipment to remove biosolids continuously generated from the W RRF site at a frequency of not less than semi-monthly (every two weeks). Actual details of scheduling shall be refined with experience. The City may consider alternate hauling schedules as proposed if, in the opinion of the City, the proposed alternative schedule does not impede the operation of the City's WRRF. The proposer shall not assume that the City can store more than 500 cubic yards of biosolids on site. Costs shall be based on a unit cost per ton (2000 pounds). All load weights shall be provided by certified scales and provided to the City with contract invoicing. SLUDGE QUALITY The City shall be responsible for producing PC biosolids that that do not exceed Table 3 requirements for pollutants [40 CFR 503.13], meet alternative 1 [40 CFR 503.33(b)] for vector attraction using Volatile Solids Reduction (VSR) of 38% or greater and meet alternative 2 for Processes to Significantly Reduce Pathogens (PSRP) [40 CFR 503.32(b)(3)] using anaerobic digestion. The City will provide biosolids quality monitoring as required by the 40 CFR 503 regulations. The City's last comprehensive annual biosolids sampling is provided as Appendix 2. The dewatered biosolids come from a screw press and occasionally drying beds. The drying bed biosolids are a loose solids containing approximately 40% solids and resembling soil. The screw press solids are approximately 15% to 20% solids and of moist cake consistency. The majority of biosolids hauled will be from the WRRF’s screw press. The proposer shall provide covered trailers to prevent any loss of biosolids while being transported from the Water Resource Recovery Facility to the final point of application. LOAD WEIGHT It shall be the responsibility of the proposer to ensure that each trailer is loaded to the proper weight. The City shall require the proposer to provide the certified load weight of each vehicle at no additional cost to the City. LICENSING All equipment utilized in connection with this contract shall be fully licensed to operate on the highwa ys of the State of California. All public highway drivers and operators of such equipment shall be fully licensed by the State of California Department of Motor Vehicles. EQUIPMENT CLEANING The proposer shall be responsible for keeping its equipment in neat and clean manner. Major cleaning and servicing of equipment shall not take place at the City's Water Resource Recovery Facility. RULES AND REGULATIONS 6.a Packet Pg. 16 Attachment: a - RFP Biolsolids Spec No 91429 (1152 : RFP for Management and Beneficial Reuse of Biosolids) RFP No. 91429 City of San Luis Obispo Management and Beneficial Reuse Biosolids Page 6 of 85 The proposer shall be aware of existing, revised, proposed and new Federal, State and Local and other rules and regulations covering its activities in connection with this work. Changes in regulations or practices necessitated by any revision in rules and regulations shall be brought to the attention of the City sufficiently in advance of implementation so as to permit adjustment of the schedule or method of operation of the proposer. The City shall not be responsible for notifying the proposer of any changes in rules and regulations regarding the handling and delivery of biosolids that affects its operations. ADDITIONAL SERVICES The City is considering alternative biosolid storage and collection options such as the use of roll-off containers to minimize odors from the operations. Proposers shall provide a description and cost estimate for alternative storage and collections possibilities as a separate itemized cost in their proposal. 6.a Packet Pg. 17 Attachment: a - RFP Biolsolids Spec No 91429 (1152 : RFP for Management and Beneficial Reuse of Biosolids) RFP No. 91429 City of San Luis Obispo Management and Beneficial Reuse Biosolids Page 7 of 85 Section B GENERAL TERMS AND CONDITIONS PROPOSAL REQUIREMENTS 1. Requirement to Meet All Provisions. Each individual or firm submitting a proposal shall meet all of the terms, and conditions of the Request for Proposals (RFP) specifications package. By virtue of its proposal submittal, the proposer acknowledges agreement with and acceptance of all provisions of the RFP specifications. 2. Proposal Submittal. Each proposal must be submitted on the form(s) provided in the specifications and accompanied by any other required submittals or supplemental materials. Proposal documents shall be enclosed in an en velope that shall be sealed and addressed to the Department of Finance, City of San Luis Obispo, 990 Palm Street, San Luis Obispo, CA, 93401. In order to guard against premature opening, the proposal should be clearly labeled with the proposal title, specification number, name of proposer, and date and time of proposal opening. No FAX submittals will be accepted. 3. Insurance Certificate. Each proposal must include a certificate of insurance showing: a. The insurance carrier and its A.M. Best rating. b. Scope of coverage and limits. c. Deductibles and self-insured retention. The purpose of this submittal is to generally assess the adequacy of the proposer’s insurance coverage during proposal evaluation; as discussed under paragraph 12 below, endorsements are not required until contract award. The City’s insurance requirements are detailed in Section E. 4. Proposal Quotes and Unit Price Extensions. The extensions of unit prices for the quantities indicated and the lump sum prices quoted by the proposer must b e entered in figures in the spaces provided on the Proposal Submittal Form(s). Any lump sum bid shall be stated in figures. The Proposal Submittal Form(s) must be totally completed. If the unit price and the total amount stated by any proposer for any ite m are not in agreement, the unit price alone will be considered as representing the proposer's intention and the proposal total will be corrected to conform to the specified unit price. 5. Proposal Withdrawal and Opening. A proposer may withdraw its proposal, without prejudice prior to the time specified for the proposal opening, by submitting a written request to the Director of Finance for its withdrawal, in which event the proposal will be returned to the proposer unopened. No proposal received after the time specified or at any place other than that stated in the "Notice Inviting Bids/Requesting Proposals" will be considered. All proposals will be opened and declared publicly. Proposers or their representatives are invited to be present at the opening of the proposals. 6. Submittal of One Proposal Only. No individual or business entity of any kind shall be allowed to make or file, or to be interested in more than one proposal, except an 6.a Packet Pg. 18 Attachment: a - RFP Biolsolids Spec No 91429 (1152 : RFP for Management and Beneficial Reuse of Biosolids) RFP No. 91429 City of San Luis Obispo Management and Beneficial Reuse Biosolids Page 8 of 85 alternative proposal when specifically requested; however, an individual or business entity that has submitted a sub-proposal to a proposer submitting a proposal, or who has quoted prices on materials to such proposer, is not thereby disqualified from submitting a sub-proposal or from quoting prices to other proposers submitting proposals. 7. Cooperative Purchasing. During the term of the contract, the successful proposer will extend all terms and conditions to any other local governmental agencies upon their request. These agencies will issue their own purchase order s, will directly receive goods or services at their place of business and will be directly billed by the successful proposer. 8. Communications. All timely requests for information submitted in writing will receive a written response from the City. Telephone communications with City staff are not encouraged, but will be permitted. However, any such oral communication shall not be binding on the City. CONTRACT AWARD AND EXECUTION 9. Proposal Retention and Award. The City reserves the right to retain all proposals for a period of 90 days for examination, comparison and to evaluate the impacts of the changes to the Utilities Department’s organizational structure. Since contract meter reading is a significant change to the current meter reading business model, understanding impacts of the change may take additional time to work through before the award of the contract. The City also reserves the right to waive non-substantial irregularities in any proposal, to reject any or all proposals, to reject or delete on e part of a proposal and accept the other, except to the extent that proposals are qualified by specific limitations. See the "special terms and conditions" in Section C of these specifications for proposal evaluation and contract award criteria. 10. Competency and Responsibility of Proposer. The City reserves full discretion to determine the competence and responsibility, professionally and/or financially, of proposers. Proposers will provide, in a timely manner, all information that the City deems necessary to make such a decision. 11. Contract Requirement. The proposer to whom award is made (Contractor) shall execute a written contract with the City within ten (10) calendar days after notice of the award has been sent by mail to it at the address given in its proposal. The contract shall be made in the form adopted by the City and incorporated in these specifications. 12. Insurance Requirements. The Contractor shall provide proof of insurance in the form, coverages and amounts specified in Section E of these specifications within ten (10) calendar days after notice of contract award as a precondition to contract execution. 13. Business License & Tax. The Contractor must have a valid City of San Luis Obispo business license and tax certificate before e xecution of the contract. Additional information regarding the City's business license and tax program may be obtained by calling (805) 781-7134. 6.a Packet Pg. 19 Attachment: a - RFP Biolsolids Spec No 91429 (1152 : RFP for Management and Beneficial Reuse of Biosolids) RFP No. 91429 City of San Luis Obispo Management and Beneficial Reuse Biosolids Page 9 of 85 CONTRACT PERFORMANCE 14. Ability to Perform. The Contractor warrants that it possesses, or has arranged throug h subcontracts, all capital and other equipment, labor, materials, and licenses necessary to carry out and complete the work hereunder in compliance with any and all federal, state, county, city, and special district laws, ordinances, and regulations. 15. Faithful Performance Bond Requirement. The proposer to whom the contract is awarded (Contractor) shall execute the contract and furnish a surety bond in the amount of 6 months of the annual contract price guaranteeing the faithful performance of the contract, including any attorney's fees or other collection costs. 16. Laws to be Observed. The Contractor shall keep itself fully informed of and shall observe and comply with all applicable state and federal laws and county and City of San Luis Obispo ordinances, regulations and adopted codes during its performance of the work. 17. Payment of Taxes. The contract prices shall include full compensation for all taxes that the Contractor is required to pay. 18. Permits and Licenses. The Contractor shall procure all permits and licenses, pay all charges and fees, and give all notices necessary. 19. Safety Provisions. The Contractor shall conform to the rules and regulations pertaining to safety established by OSHA and the California Division of Industrial Safety. 20. Public and Employee Safety. Whenever the Contractor's operations create a condition hazardous to the public or City employees, it shall, at its expense and without cost to the City, furnish, erect and maintain such fences, temporary railings, barricades, lights, sign s and other devices and take such other protective measures as are necessary to prevent accidents or damage or injury to the public and employees. 21. Preservation of City Property. The Contractor shall provide and install suitable safeguards, approved by the City, to protect City property from injury or damage. If City property is injured or damaged resulting from the Contractor's operations, it shall be replaced or restored at the Contractor's expense. The facilities shall be replaced or restored to a condition as good as when the Contractor began work. 22. Immigration Act of 1986. The Contractor warrants on behalf of itself and all subcontractors engaged for the performance of this work that only persons authorized to work in the United States pursuant to the Immigration Reform and Control Act of 1986 and other applicable laws shall be employed in the performance of the work hereunder. 23. Contractor Non-Discrimination. In the performance of this work, the Contractor agrees that it will not engage in, nor permit such subcontractors as it may employ, to engage in discrimination in employment of persons because of age, race, color, sex, national origin or ancestry, sexual orientation, or religion of such persons. 6.a Packet Pg. 20 Attachment: a - RFP Biolsolids Spec No 91429 (1152 : RFP for Management and Beneficial Reuse of Biosolids) RFP No. 91429 City of San Luis Obispo Management and Beneficial Reuse Biosolids Page 10 of 85 24. Work Delays. Should the Contractor be obstructed or delayed in the work required to be done hereunder by changes in the work or by any default, act, or omission of the City, or by strikes, fire, earthquake, or any other Act of God, or by the inability to obtain materials, equipment, or labor due to federal government restrictions arising out of defense or war programs, then the time of completion may, at the City's sole option, be extended for such periods as may be agreed upon by the City and the Contractor. In the event that there is insufficient time to grant such extensions prior to the completion date of the contract, the City may, at the time of acceptance of the work, waive liquidated damages that may have accrued for failure to complete on time, due to any of the above, after hearing evidence as to the reasons for such delay, and making a finding as to the causes of same. 25. Payment Terms. The City's payment terms are 30 days from the receipt of an original invoice and acceptance by the City of the materials, supplies, equipment or services provided by the Contractor (Net 30). 26. Inspection. The Contractor shall furnish City with every reasonable opportunity for City to ascertain that the services of the Contractor are being performed in accordance with the requirements and intentions of this contract. All work done and all materials furnished, if any, shall be subject to the City's inspection and approval. The inspection of such work shall not relieve Contractor of any of its obligations to fulfill its contract requirements. 27. Audit. The City shall have the option of inspecting and/or auditing all records and other written materials used by Contractor in preparing its invoices to City as a condition precedent to any payment to Contractor. 28. Interests of Contractor. The Contractor covenants that it presently has no interest, and shall not acquire any interest—direct, indirect or otherwise—that would conflict in any manner or degree with the performance of the work hereunder. The Contractor further covenants that, in the performance of this work, no subcontractor or person having such an interest shall be employed. The Contractor certifies that no one who has or will have any financial interest in performing this work is an officer or employee of the City. It is hereby expressly agreed that, in the performance of the work hereunder, the Contractor shall at all times be deemed an independent contractor and not an agent or employee of the City. 29. Hold Harmless and Indemnification. The Contractor agrees to defend, indemnify, protect and hold the City and its officials, agents, officers and employees harmless from and against any and all claims asserted or liability established for damages or injuries to any person or property, including injury to the Contractor's employees, agents or officers that arise from or are connected with or are caused or claimed to be caused by the acts or omissions of the Contractor, and its agents, officers or employees, in performing the work or services herein, and all expenses of investigating and defending against same; provided, however, that the Contractor's duty to indemnify and hold harmless shall not include any claims or liability arising from the established sole negligence or willful misconduct of the City, its agents, officers or employees. 6.a Packet Pg. 21 Attachment: a - RFP Biolsolids Spec No 91429 (1152 : RFP for Management and Beneficial Reuse of Biosolids) RFP No. 91429 City of San Luis Obispo Management and Beneficial Reuse Biosolids Page 11 of 85 30. Contract Assignment. The Contractor shall not assign, transfer, convey or otherwise dispose of the contract, or its right, title or interest, or its power to execute such a contract to any individual or business entity of any kind without the previous written consent of t he City. 31. Termination. If, during the term of the contract, the City determines that the Contractor is not faithfully abiding by any term or condition contained herein, the City may notify the Contractor in writing of such defect or failure to perform. This notice must give the Contractor a ten (10) calendar day notice of time thereafter in which to perform said work or cure the deficiency. If the Contractor has not performed the work or cured the deficiency within the ten (10) days specified in the notice, such shall constitute a breach of the contract and the City may terminate the contract immediately by written notice to the Contractor to said effect. Thereafter, neither party shall have any further duties, obligations, responsibilities, or rights under the contract except, however, any and all obligations of the Contractor's surety shall remain in full force and effect, and shall not be extinguished, reduced, or in any manner waived by the termination thereof. In said event, the Contractor shall be entitled to the reasonable value of its services performed from the beginning date in which the breach occurs up to the day it received the City's Notice of Termination, minus any offset from such payment representing the City's damages from such breach. "Reasonable value" includes fees or charges for goods or services as of the last milestone or task satisfactorily delivered or completed by the Contractor as may be set forth in the Agreement payment schedule; compensation for any other work, services or goods performed or provided by the Contractor shall be based solely on the City's assessment of the value of the work-in-progress in completing the overall work scope. The City reserves the right to delay any such payment until completion or confirme d abandonment of the project, as may be determined in the City's sole discretion, so as to permit a full and complete accounting of costs. In no event, however, shall the Contractor be entitled to receive in excess of the compensation quoted in its propos al. 6.a Packet Pg. 22 Attachment: a - RFP Biolsolids Spec No 91429 (1152 : RFP for Management and Beneficial Reuse of Biosolids) RFP No. 91429 City of San Luis Obispo Management and Beneficial Reuse Biosolids Page 12 of 85 Section C PROPOSAL CONTENT AND SELECTION PROCESS PROPOSAL CONTENT 1. Submittal Forms a. Acknowledgement b. Certificate of Insurance c. References from at least three clients for whom you have provided similar services d. Statement of Past Disqualifications 2. Personnel a. An organizational chart of the firm, all key personnel assigned, the year the firm was established and a description of the firm as an individual, partnership, corporation, joint venture, etc. b. Experience of the staff in performing the requested services. c. Name, address, telephone and email contact information of the person to whom correspondence should be directed. d. Resumes of the individuals that would be assigned to this project, to include the following: Education and professional training. Past experience with similar projects. Position responsibilities for key personnel. Name and telephone numbers of references. 3. Firm Qualifications a. Experience of the contractor in performing similar services within the past 5 years. Provide work summary, 4. Project Approach and General Information a. Description of your approach to completing the work, including both your technical and services management approach. b. Services and data that will be provided to the City. c. A list of all equipment and their specifications to be assigned to the proposed services. d. Locations and addresses of business and facilities that will be used to provide services. e. The proposer shall provide all regulatory permits required to implement the proposed beneficial reuse plan. All permits shall be approved by the applicable regulatory agency. Permits currently pending approval by the appropriate regulatory agencies may be considered assuming the proposer can demonstrate to the satisfaction of the City that the permits will be obtained in a manner that will not impact the time constraints of the project. All required permits will be required prior to contract approval. f. Warranties and/or guarantees that the firm will provide to the City regarding performance in providing services. g. Where and how your firm incorporates the elements of the WRRF charter in to the proposed services. h. Any information that would assist the City in making this contract award decision and/or recommended modification to the scope of work that the proposer feels would be desirable. i. How the proposer will coordinate with WRRF operations staff. 5. Proposed Compensation a. Proposed compensation on a price per ton to satisfy all of the requirements specified herein. b. An explanation and example of any base rate included in the proposed price per ton that 6.a Packet Pg. 23 Attachment: a - RFP Biolsolids Spec No 91429 (1152 : RFP for Management and Beneficial Reuse of Biosolids) RFP No. 91429 City of San Luis Obispo Management and Beneficial Reuse Biosolids Page 13 of 85 includes, but is not limited to, an annual Customer Price Index (CPI) increase and/or a fuel surcharge. 6. Proposal Length and Copies a. Proposals should be the minimum length to provide the required information. Charts and other short form approaches to conveying information are encouraged. b. 5 copies of the proposal (printed double sided) must be submitted. c. 1 pdf format electronic copy must be submitted on CD or flash drive. PROPOSAL EVALUATION AND CONTRACTOR SELECTION Proposals will be evaluated by a review committee and contract award process as follows: 7. Written Proposal Review/Finalist Candidate Selection Proposals will be reviewed and evaluated by a selection committee based on the following criteria: a. Quality, clarity and responsiveness of the proposal b. Understanding of the work required by the City c. Proposed approach in providing the service d. Demonstrated competence and professional qualifications of the proposed team, including the project manager and key team members e. History of regulatory compliance f. Reliability/flexibility of the proposal to provide the City with guaranteed biosolids beneficial reuse. g. Proposed mechanism for beneficial reuse of biosolids. Preference may be given to those proposals offering operational flexibility, local projects or locations, nexus with the WRRF charter. h. Proposed approach for working effectively with the City staff i. Degree of protection of the City from present and future liability regarding biosolids beneficial reuse j. Proposed approach in providing the service k. Proposed schedule l. References m. Proposed fee 8. Proposal Review and Award Schedule The following is an outline of the anticipated schedule for proposal review and contract award: Issue RFP……………………………………………… 11/04/15 Receive proposals……………………………………. 12/10/15 Complete proposal evaluation………………………. 12/18/15 Finalize staff recommendation………………………. 12/21/15 Award and execute contract.………………………… 01/15/16 Start work………………………………………………. 02/01/16 6.a Packet Pg. 24 Attachment: a - RFP Biolsolids Spec No 91429 (1152 : RFP for Management and Beneficial Reuse of Biosolids) RFP No. 91429 City of San Luis Obispo Management and Beneficial Reuse Biosolids Page 14 of 85 Section D FORM OF AGREEMENT AGREEMENT THIS AGREEMENT is made and entered into in the City of San Luis Obispo on ___________________________ by and between the CITY OF SAN LUIS OBISPO, a municipal corporation, hereinafter referred to as City, and [CONTRACTOR’S NAME IN CAPITAL LETTERS], hereinafter referred to as Contractor. W I T N E S S E T H WHEREAS, on [date], requested proposals for Management and Beneficial Reuse of Biosolids per Specification No. 91429. WHEREAS, pursuant to said request, Contractor submitted a proposal that was accepted by City for said services. NOW THEREFORE, in consideration of their mutual promises, obligations and covenants hereinafter contained, the parties hereto agree as follows: 1. TERM. The term of this Agreement shall be from the date this Agreement is made and entered, as first written above, for five years with the option to extend for an additional five years. 2. INCORPORATION BY REFERENCE. City Specification No. 91429 and Contractor's proposal dated [date], are hereby incorporated in and made a part of this Agreement. 3. CITY'S OBLIGATIONS. For providing services as specified in City Specification No. 91429, City will pay and Contractor shall receive therefor Contract compensation in a total sum not to exceed [$ .00 ]. [Estimated Quantity Contract] payments based upon the actual quantities ordered and received by City and the unit prices bid by Contractor. [Other Payment Method] department prepares appropriate contract language or refers to an exhibit "attached hereto and incorporated into this Agreement.” 4. CONTRACTOR'S OBLIGATIONS. For and in consideration of the payments and agreements hereinbefore mentioned to be made and performed by City, Contractor agrees with City to do everything required by this Agreement and the said City Specification No. 91429. 5. AMENDMENTS. Any amendment, modification or variation from the terms of this Agreement shall be in writing and shall be effective only upon approval by the City Manager of the City. 6. COMPLETE AGREEMENT. This written Agreement, including all writings specifically incorporated herein by reference, shall constitute the complete agreement between the parties hereto. No oral agreement, understanding or representation not reduced to writing and specifically incorporated herein shall be of an y force or effect, nor shall any such oral agreement, understanding or representation be binding upon the parties hereto. 6.a Packet Pg. 25 Attachment: a - RFP Biolsolids Spec No 91429 (1152 : RFP for Management and Beneficial Reuse of Biosolids) RFP No. 91429 City of San Luis Obispo Management and Beneficial Reuse Biosolids Page 15 of 85 7. NOTICE. All written notices to the parties hereto shall be sent by United States mail, postage prepaid by registered or certified mail addressed as follows: City City Clerk City of San Luis Obispo 990 Palm Street San Luis Obispo, CA 93401 Contractor Name Address 8. AUTHORITY TO EXECUTE AGREEMENT. Both City and Contractor do covenant that each individual executing this agreement on behalf of each party is a person duly authorized and empowered to execute Agreements for such party. IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed the day and year fir st above written. ATTEST: CITY OF SAN LUIS OBISPO ________________________________ By:_____________________________________ City Clerk City Manager APPROVED AS TO FORM: CONTRACTOR ________________________________ By: _____________________________________ City Attorney 6.a Packet Pg. 26 Attachment: a - RFP Biolsolids Spec No 91429 (1152 : RFP for Management and Beneficial Reuse of Biosolids) RFP No. 91429 City of San Luis Obispo Management and Beneficial Reuse Biosolids Page 16 of 85 Section E PROPOSAL SUBMITTAL FORMS ACKNOWLEDGEMENT The undersigned declares that she or he:  Has carefully examined Specification No. 91429  Is thoroughly familiar with its content  Is authorized to represent the proposing firm; and  Agrees to perform the work as set forth in the specification and this proposal. Firm Name and Address: Contact Name: Email: Fax: Phone: Signature of Authorized Representative: Date: INSURANCE CERTIFICATE Insurance Company’s A.M. Best Rating Certificate of insurance attached 6.a Packet Pg. 27 Attachment: a - RFP Biolsolids Spec No 91429 (1152 : RFP for Management and Beneficial Reuse of Biosolids) RFP No. 91429 City of San Luis Obispo Management and Beneficial Reuse Biosolids Page 17 of 85 STATEMENT OF PAST CONTRACT DISQUALIFICATIONS The Contractor shall state whether it or any of its officers or employees who have a proprietary interest in it, has ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of the violation of law, a safety regulation, or for any other reason, including but not limited to financial difficulties, project delays, or disputes regarding work or product quality, and if so to explain the circumstances. Do you have any disqualification as described in the above paragraph to declare? Yes No If yes, explain the circumstances. Executed on ______________________at _______________________________________ under penalty of perjury of the laws of the State of California, that the foregoing is true and correct. ______________________________________ Signature of Authorized Contractor Representative REFERENCES Number of years engaged in providing the services included within the scope of the specifications under the present business name: _________ Describe fully the last three contracts performed by your firm that demonstrate your ability to provide the services included with the scope of the specifications. Attach additional pages if required. The City reserves the right to contact each of the references listed for additional information regarding your firm's qualifications. Reference No. 1 Customer Name Contact Individual Telephone & Email Street Address City, State, Zip Code Date of Services Contract Amount Description of Services 6.a Packet Pg. 28 Attachment: a - RFP Biolsolids Spec No 91429 (1152 : RFP for Management and Beneficial Reuse of Biosolids) RFP No. 91429 City of San Luis Obispo Management and Beneficial Reuse Biosolids Page 18 of 85 Project Outcome Reference No. 2 Customer Name Contact Individual Telephone & Email Street Address City, State, Zip Code Date of Services Contract Amount Description of Services Project Outcome Reference No. 3 Customer Name Contact Individual Telephone & Email Street Address City, State, Zip Code Date of Services Contract Amount Description of Services 6.a Packet Pg. 29 Attachment: a - RFP Biolsolids Spec No 91429 (1152 : RFP for Management and Beneficial Reuse of Biosolids) RFP No. 91429 City of San Luis Obispo Management and Beneficial Reuse Biosolids Page 19 of 85 Project Outcome 6.a Packet Pg. 30 Attachment: a - RFP Biolsolids Spec No 91429 (1152 : RFP for Management and Beneficial Reuse of Biosolids) RFP No. 91429 City of San Luis Obispo Management and Beneficial Reuse Biosolids Page 20 of 85 Section F INSURANCE REQUIREMENTS: Operations and Maintenance The Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property that may arise from or in connection with the performance of the work hereunder by the Contractor, its agents, representatives, employees or subcontractors. Minimum Scope of Insurance. Coverage shall be at least as broad as: 1. Insurance Services Office Commercial General Liability coverage (occurrence form CG 20 10 Prior to 1993 or CG 20 10 07 04 with CG 20 37 10 01 or the exact equivalent as determined by the City). 2. Insurance Services Office form number CA 0001 (Ed. 1/87) covering Automobile Liability, code 1 (any auto). 3. Workers' Compensation insurance as required by the State of California and Employer's Liability Insurance. Minimum Limits of Insurance. Contractor shall maintain limits no less than: 1. General Liability: $1,000,000 per occurrence for bodily injury, personal injury and property damage. If Commercial General Liability or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. 2. Automobile Liability: $1,000,000 per accident for bodily injury and property damage. 3. Employer's Liability: $1,000,000 per accident for bodily injury or disease. Deductibles and Self-Insured Retentions. Any deductibles or self-insured retentions 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-insured retentions as respects the City, its officers, officials, employees and volunteers; or the Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. 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, agents and volunteers are to be covered as insureds as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the Contractor; premises owned, occupied or used by the Contractor; or automobiles owned leased, hired or borrowed by the Contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officers, official, employees, agents or volunteers. 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, agents and volunteers. Any insurance or self-insurance maintained by the City, its officers, officials, employees, agents or volunteers shall be excess of the Contractor's insurance and shall not contribute with it. 3. The Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. 6.a Packet Pg. 31 Attachment: a - RFP Biolsolids Spec No 91429 (1152 : RFP for Management and Beneficial Reuse of Biosolids) RFP No. 91429 City of San Luis Obispo Management and Beneficial Reuse Biosolids Page 21 of 85 4. Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to the City. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best's rating of no less than A:VII. Verification of Coverage. Contractor shall furnish the City with a certificate of insurance showing required coverage. Original endorsements effecting general liability and automobile liability coverage are also required by this clause. The endorsements are to be signed by a person authorized by that insurer to bind coverage on its behalf. All endorsements are to be received and approved by the City before work commences. Subcontractors. Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the requirements stated herein. 6.a Packet Pg. 32 Attachment: a - RFP Biolsolids Spec No 91429 (1152 : RFP for Management and Beneficial Reuse of Biosolids) RFP No. 91429 City of San Luis Obispo Management and Beneficial Reuse Biosolids Page 22 of 85 Section G APPENDICES Appendix 1: Program Charter 6.a Packet Pg. 33 Attachment: a - RFP Biolsolids Spec No 91429 (1152 : RFP for Management and Beneficial Reuse of Biosolids) RFP No. 91429 City of San Luis Obispo Management and Beneficial Reuse Biosolids Page 23 of 85 Appendix 2: 2014 ATTACHMENT I Page I-1 BIOSOLIDS SOURCE AND ANALYSIS RECORD WDR 99-1 Table I Source: Belt Press Cake Date of sample: 10/6/14 Wastewater Treatment Plant: City of San Luis Obispo Water Reclamation Facility Mailing Address: 35 Prado Road, San Luis Obispo CA, 93401 Contact Person: Anne C. Fairchild Phone: 805 781-7242 Method of pathogen reduction: Composting Method of vector attraction reduction: Composting (Reference methods to CFR Title 40, Part 503) Constituent Concentrations Constituent Result 503 Exceptional Quality Ceilings Reporting Unit or Method Collection Date Arsenic ND 41 mg/kg, dry weight 10/6/2014 Cadmium ND 39 mg/kg, dry weight 10/6/2014 Chromium 14.8 1200 mg/kg, dry weight 10/6/2014 Copper 399 1500 mg/kg, dry weight 10/6/2014 Lead 9.86 300 mg/k-, dry weight 10/6/2014 Mercury 0.417 17 mg/kg, dry weight 10/6/2014 Molybdenum 7.15 -- mg/kg, dry weight 10/6/2014 Nickel 14.7 420 mg/k-, dry weight 10/6/2014 Selenium 6.09 36 mg/kg, dry weight 10/6/2014 Zinc 572 2800 mg/kg, dry weight 10/6/2014 pH 7.8 10/6/2014 Total Solids content 26.7% % 10/6/2014 Total Nitrogen 28400 mg/kg, dry weight 10/6/2014 Fecal Coliform 19100 MPN/gram 10/6/2014 Total Phosphorous, as P 11900 mg/kg, dry weight 10/6/2014 6.a Packet Pg. 34 Attachment: a - RFP Biolsolids Spec No 91429 (1152 : RFP for Management and Beneficial Reuse of Biosolids) RFP No. 91429 City of San Luis Obispo Management and Beneficial Reuse Biosolids Page 24 of 85 Constituent Result 503 Exceptional Quality Ceilings Reporting Unit or Method Collection Date Various (PCB’s) See Attached Lab EPA Method 8082 10/6/2014 Various Semi-Volatile Organics See Attached Lab EPA Method 8270c 10/6/2014 C:\Documents and Settings\Jim.ENGELANDGRAY\Local Settings\Temporary Internet Files\OLK9E\AccepTestBlank.wpd 6.a Packet Pg. 35 Attachment: a - RFP Biolsolids Spec No 91429 (1152 : RFP for Management and Beneficial Reuse of Biosolids) RFP No. 91429 City of San Luis Obispo Management and Beneficial Reuse Biosolids Page 25 of 85 6.a Packet Pg. 36 Attachment: a - RFP Biolsolids Spec No 91429 (1152 : RFP for Management and Beneficial Reuse of Biosolids) RFP No. 91429 City of San Luis Obispo Management and Beneficial Reuse Biosolids Page 26 of 85 6.a Packet Pg. 37 Attachment: a - RFP Biolsolids Spec No 91429 (1152 : RFP for Management and Beneficial Reuse of Biosolids) RFP No. 91429 City of San Luis Obispo Management and Beneficial Reuse Biosolids Page 27 of 85 6.a Packet Pg. 38 Attachment: a - RFP Biolsolids Spec No 91429 (1152 : RFP for Management and Beneficial Reuse of Biosolids) RFP No. 91429 City of San Luis Obispo Management and Beneficial Reuse Biosolids Page 28 of 85 6.a Packet Pg. 39 Attachment: a - RFP Biolsolids Spec No 91429 (1152 : RFP for Management and Beneficial Reuse of Biosolids) RFP No. 91429 City of San Luis Obispo Management and Beneficial Reuse Biosolids Page 29 of 85 6.a Packet Pg. 40 Attachment: a - RFP Biolsolids Spec No 91429 (1152 : RFP for Management and Beneficial Reuse of Biosolids) RFP No. 91429 City of San Luis Obispo Management and Beneficial Reuse Biosolids Page 30 of 85 6.a Packet Pg. 41 Attachment: a - RFP Biolsolids Spec No 91429 (1152 : RFP for Management and Beneficial Reuse of Biosolids) RFP No. 91429 City of San Luis Obispo Management and Beneficial Reuse Biosolids Page 31 of 85 6.a Packet Pg. 42 Attachment: a - RFP Biolsolids Spec No 91429 (1152 : RFP for Management and Beneficial Reuse of Biosolids) RFP No. 91429 City of San Luis Obispo Management and Beneficial Reuse Biosolids Page 32 of 85 6.a Packet Pg. 43 Attachment: a - RFP Biolsolids Spec No 91429 (1152 : RFP for Management and Beneficial Reuse of Biosolids) RFP No. 91429 City of San Luis Obispo Management and Beneficial Reuse Biosolids Page 33 of 85 6.a Packet Pg. 44 Attachment: a - RFP Biolsolids Spec No 91429 (1152 : RFP for Management and Beneficial Reuse of Biosolids) RFP No. 91429 City of San Luis Obispo Management and Beneficial Reuse Biosolids Page 34 of 85 6.a Packet Pg. 45 Attachment: a - RFP Biolsolids Spec No 91429 (1152 : RFP for Management and Beneficial Reuse of Biosolids) RFP No. 91429 City of San Luis Obispo Management and Beneficial Reuse Biosolids Page 35 of 85 6.a Packet Pg. 46 Attachment: a - RFP Biolsolids Spec No 91429 (1152 : RFP for Management and Beneficial Reuse of Biosolids) RFP No. 91429 City of San Luis Obispo Management and Beneficial Reuse Biosolids Page 36 of 85 6.a Packet Pg. 47 Attachment: a - RFP Biolsolids Spec No 91429 (1152 : RFP for Management and Beneficial Reuse of Biosolids) RFP No. 91429 City of San Luis Obispo Management and Beneficial Reuse Biosolids Page 37 of 85 6.a Packet Pg. 48 Attachment: a - RFP Biolsolids Spec No 91429 (1152 : RFP for Management and Beneficial Reuse of Biosolids) RFP No. 91429 City of San Luis Obispo Management and Beneficial Reuse Biosolids Page 38 of 85 6.a Packet Pg. 49 Attachment: a - RFP Biolsolids Spec No 91429 (1152 : RFP for Management and Beneficial Reuse of Biosolids) RFP No. 91429 City of San Luis Obispo Management and Beneficial Reuse Biosolids Page 39 of 85 6.a Packet Pg. 50 Attachment: a - RFP Biolsolids Spec No 91429 (1152 : RFP for Management and Beneficial Reuse of Biosolids) RFP No. 91429 City of San Luis Obispo Management and Beneficial Reuse Biosolids Page 40 of 85 6.a Packet Pg. 51 Attachment: a - RFP Biolsolids Spec No 91429 (1152 : RFP for Management and Beneficial Reuse of Biosolids) RFP No. 91429 City of San Luis Obispo Management and Beneficial Reuse Biosolids Page 41 of 85 6.a Packet Pg. 52 Attachment: a - RFP Biolsolids Spec No 91429 (1152 : RFP for Management and Beneficial Reuse of Biosolids) RFP No. 91429 City of San Luis Obispo Management and Beneficial Reuse Biosolids Page 42 of 85 6.a Packet Pg. 53 Attachment: a - RFP Biolsolids Spec No 91429 (1152 : RFP for Management and Beneficial Reuse of Biosolids) RFP No. 91429 City of San Luis Obispo Management and Beneficial Reuse Biosolids Page 43 of 85 6.a Packet Pg. 54 Attachment: a - RFP Biolsolids Spec No 91429 (1152 : RFP for Management and Beneficial Reuse of Biosolids) RFP No. 91429 City of San Luis Obispo Management and Beneficial Reuse Biosolids Page 44 of 85 6.a Packet Pg. 55 Attachment: a - RFP Biolsolids Spec No 91429 (1152 : RFP for Management and Beneficial Reuse of Biosolids) RFP No. 91429 City of San Luis Obispo Management and Beneficial Reuse Biosolids Page 45 of 85 6.a Packet Pg. 56 Attachment: a - RFP Biolsolids Spec No 91429 (1152 : RFP for Management and Beneficial Reuse of Biosolids) RFP No. 91429 City of San Luis Obispo Management and Beneficial Reuse Biosolids Page 46 of 85 6.a Packet Pg. 57 Attachment: a - RFP Biolsolids Spec No 91429 (1152 : RFP for Management and Beneficial Reuse of Biosolids) RFP No. 91429 City of San Luis Obispo Management and Beneficial Reuse Biosolids Page 47 of 85 6.a Packet Pg. 58 Attachment: a - RFP Biolsolids Spec No 91429 (1152 : RFP for Management and Beneficial Reuse of Biosolids) RFP No. 91429 City of San Luis Obispo Management and Beneficial Reuse Biosolids Page 48 of 85 6.a Packet Pg. 59 Attachment: a - RFP Biolsolids Spec No 91429 (1152 : RFP for Management and Beneficial Reuse of Biosolids) RFP No. 91429 City of San Luis Obispo Management and Beneficial Reuse Biosolids Page 49 of 85 6.a Packet Pg. 60 Attachment: a - RFP Biolsolids Spec No 91429 (1152 : RFP for Management and Beneficial Reuse of Biosolids) RFP No. 91429 City of San Luis Obispo Management and Beneficial Reuse Biosolids Page 50 of 85 6.a Packet Pg. 61 Attachment: a - RFP Biolsolids Spec No 91429 (1152 : RFP for Management and Beneficial Reuse of Biosolids) RFP No. 91429 City of San Luis Obispo Management and Beneficial Reuse Biosolids Page 51 of 85 6.a Packet Pg. 62 Attachment: a - RFP Biolsolids Spec No 91429 (1152 : RFP for Management and Beneficial Reuse of Biosolids) RFP No. 91429 City of San Luis Obispo Management and Beneficial Reuse Biosolids Page 52 of 85 6.a Packet Pg. 63 Attachment: a - RFP Biolsolids Spec No 91429 (1152 : RFP for Management and Beneficial Reuse of Biosolids) RFP No. 91429 City of San Luis Obispo Management and Beneficial Reuse Biosolids Page 53 of 85 6.a Packet Pg. 64 Attachment: a - RFP Biolsolids Spec No 91429 (1152 : RFP for Management and Beneficial Reuse of Biosolids) RFP No. 91429 City of San Luis Obispo Management and Beneficial Reuse Biosolids Page 54 of 85 6.a Packet Pg. 65 Attachment: a - RFP Biolsolids Spec No 91429 (1152 : RFP for Management and Beneficial Reuse of Biosolids) RFP No. 91429 City of San Luis Obispo Management and Beneficial Reuse Biosolids Page 55 of 85 6.a Packet Pg. 66 Attachment: a - RFP Biolsolids Spec No 91429 (1152 : RFP for Management and Beneficial Reuse of Biosolids) RFP No. 91429 City of San Luis Obispo Management and Beneficial Reuse Biosolids Page 56 of 85 6.a Packet Pg. 67 Attachment: a - RFP Biolsolids Spec No 91429 (1152 : RFP for Management and Beneficial Reuse of Biosolids) RFP No. 91429 City of San Luis Obispo Management and Beneficial Reuse Biosolids Page 57 of 85 6.a Packet Pg. 68 Attachment: a - RFP Biolsolids Spec No 91429 (1152 : RFP for Management and Beneficial Reuse of Biosolids) RFP No. 91429 City of San Luis Obispo Management and Beneficial Reuse Biosolids Page 58 of 85 6.a Packet Pg. 69 Attachment: a - RFP Biolsolids Spec No 91429 (1152 : RFP for Management and Beneficial Reuse of Biosolids) RFP No. 91429 City of San Luis Obispo Management and Beneficial Reuse Biosolids Page 59 of 85 6.a Packet Pg. 70 Attachment: a - RFP Biolsolids Spec No 91429 (1152 : RFP for Management and Beneficial Reuse of Biosolids) RFP No. 91429 City of San Luis Obispo Management and Beneficial Reuse Biosolids Page 60 of 85 6.a Packet Pg. 71 Attachment: a - RFP Biolsolids Spec No 91429 (1152 : RFP for Management and Beneficial Reuse of Biosolids) RFP No. 91429 City of San Luis Obispo Management and Beneficial Reuse Biosolids Page 61 of 85 6.a Packet Pg. 72 Attachment: a - RFP Biolsolids Spec No 91429 (1152 : RFP for Management and Beneficial Reuse of Biosolids) RFP No. 91429 City of San Luis Obispo Management and Beneficial Reuse Biosolids Page 62 of 85 6.a Packet Pg. 73 Attachment: a - RFP Biolsolids Spec No 91429 (1152 : RFP for Management and Beneficial Reuse of Biosolids) RFP No. 91429 City of San Luis Obispo Management and Beneficial Reuse Biosolids Page 63 of 85 6.a Packet Pg. 74 Attachment: a - RFP Biolsolids Spec No 91429 (1152 : RFP for Management and Beneficial Reuse of Biosolids) RFP No. 91429 City of San Luis Obispo Management and Beneficial Reuse Biosolids Page 64 of 85 6.a Packet Pg. 75 Attachment: a - RFP Biolsolids Spec No 91429 (1152 : RFP for Management and Beneficial Reuse of Biosolids) RFP No. 91429 City of San Luis Obispo Management and Beneficial Reuse Biosolids Page 65 of 85 6.a Packet Pg. 76 Attachment: a - RFP Biolsolids Spec No 91429 (1152 : RFP for Management and Beneficial Reuse of Biosolids) RFP No. 91429 City of San Luis Obispo Management and Beneficial Reuse Biosolids Page 66 of 85 6.a Packet Pg. 77 Attachment: a - RFP Biolsolids Spec No 91429 (1152 : RFP for Management and Beneficial Reuse of Biosolids) RFP No. 91429 City of San Luis Obispo Management and Beneficial Reuse Biosolids Page 67 of 85 6.a Packet Pg. 78 Attachment: a - RFP Biolsolids Spec No 91429 (1152 : RFP for Management and Beneficial Reuse of Biosolids) RFP No. 91429 City of San Luis Obispo Management and Beneficial Reuse Biosolids Page 68 of 85 6.a Packet Pg. 79 Attachment: a - RFP Biolsolids Spec No 91429 (1152 : RFP for Management and Beneficial Reuse of Biosolids) RFP No. 91429 City of San Luis Obispo Management and Beneficial Reuse Biosolids Page 69 of 85 6.a Packet Pg. 80 Attachment: a - RFP Biolsolids Spec No 91429 (1152 : RFP for Management and Beneficial Reuse of Biosolids) RFP No. 91429 City of San Luis Obispo Management and Beneficial Reuse Biosolids Page 70 of 85 6.a Packet Pg. 81 Attachment: a - RFP Biolsolids Spec No 91429 (1152 : RFP for Management and Beneficial Reuse of Biosolids) RFP No. 91429 City of San Luis Obispo Management and Beneficial Reuse Biosolids Page 71 of 85 6.a Packet Pg. 82 Attachment: a - RFP Biolsolids Spec No 91429 (1152 : RFP for Management and Beneficial Reuse of Biosolids) RFP No. 91429 City of San Luis Obispo Management and Beneficial Reuse Biosolids Page 72 of 85 6.a Packet Pg. 83 Attachment: a - RFP Biolsolids Spec No 91429 (1152 : RFP for Management and Beneficial Reuse of Biosolids) RFP No. 91429 City of San Luis Obispo Management and Beneficial Reuse Biosolids Page 73 of 85 6.a Packet Pg. 84 Attachment: a - RFP Biolsolids Spec No 91429 (1152 : RFP for Management and Beneficial Reuse of Biosolids) RFP No. 91429 City of San Luis Obispo Management and Beneficial Reuse Biosolids Page 74 of 85 6.a Packet Pg. 85 Attachment: a - RFP Biolsolids Spec No 91429 (1152 : RFP for Management and Beneficial Reuse of Biosolids) RFP No. 91429 City of San Luis Obispo Management and Beneficial Reuse Biosolids Page 75 of 85 6.a Packet Pg. 86 Attachment: a - RFP Biolsolids Spec No 91429 (1152 : RFP for Management and Beneficial Reuse of Biosolids) RFP No. 91429 City of San Luis Obispo Management and Beneficial Reuse Biosolids Page 76 of 85 6.a Packet Pg. 87 Attachment: a - RFP Biolsolids Spec No 91429 (1152 : RFP for Management and Beneficial Reuse of Biosolids) RFP No. 91429 City of San Luis Obispo Management and Beneficial Reuse Biosolids Page 77 of 85 6.a Packet Pg. 88 Attachment: a - RFP Biolsolids Spec No 91429 (1152 : RFP for Management and Beneficial Reuse of Biosolids) RFP No. 91429 City of San Luis Obispo Management and Beneficial Reuse Biosolids Page 78 of 85 6.a Packet Pg. 89 Attachment: a - RFP Biolsolids Spec No 91429 (1152 : RFP for Management and Beneficial Reuse of Biosolids) RFP No. 91429 City of San Luis Obispo Management and Beneficial Reuse Biosolids Page 79 of 85 6.a Packet Pg. 90 Attachment: a - RFP Biolsolids Spec No 91429 (1152 : RFP for Management and Beneficial Reuse of Biosolids) RFP No. 91429 City of San Luis Obispo Management and Beneficial Reuse Biosolids Page 80 of 85 6.a Packet Pg. 91 Attachment: a - RFP Biolsolids Spec No 91429 (1152 : RFP for Management and Beneficial Reuse of Biosolids) RFP No. 91429 City of San Luis Obispo Management and Beneficial Reuse Biosolids Page 81 of 85 6.a Packet Pg. 92 Attachment: a - RFP Biolsolids Spec No 91429 (1152 : RFP for Management and Beneficial Reuse of Biosolids) RFP No. 91429 City of San Luis Obispo Management and Beneficial Reuse Biosolids Page 82 of 85 6.a Packet Pg. 93 Attachment: a - RFP Biolsolids Spec No 91429 (1152 : RFP for Management and Beneficial Reuse of Biosolids) RFP No. 91429 City of San Luis Obispo Management and Beneficial Reuse Biosolids Page 83 of 85 6.a Packet Pg. 94 Attachment: a - RFP Biolsolids Spec No 91429 (1152 : RFP for Management and Beneficial Reuse of Biosolids) RFP No. 91429 City of San Luis Obispo Management and Beneficial Reuse Biosolids Page 84 of 85 6.a Packet Pg. 95 Attachment: a - RFP Biolsolids Spec No 91429 (1152 : RFP for Management and Beneficial Reuse of Biosolids) RFP No. 91429 City of San Luis Obispo Management and Beneficial Reuse Biosolids Page 85 of 85 6.a Packet Pg. 96 Attachment: a - RFP Biolsolids Spec No 91429 (1152 : RFP for Management and Beneficial Reuse of Biosolids) Meeting Date: 11/3/2015 FROM: Daryl Grigsby, Director of Public Works Prepared By: Gerardo Carrillo, Engineer II SUBJECT: CDBG CURB RAMPS 2015, SPECIFICATION NO. 91308 RECOMMENDATION 1. Award a contract to Maino Construction Company, Inc. for the construction of the CDBG Curb Ramps 2015 project, for the lowest responsible base bid amount of $238,000, and additive alternate bid of $26,000, for a total contract amount of $264,000. 2. Approve the transfer of $130,000 from the Master Street Reconstruction and Resurfacing Account to this project’s construction phase. DISCUSSION Background This project is part of an ongoing program to construct sidewalk ramps throughout the City of San Luis Obispo. The program is funded through Community Development Block Grant (CDBG) and City General funds. The ramps provide access, and implement the requirements of the Americans with Disabilities Act (ADA) and state accessibility requirements. As such, they meet one of the basic criteria of CDBG funding – to remove barriers to disabled access. Bids and Award Recommendation On August 18, 2015, the City Council authorized advertisement of the CDBG Curb Ramps 2015 project with award by the City Manager if the bids were within the Engineer’s Estimate (Attachment A). The bid opening occurred on Thursday October 1, 2015 and Maino Construction Company was determined to be the lowest responsive bidder (Attachment B). Maino Construction’s base bid exceeds the Engineer’s Estimate, requiring Council award. All three bids were higher than the Engineer’s Estimate of $170,000, with Maino Construction’s base bid of $238,000, being the lowest. The difference in costs is attributed to the rapid increase in construction activity around the County. An increase was anticipated during preparation of the Engineer’s Estimate, but not of the magnitude seen in the bids. The project was bid with an additive alternate in addition to the base bid. An additive alternative provides some flexibility in awarding the contract in the event bids were over the estimate. An additive alternative allows the project scope to be reduced without rebidding the project. The project is being recommended for award, including the additive alternate, as cost of the additional work is minimal compared to the benefit. The project as a whole removes the 7 Packet Pg. 97 remaining ramp accessibility barriers along Los Osos Valley and Madonna Roads and brings these streets into accessibility compliance. In addition to the pedestrian ramp upgrades, both streets are in need of extensive roadway repairs. The needed roadway repairs will also trigger the construction of these same ramps, under accessibility laws. Therefore, constructing all of the ramps now enables the City to rapidly complete roadway repairs in the event a revenue source is secured. After sealed bids were publicly opened, Public Works staff evaluated the bid documents for cost and responsiveness. All bids were reviewed for mathematical errors and were then ranked from lowest to highest. A bid summary sheet has been created and provided as Attachment B to this report. The lowest bid package was then reviewed in more detail to assure responsiveness. In the case of federally funded projects, the established Disadvantaged Business Enterprise (DBE) goal must be met or documentation of a “good faith effort” must be provided by the contractor. A “good faith effort” documents the contractor’s effort to obtain project DBE participation. This effort includes such things as dividing the work up to make specialized areas of the work available to DBEs, and advertising and direct contact with known DBEs. The lowest bidder, Maino Construction, submitted a complete and responsive bid package. Almost half of their DBE goal is met by hiring a DBE subcontractor to handle the demolition, trucking and grading work for the project. In addition, they provided the necessary information that shows that a “good faith effort” was performed by the contractor. Even though the bid is higher than originally anticipated, their proposal preparation indicates that they are prepared to complete the work as required. It is important to complete this work in advance of future paving projects on Madonna and Los Osos Valley Roads. Staff recommends moving forward with this contractor to avoid delays, impacts and costs associated with re-bidding. FISCAL IMPACT This project is included in the 2013-15 Financial Plan, pages 3-295 to 3-297. The project was originally budgeted at $105,000. The budget was increased to $152,892, as shown in Attachment D, Resolution No. 10510 (2014 Series). Also, the remaining $8,921 from the CDBG Curb Ramps 2012 project is available to support this project. Lastly, additional funds to support this request are also available in the Street Reconstruction and Resurfacing Master Account, which has a current available balance of $1,436,817 for construction. The large dollar amount in the Street Reconstruction and Resurfacing Master Account reflects money that will be used for the 2016 Slurry Sealing project. Use of Street Reconstruction and Resurfacing Master Account funding is appropriate as curb ramp installation is an integral component of major street paving work. Staff anticipates there will be enough money to complete the 2016 Slurry Sealing Project if the $130,000 is allocated to the CDBG 2015 Curb Ramp Project. 7 Packet Pg. 98 CDBG CURB RAMPS 2015, SPECIFICATION NO. 91308 Funding by source Construction Costs 2015 Sidewalk Ramps (99868): $161,813 Construction: $264,000  CDBG Funds: $152,892 Contingencies: $25,813  2012 CDBG: $8,921 Materials Testing: $1,500 R&R Master Account (90346): $130,000 Printing: $500 Total Funding $291,813 Total for Construction* $291,813 *Any remaining funding will be returned to the Street Reconstruction and Resurfacing Master Account. ALTERNATIVES 1. Reject all bids and direct staff to re-advertise the project. The City Council may choose to reject all bids and direct staff to re-bid a smaller project. This alternative is not recommended because this will delay the project without guaranteeing future bid am ounts will be lower. The ramps will need to be constructed prior to completion of the next street resurfacing project. 2. Award without the Additive Alternate. The City Council may choose to award the project’s base bid without including the additive alternate. Staff does not recommend this option because the cost of the additional work is minimal compared to the benefit it provides to long–term pedestrian access. Attachments: a - Council Agenda Report authorizing advertising b - Bid summary c - Contract, Maino Construction d - Resolution No.10510 (2014 Series) 7 Packet Pg. 99 City of San Luis Obispo, Council Agenda Report, Meeting Date, Item Number FROM: Daryl Grigsby, Director of Public Works Prepared By: Gerardo Carrillo, Engineer II SUBJECT: CDBG CURB RAMPS 2015, SPECIFICATION NO. 91308 RECOMMENDATION 1. Approve Plans and Specifications for the Community Development Block Grant (CDBG) Curb Ramps 2015 project, Specification No. 91308. 2. Authorize staff to advertise for bids and authorize the City Manager to award the contract if the lowest responsible bid is within the Engineer’s Estimate of $170,000. DISCUSSION Background This project is part of an ongoing program to construct sidewalk ramps throughout the City of San Luis Obispo. The program is partially funded through Community Development Block Grant (CDBG) and City General funds. The ramps provide access, and implement the requirements of the Americans with Disabilities Act (ADA) and state accessibility requirements. As such, they meet one of the basic criteria of CDBG funding – to provide access to the disabled. In anticipation of future paving work to arterial streets such as Los Osos Valley Road and Madonna Road, non-compliant curb ramps will be upgraded. The project has Eighteen (18) corners with existing ramps that do not meet current accessibility regulations. This project will consist of removing the existing ramps and installing new ramps to meet the accessibility requirements. Attachment 1 shows the locations where work will be completed. Recent data collection shows the City has 1,846 intersection locations s where pedestrians cross the street. More than 40% of these crossing locations already have a transition ramp provided. However, many of these ramps were built years ago and do not conform to the latest accessibility standards. The remaining 60% of crossing points continue to have a curb between the street and sidewalk. Because of the high cost to construct or retrofit ramps at all non-complaint corners, priority, as required by law, is given to streets scheduled for future paving and to individual requests made by citizens. 8/18/15 C5 7.a Packet Pg. 100 Attachment: a - Council Agenda Report authorizing advertising (1155 : Curb Ramps 2015 Award) CDBG Curb Ramps 2015, Specification No. 91308 Page 2 ENVIRONMENTAL REVIEW Because this project uses Federal CDBG funds, National Environmental Protection Act clearance has been obtained. Staff is also in the process of obtaining a Categorical Exemption of Environmental Impact from the Community Development Department, in compliance with the California Environmental Quality Act. The project will not be bid until the CEQA process is complete. FISCAL IMPACT This project is included in the 2013-15 Financial Plan, pages 3-295 to 3-297. The project was originally budgeted at $105,000. The budget was increased to $152,892, as shown in Resolution No. 10510 (2014 Series). Also, the remaining $8,921 from the CDBG Curb Ramps 2012 project is available to support this project. Lastly, additional funds to support this request are also available in Street Reconstruction and Resurfacing Master Account, which has a current available balance of $934,300 for construction. A Budget Amendment Request will be completed at the time of contract award to transfer funding into this project’s account. CDBG CURB RAMPS 2015, SPECIFICATION NO. 91308 Proposed Funding by Source Construction Costs Estimate 2014 CDBG Grant: $152,892 Construction: $170,000 2012 CDBG Grant: $8,921 Contingencies: $25,500 R&R Master Account (90346): $35,687 Materials Testing: $1,500 Printing: $500 Total $197,500 Total for Construction $197,500 ATTACHMENTS Vicinity Map AVAILABLE FOR REVIEW IN THE COUNCIL OFFICE Plans and Special Provisions g:\projects\activeprojects\curb ramps\91308 cdbg curb ramps 2015\_documents\1- staff reports\91308 council agenda report.docx 7.a Packet Pg. 101 Attachment: a - Council Agenda Report authorizing advertising (1155 : Curb Ramps 2015 Award) Item # Item Description Quantity Unit of Measure Unit Price Item Total Unit Price Item Total Unit Price Item Total Unit Price Item Total 1 CURB RAMP IMPROVEMENTS AT LOS OSOS  VALLEY RD AND DESCANSO ST NORTH  CORNER (SHEET 3) 1 LS $5,000.00 $5,000.00 $11,000.00 $11,000.00 $13,850.00 $13,850.00 $13,000.00 $13,000.00  2 CURB RAMP IMPROVEMENTS AT LOS OSOS  VALLEY RD AND DESCANSO ST EAST  CORNER (SHEET 4) 1 LS $8,000.00 $8,000.00 $13,000.00 $13,000.00 $16,640.00 $16,640.00 $18,000.00 $18,000.00  3 CURB RAMP IMPROVEMENTS AT LOS OSOS  VALLEY RD AND DESCANSO ST SOUTH  CORNER (SHEET 5) 1 LS $10,000.00 $10,000.00 $16,000.00 $16,000.00 $17,320.00 $17,320.00 $24,000.00 $24,000.00  4 CURB RAMP IMPROVEMENTS AT LOS OSOS  VALLEY RD AND DESCANSO ST WEST  CORNER (SHEET 6) 1 LS $8,500.00 $8,500.00 $15,000.00 $15,000.00 $20,780.00 $20,780.00 $23,000.00 $23,000.00  5 CURB RAMP IMPROVEMENTS AT LOS OSOS  VALLEY ROAD AND PREFUMO CANYON RD  WEST CORNER (SHEET 7) 1 LS $10,500.00 $10,500.00 $19,000.00 $19,000.00 $21,940.00 $21,940.00 $23,000.00 $23,000.00  6 CURB RAMP IMPROVEMENTS AT LOS OSOS  VALLEY ROAD AND PREFUMO CANYON RD  SOUTH CORNER (SHEET 8) 1 LS $12,000.00 $12,000.00 $19,000.00 $19,000.00 $20,040.00 $20,040.00 $25,000.00 $25,000.00  7 CURB RAMP IMPROVEMENTS AT  MADONNA RD AND DALIDIO DR WEST  CORNER (SHEET 9) 1 LS $8,500.00 $8,500.00 $14,000.00 $14,000.00 $15,620.00 $15,620.00 $22,500.00 $22,500.00  8 CURB RAMP IMPROVEMENTS AT  MADONNA RD AND DALIDIO DR NORTH  CORNER (SHEET 10) 1 LS $8,500.00 $8,500.00 $15,000.00 $15,000.00 $19,340.00 $19,340.00 $23,000.00 $23,000.00  9 CURB RAMP IMPROVEMENTS AT  MADONNA RD AND DALIDIO DR EAST  CORNER (SHEET 11) 1 LS $8,500.00 $8,500.00 $17,000.00 $17,000.00 $13,630.00 $13,630.00 $25,000.00 $25,000.00  10 CURB RAMP IMPROVEMENTS AT  MADONNA RD AND DALIDIO DRSOUTH  CORNER (SHEET 12) 1 LS $10,000.00 $10,000.00 $16,000.00 $16,000.00 $16,370.00 $16,370.00 $21,000.00 $21,000.00  11 CURB RAMP IMPROVEMENTS AT  MADONNA RD AND EL MERCADO SOUTH  CORNER (SHEET 13) 1 LS $6,500.00 $6,500.00 $14,000.00 $14,000.00 $16,460.00 $16,460.00 $20,000.00 $20,000.00  12 CURB RAMP IMPROVEMENTS AT  MADONNA RD AND EL MERCADO EAST  CORNER (SHEET 14) 1 LS $6,000.00 $6,000.00 $14,000.00 $14,000.00 $14,770.00 $14,770.00 $15,000.00 $15,000.00  13 CURB RAMP IMPROVEMENTS AT  MADONNA RD AND MADONNA PLAZA  SOUTH CORNER (SHEET 15) 1 LS $6,000.00 $6,000.00 $13,000.00 $13,000.00 $14,710.00 $14,710.00 $19,000.00 $19,000.00  14 CURB RAMP IMPROVEMENTS AT  MADONNA RD AND MADONNA PLAZA EAST  CORNER (SHEET 16) 1 LS $8,000.00 $8,000.00 $16,000.00 $16,000.00 $19,650.00 $19,650.00 $25,000.00 $25,000.00  15 TRAFFIC STRIPES AND PAVEMENT  MARKINGS 1 LS $3,000.00 $3,000.00 $4,000.00 $4,000.00 $20,500.00 $20,500.00 $5,300.00 $5,300.00  16 REPLACE TRAFFIC LOOP DETECTORS 10 EA $2,000.00 $20,000.00 $2,000.00 $20,000.00 $5,200.00 $52,000.00 $2,290.00 $22,900.00  17 RESET BENCHMARKS 1 EA $2,500.00 $2,500.00 $2,000.00 $2,000.00 $5,000.00 $5,000.00 $1,800.00 $1,800.00  Bid $141,500.00 $238,000.00 $318,620.00 $326,500.00  Item # Item Description Quantity Unit of Measure Unit Price Item Total Unit Price Item Total Unit Price Item Total Unit Price Item Total 18 CURB RAMP IMPROVEMENTS AT LOS OSOS  VALLEY RD AND DIABLO DR NORTH CORNER  (SHEET 17) 1 LS $7,000.00 $7,000.00 $7,000.00 $7,000.00 $15,480.00 $15,480.00 $20,000.00 $20,000.00  19 CURB RAMP IMPROVEMENTS AT LOS OSOS  VALLEY RD AND DIABLO DR EAST CORNER  (SHEET 18) 1 LS $7,500.00 $7,500.00 $7,000.00 $7,000.00 $19,430.00 $19,430.00 $20,500.00 $20,500.00  20 CURB RAMP IMPROVEMENTS AT LOS OSOS  VALLEY RD AND DIABLO DR SOUTH CORNER  (SHEET 19) 1 LS $7,000.00 $7,000.00 $6,000.00 $6,000.00 $16,510.00 $16,510.00 $16,000.00 $16,000.00  21 CURB RAMP IMPROVEMENTS AT LOS OSOS  VALLEY RD AND DIABLO DR WEST CORNER  (SHEET 20) 1 LS $7,000.00 $7,000.00 $6,000.00 $6,000.00 $16,220.00 $16,220.00 $16,000.00 $16,000.00  Bid $28,500.00 $26,000.00 $67,640.00 $72,500.00  $170,000.00 $264,000.00 $386,260.00 $399,000.00  CDBG Curb Ramps 2015, Specification No. 91308 Bid Opening: 10/01/15 * marks an allowance Engineer's Estimate Maino Construction Co., R. Burke Corporation Souza Construction Base Bid Total Bid Amount Bid Alternate A 7.b Packet Pg. 102 Attachment: b - Bid summary (1155 : Curb Ramps 2015 Award) 1 of 79 CITY OF SAN LUIS OBISPO CALIFORNIA AGREEMENT THIS AGREEMENT, made on this ______ day of ___________, 2015, by and between the City of San Luis Obispo, a municipal corporation and charter city, San Luis Obispo County, California (hereinafter called the Owner) and MAINO CONSTRUCTION COMPANY, INC., (hereinafter called the Contractor). WITNESSETH: That the Owner and the Contractor for the consideration stated herein agree as follows: ARTICLE 1, SCOPE OF WORK: The Contractor shall perform everything required to be performed, shall provide and furnish all of the labor, materials, necessary tools, expendable equipment, and all utility and transportation services required to complete all the work of construction of CDBG CURB RAMPS 2015, Specification No. 91308 in strict accordance with the plans and specifications therefor, including any and all Addenda, adopted by the Owner, in strict compliance with the Contract Documents hereinafter enumerated. It is agreed that said labor, materials, tools, equipment, and services shall be furnished and said work performed and completed under the direction and supervision and subject to the approval of the Owner or its authorized representatives. ARTICLE II, CONTRACT PRICE: The Owner shall pay the Contractor as full consideration for the faithful performance of this Contract, subject to any additions or deductions as provided in the Contract Documents, the contract prices as follows: Item No. Item Unit of Measure Estimated Quantity Item Price (in figures) Total (in figures) BASE BID 1 Curb Ramp Improvements At Los Osos Valley Rd And Descanso St North Corner (Sheet 3) LS 1 $11,000.00 $11,000.00 2 Curb Ramp Improvements At Los Osos Valley Rd And Descanso St East Corner (Sheet 4) LS 1 $13,000.00 $13,000.00 3 Curb Ramp Improvements At Los Osos Valley Rd And Descanso St South Corner (Sheet 5) LS 1 $16,000.00 $16,000.00 4 Curb Ramp Improvements At Los Osos Valley Rd And Descanso St West Corner (Sheet 6) LS 1 $15,000.00 $15,000.00 5 Curb Ramp Improvements At Los Osos Valley Road And Prefumo Canyon Rd West Corner (Sheet 7) LS 1 $19,000.00 $19,000.00 6 Curb Ramp Improvements At Los Osos Valley Road And Prefumo Canyon Rd South Corner (Sheet 8) LS 1 $19,000.00 $19,000.00 7.c Packet Pg. 103 Attachment: c - Contract, Maino Construction (1155 : Curb Ramps 2015 Award) 2 of 79 7 Curb Ramp Improvements At Madonna Rd And Dalidio Dr West Corner (Sheet 9) LS 1 $14,000.00 $14,000.00 8 Curb Ramp Improvements At Madonna Rd And Dalidio Dr North Corner (Sheet 10) LS 1 $15,000.00 $15,000.00 9 Curb Ramp Improvements At Madonna Rd And Dalidio Dr East Corner (Sheet 11) LS 1 $17,000.00 $17,000.00 10 Curb Ramp Improvements At Madonna Rd And Dalidio Drsouth Corner (Sheet 12) LS 1 $16,000.00 $16,000.00 11 Curb Ramp Improvements At Madonna Rd And El Mercado South Corner (Sheet 13) LS 1 $14,000.00 $14,000.00 12 Curb Ramp Improvements At Madonna Rd And El Mercado East Corner (Sheet 14) LS 1 $14,000.00 $14,000.00 13 Curb Ramp Improvements At Madonna Rd And Madonna Plaza South Corner (Sheet 15) LS 1 $13,000.00 $13,000.00 14 Curb Ramp Improvements At Madonna Rd And Madonna Plaza East Corner (Sheet 16) LS 1 $16,000.00 $16,000.00 15 Traffic Stripes And Pavement Markings LS 1 $4,000.00 $4,000.00 16 Replace Traffic Loop Detectors EA 10 $2,000.00 $20,000.00 17 Reset Benchmarks EA 1 $2,000.00 $2,000.00 Base Bid Total: $238,000.00 BID ALTERNATE A 18 Curb Ramp Improvements At Los Osos Valley Rd And Diablo Dr North Corner (Sheet 17) LS 1 $7,000.00 $7,000.00 19 Curb Ramp Improvements At Los Osos Valley Rd And Diablo Dr East Corner (Sheet 18) LS 1 $7,000.00 $7,000.00 20 Curb Ramp Improvements At Los Osos Valley Rd And Diablo Dr South Corner (Sheet 19) LS 1 $6,000.00 $6,000.00 21 Curb Ramp Improvements At Los Osos Valley Rd And Diablo Dr West Corner (Sheet 20) LS 1 $6,000.00 $6,000.00 Bid Alternate A Total: $26,000.00 BID TOTAL $264,000.00 Payments are to be made to the Contractor in accordance with and subject to the provisions embodied in the documents made a part of this Contract. Should any dispute arise respecting the true value of any work omitted, or of any extra work which the Contractor may be required to do, or respecting the size of any payment to the Contractor, during the performance of this Contract, said dispute shall be decided by the Owner and its decision shall be final, and conclusive. 7.c Packet Pg. 104 Attachment: c - Contract, Maino Construction (1155 : Curb Ramps 2015 Award) 3 of 79 ARTICLE III, COMPONENT PARTS OF THIS CONTRACT: The Contract consists of the following documents, all of which are as fully a part thereof as if herein set out in full, and if not attached, as if hereto attached: 1. Notice to Bidders and information for bidders. 2. Standard Specifications, Engineering Standards, Special Provisions and any Addenda. 2. Accepted Proposal. 4. Public Contract code Section 10285.1 Statement and 10162 Questionnaire. 5. Noncollusion Declaration. 6. Plans. 7. List of Subcontractors. 8. Agreement and Bonds. 9. Insurance Requirements and Forms. 10. Federal Prevailing Wage Determination (attached) 11. Certification Concerning Labor Standards And Prevailing Wage Requirements (attached) ARTICLE IV. 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. IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands this year and date first above written. ATTEST: CITY OF SAN LUIS OBISPO __________________________ By: _________________________ City Clerk Jan Howell Marx, Mayor APPROVED AS TO FORM: CONTRACTOR: Maino Construction Company, Inc. By: __________________________ J. Christine Dietrick Thomas M. Maino City Attorney Its: President (Rev. 4-15-10) 7.c Packet Pg. 105 Attachment: c - Contract, Maino Construction (1155 : Curb Ramps 2015 Award) 4 of 79 CONTRACTOR'S CERTIFICATION CONCERNING LABOR STANDARDS AND PREVAILING WAGE REQUIREMENTS Applies to all Contracts To: City of San Luis Obispo Public Works Dept. Date: 919 Palm Street, San Luis Obispo, CA Project Number: 91308 Project Name: CDBG CURB RAMPS 2015 C/O: City Engineer 1. The undersigned, having executed a contract with the City of San Luis Obispo for the construction of the above-identified project, acknowledges that: (a) The Labor Standards Provisions are included in the aforesaid contract. (b) Correction of any infractions of the aforesaid conditions, including infractions by any of his subcontractors and any lower tier subcontractors, is his responsibility: 2. He certifies that: (a) Neither he nor any firm, partnership or association in which he has substantial interest is designated as an ineligible contractor by the Comptroller General of the United States pursuant to Section 5.6(b) of the Regulations of the Secretary of Labor, Part 5 (29 CFR, Part 5) or pursuant to Section 3(a) of the Davis-Bacon Act, as amended (40 U.S.C. 276a-2(a)). (b) No part of the aforementioned contract has been or will be subcontracted to any subcontractor if such subcontractor or any firm, corporation, partnership or association in which such subcontractor has a substantial interest is designated as an eligible contractor pursuant to any of the aforementioned regulatory or statutory provisions. 3. He agrees to obtain and forward to the aforementioned recipient within ten days after the execution of any subcontract, including those executed by his subcontractors and an lower tier subcontractors, a Subcontractor's Certification Concerning Labor Standards and Prevailing Wage Requirements executed by the subcontractors. 4. He certifies that: (a) The legal name and the business address of the undersigned are: _________________________________________________ _________________________________________________ _________________________________________________ _________________________________________________ (b) The undersigned is:  A Single proprietorship  A Corporation organized in the State of  A Partnership  Other Organization (Describe)_________________________________ Signature: Name and Title: 7.c Packet Pg. 106 Attachment: c - Contract, Maino Construction (1155 : Curb Ramps 2015 Award) 5 of 79 Federal Wage Determination General Decision Number: CA150019 09/04/2015 CA19 Superseded General Decision Number: CA20140019 State: California Construction Types: Building, Heavy (Heavy and Dredging) and Highway County: San Luis Obispo County in California. BUILDING, DREDGING (does not include hopper dredge work), HEAVY (does not include water well drilling, AND HIGHWAY CONSTRUCTION PROJECTS Note: Executive Order (EO) 13658 establishes an hourly minimum wage of $10.10 for 2015 that applies to all contracts subject to the Davis-Bacon Act for which the solicitation is 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 $10.10 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/02/2015 1 01/16/2015 2 02/06/2015 3 02/20/2015 4 03/27/2015 5 05/08/2015 6 06/19/2015 7 07/10/2015 8 07/17/2015 9 07/24/2015 10 07/31/2015 11 08/07/2015 12 08/14/2015 13 09/04/2015 ASBE0005-002 06/30/2014 Rates Fringes Asbestos Workers/Insulator (Includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems).....$ 35.44 19.36 Fire Stop Technician (Application of Firestopping Materials for wall openings and penetrations in walls, floors, ceilings and curtain 7.c Packet Pg. 107 Attachment: c - Contract, Maino Construction (1155 : Curb Ramps 2015 Award) 6 of 79 walls)...........................$ 24.34 16.09 ---------------------------------------------------------------- ASBE0005-004 06/24/2013 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)....$ 16.95 10.23 ---------------------------------------------------------------- BOIL0092-004 10/01/2012 Area within a 25 mile radius of City of Santa Maria Rates Fringes BOILERMAKER......................$ 41.17 28.27 ---------------------------------------------------------------- BOIL0549-007 01/01/2013 Remainder of County outside a 25 mile radius of City of Santa Maria Rates Fringes BOILERMAKER......................$ 38.37 31.32 ---------------------------------------------------------------- * BRCA0004-006 05/01/2015 Rates Fringes BRICKLAYER; MARBLE SETTER........$ 36.26 13.70 *The wage scale for prevailing wage projects performed in Blythe, China lake, Death Valley, Fort Irwin, Twenty-Nine Palms, Needles and 1-15 corridor (Barstow to the Nevada State Line) will be Three Dollars ($3.00) above the standard San Bernardino/Riverside County hourly wage rate ---------------------------------------------------------------- BRCA0018-008 06/01/2014 Rates Fringes MARBLE FINISHER..................$ 28.45 11.38 TILE FINISHER....................$ 23.78 9.84 ---------------------------------------------------------------- BRCA0018-011 06/01/2014 Rates Fringes TILE LAYER.......................$ 35.14 14.33 ---------------------------------------------------------------- 7.c Packet Pg. 108 Attachment: c - Contract, Maino Construction (1155 : Curb Ramps 2015 Award) 7 of 79 CARP0409-001 07/01/2010 Rates Fringes CARPENTER (1) Carpenter, Cabinet Installer, Insulation Installer, Hardwood Floor Worker and acoustical installer...................$ 37.35 11.08 (2) Millwright..............$ 37.85 11.08 (3) Piledrivermen/Derrick Bargeman, Bridge or Dock Carpenter, Heavy Framer, Rock Bargeman or Scowman, Rockslinger, Shingler (Commercial)................$ 37.48 11.08 (4) Pneumatic Nailer, Power Stapler...............$ 37.60 11.08 (5) Sawfiler...............$ 37.44 11.08 (6) Scaffold Builder.......$ 28.55 11.08 (7) Table Power Saw Operator....................$ 37.45 11.08 FOOTNOTE: Work of forming in the construction of open cut sewers or storm drains, on operations in which horizontal lagging is used in conjunction with steel H-Beams driven or placed in pre- drilled holes, for that portion of a lagged trench against which concrete is poured, namely, as a substitute for back forms (which work is performed by piledrivers): $0.13 per hour additional. ---------------------------------------------------------------- CARP0409-005 07/01/2010 Rates Fringes Drywall DRYWALL INSTALLER/LATHER....$ 37.35 11.08 STOCKER/SCRAPPER............$ 10.00 6.67 ---------------------------------------------------------------- CARP0409-008 08/01/2010 Rates Fringes Modular Furniture Installer......$ 17.00 7.41 ---------------------------------------------------------------- ELEC0639-001 06/01/2015 Rates Fringes Electricians Wireman/Technician..........$ 39.30 18.66 FOOTNOTES: CABLE SPLICER: 10% additional per hour above Wireman/Technician basic hourly rate. Work from trusses, swinging scaffolds, open ladders, scaffolds, bosun chairs, stacks or towers, where subject to 7.c Packet Pg. 109 Attachment: c - Contract, Maino Construction (1155 : Curb Ramps 2015 Award) 8 of 79 a direct fall from the ground floor or support structure from a distance of fifty (50) feet to ninety (90) feet: to be paid time and one-half. Work from trusses, swinging scaffolds, open ladders, scaffolds, bosun chairs, stacks or towers, where subject to a direct fall from the ground floor or support structure from a distance over ninety (90) feet: to be paid double the regular straight time rate of pay. Where workers are required to work under compressed air or in areas where injurious gases, dust or fumes are present in amounts necessitating the use of gas masks or self-contained breathing apparatus (particle masks are not considered self-contained breathing apparatus) or where workers work on poles at a distance of seventy-five (75) feet or more from the ground: to be paid a bonus of straight time pay. This shall be at a minimum of one hour, and thereafter, each succeeding hour or fraction thereof shall constitute an hour at the bonus rate. Tunnel work: to be paid at the time and one-quarter hourly rate. All employers may request workmen to report direct to a job within a free zone to include everything west of ten (10) miles east of Highway 101, as the crow flies, and then (10) miles north and south of Highway 46, as the crow flies, to the junction of Highway 41 and Highway 46. Everything outside this area shall be paid at full subsistence provide said job is of five (5) days duration or more and provide there is storage on the job for the Employee's tools. The Employer will be responsible for loss of tools under such circumstances. (Road: The most direct route on a surfaced road). On all jobs or projects outside the free zone, as stated above, Employees may be required to report to the job site in their own transportation at the regular starting time and remain on the job site until the regular quitting time and these shall be paid at fifty dollars ($50.00) per day or fifty-one cents ($0.51) per mile for each road mile from shop to job and job to shop (round trip). (Day worked shall mean at least four (4) hours on the job unless sent home on account of weather, emergency, sickness, or injury). The Employer shall pay for traveling time and furnish transportation from shop to job, job to job, and job to shop. Travel time shall be at the appropriate rate of pay for that day of the week. (Monday through Friday, straight time, Saturday and Sunday, double time.) ---------------------------------------------------------------- ELEC0639-003 05/26/2014 COMMUNICATIONS AND SYSTEMS WORK SAN LUIS OBISPO COUNTY Rates Fringes Communications System Installer...................$ 29.09 11.60 Technician..................$ 30.89 11.66 SCOPE OF WORK: Installation, testing, service and maintenance 7.c Packet Pg. 110 Attachment: c - Contract, Maino Construction (1155 : Curb Ramps 2015 Award) 9 of 79 of systems utilizing the transmission and/or transference of voice, sound, vision and digital for commercial, educational, security and entertainment purposes for the following: TV monitoring and surveillance, background - foreground music, intercom and telephone interconnect, microwave transmission, multi-media, multiplex, nurse call systems, radio page, burglar alarms and fire alarm (see last paragraph below). Communication Systems that transmit or receive information and/or control systems that are intrinsic to the above listed systems; inclusion or exclusion of terminations and testings of conductors determined by their function; excluding all other data systems or multiple systems which include control function or power supply; excluding installation of raceway systems, conduit systems, line voltage work, and energy management systems. Fire alarm work shall be performed at the current inside electrician total cost package. ---------------------------------------------------------------- ELEC1245-001 06/01/2015 Rates Fringes LINE CONSTRUCTION (1) Lineman; Cable splicer..$ 52.85 15.53 (2) Equipment specialist (operates crawler tractors, commercial motor vehicles, backhoes, trenchers, cranes (50 tons and below), overhead & underground distribution line equipment)...........$ 42.21 14.32 (3) Groundman...............$ 32.28 14.03 (4) Powderman...............$ 47.19 14.60 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 ---------------------------------------------------------------- ELEV0008-003 01/01/2015 Rates Fringes ELEVATOR MECHANIC................$ 60.39 28.38 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. ---------------------------------------------------------------- ENGI0012-003 07/06/2015 7.c Packet Pg. 111 Attachment: c - Contract, Maino Construction (1155 : Curb Ramps 2015 Award) 10 of 79 Rates Fringes OPERATOR: Power Equipment (All Other Work) GROUP 1....................$ 39.95 23.35 GROUP 2....................$ 40.73 23.35 GROUP 3....................$ 41.02 23.35 GROUP 4....................$ 42.51 23.35 GROUP 5....................$ 41.86 23.35 GROUP 6....................$ 41.83 23.35 GROUP 8....................$ 42.84 23.35 GROUP 9....................$ 42.19 23.35 GROUP 10....................$ 42.96 23.35 GROUP 11....................$ 42.31 23.35 GROUP 12....................$ 43.13 23.35 GROUP 13....................$ 43.23 23.35 GROUP 14....................$ 43.26 23.35 GROUP 15....................$ 43.34 23.35 GROUP 16....................$ 43.46 23.35 GROUP 17....................$ 43.63 23.35 GROUP 18....................$ 43.73 23.35 GROUP 19....................$ 43.84 23.35 GROUP 20....................$ 43.96 23.35 GROUP 21....................$ 44.13 23.35 GROUP 22....................$ 44.23 23.35 GROUP 23....................$ 44.34 23.35 GROUP 24....................$ 44.46 23.35 GROUP 25....................$ 44.63 23.35 OPERATOR: Power Equipment (Cranes, Piledriving & Hoisting) GROUP 1....................$ 41.30 23.35 GROUP 2....................$ 42.08 23.35 GROUP 3....................$ 42.37 23.35 GROUP 4....................$ 42.51 23.35 GROUP 5....................$ 42.73 23.35 GROUP 6....................$ 42.84 23.35 GROUP 7....................$ 42.96 23.35 GROUP 8....................$ 43.13 23.35 GROUP 9....................$ 43.30 23.35 GROUP 10....................$ 44.30 23.35 GROUP 11....................$ 45.30 23.35 GROUP 12....................$ 46.30 23.35 GROUP 13....................$ 47.30 23.35 OPERATOR: Power Equipment (Tunnel Work) GROUP 1....................$ 41.80 23.35 GROUP 2....................$ 42.58 23.35 GROUP 3....................$ 42.87 23.35 GROUP 4....................$ 43.01 23.35 GROUP 5....................$ 43.23 23.35 GROUP 6....................$ 43.34 23.35 GROUP 7....................$ 43.46 23.35 PREMIUM PAY: $3.75 per hour shall be paid on all Power Equipment Operator work on the followng Military Bases: China Lake Naval Reserve, Vandenberg AFB, Point Arguello, Seely Naval Base, Fort Irwin, Nebo Annex Marine Base, Marine Corp Logistics Base Yermo, Edwards AFB, 29 Palms Marine Base and Camp Pendleton 7.c Packet Pg. 112 Attachment: c - Contract, Maino Construction (1155 : Curb Ramps 2015 Award) 11 of 79 Workers required to suit up and work in a hazardous material environment: $2.00 per hour additional. Combination mixer and compressor operator on gunite work shall be classified as a concrete mobile mixer operator. SEE ZONE DEFINITIONS AFTER CLASSIFICATIONS POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1: Bargeman; Brakeman; Compressor operator; Ditch Witch, with seat or similar type equipment; Elevator operator-inside; Engineer Oiler; Forklift operator (includes loed, lull or similar types under 5 tons; Generator operator; Generator, pump or compressor plant operator; Pump operator; Signalman; Switchman GROUP 2: Asphalt-rubber plant operator (nurse tank operator); Concrete mixer operator-skip type; Conveyor operator; Fireman; Forklift operator (includes loed, lull or similar types over 5 tons; Hydrostatic pump operator; oiler crusher (asphalt or concrete plant); Petromat laydown machine; PJU side dum jack; Screening and conveyor machine operator (or similar types); Skiploader (wheel type up to 3/4 yd. without attachment); Tar pot fireman; Temporary heating plant operator; Trenching machine oiler GROUP 3: Asphalt-rubber blend operator; Bobcat or similar type (Skid steer); Equipment greaser (rack); Ford Ferguson (with dragtype attachments); Helicopter radioman (ground); Stationary pipe wrapping and cleaning machine operator GROUP 4: Asphalt plant fireman; Backhoe operator (mini-max or similar type); Boring machine operator; Boxman or mixerman (asphalt or concrete); Chip spreading machine operator; Concrete cleaning decontamination machine operator; Concrete Pump Operator (small portable); Drilling machine operator, small auger types (Texoma super economatic or similar types - Hughes 100 or 200 or similar types - drilling depth of 30' maximum); Equipment greaser (grease truck); Guard rail post driver operator; Highline cableway signalman; Hydra-hammer-aero stomper; Micro Tunneling (above ground tunnel); Power concrete curing machine operator; Power concrete saw operator; Power-driven jumbo form setter operator; Power sweeper operator; Rock Wheel Saw/Trencher; Roller operator (compacting); Screed operator (asphalt or concrete); Trenching machine operator (up to 6 ft.); Vacuum or much truck GROUP 5: Equipment Greaser (Grease Truck/Multi Shift). GROUP 6: Articulating material hauler; Asphalt plant engineer; Batch plant operator; Bit sharpener; Concrete joint machine operator (canal and similar type); Concrete planer operator; Dandy digger; Deck engine operator; Derrickman (oilfield type); Drilling machine operator, bucket or auger types (Calweld 100 bucket or similar types - Watson 1000 auger or similar types - Texoma 330, 500 or 600 auger or similar types - drilling depth of 45' maximum); Drilling machine operator; Hydrographic seeder machine operator (straw, pulp or seed), Jackson track 7.c Packet Pg. 113 Attachment: c - Contract, Maino Construction (1155 : Curb Ramps 2015 Award) 12 of 79 maintainer, or similar type; Kalamazoo Switch tamper, or similar type; Machine tool operator; Maginnis internal full slab vibrator, Mechanical berm, curb or gutter(concrete or asphalt); Mechanical finisher operator (concrete, Clary-Johnson-Bidwell or similar); Micro tunnel system (below ground); Pavement breaker operator (truck mounted); Road oil mixing machine operator; Roller operator (asphalt or finish), rubber-tired earth moving equipment (single engine, up to and including 25 yds. struck); Self-propelled tar pipelining machine operator; Skiploader operator (crawler and wheel type, over 3/4 yd. and up to and including 1-1/2 yds.); Slip form pump operator (power driven hydraulic lifting device for concrete forms); Tractor operator-bulldozer, tamper-scraper (single engine, up to 100 h.p. flywheel and similar types, up to and including D-5 and similar types); Tugger hoist operator (1 drum); Ultra high pressure waterjet cutting tool system operator; Vacuum blasting machine operator GROUP 8: Asphalt or concrete spreading operator (tamping or finishing); Asphalt paving machine operator (Barber Greene or similar type); Asphalt-rubber distribution operator; Backhoe operator (up to and including 3/4 yd.), small ford, Case or similar; Cast-in-place pipe laying machine operator; Combination mixer and compressor operator (gunite work); Compactor operator (self-propelled); Concrete mixer operator (paving); Crushing plant operator; Drill Doctor; Drilling machine operator, Bucket or auger types (Calweld 150 bucket or similar types - Watson 1500, 2000 2500 auger or similar types - Texoma 700, 800 auger or similar types - drilling depth of 60' maximum); Elevating grader operator; Grade checker; Gradall operator; Grouting machine operator; Heavy-duty repairman; Heavy equipment robotics operator; Kalamazoo balliste regulator or similar type; Kolman belt loader and similar type; Le Tourneau blob compactor or similar type; Loader operator (Athey, Euclid, Sierra and similar types); Mobark Chipper or similar; Ozzie padder or similar types; P.C. slot saw; Pneumatic concrete placing machine operator (Hackley-Presswell or similar type); Pumpcrete gun operator; Rock Drill or similar types; Rotary drill operator (excluding caisson type); Rubber-tired earth-moving equipment operator (single engine, caterpillar, Euclid, Athey Wagon and similar types with any and all attachments over 25 yds. up to and including 50 cu. yds. struck); Rubber-tired earth-moving equipment operator (multiple engine up to and including 25 yds. struck); Rubber-tired scraper operator (self-loading paddle wheel type-John Deere, 1040 and similar single unit); Self- propelled curb and gutter machine operator; Shuttle buggy; Skiploader operator (crawler and wheel type over 1-1/2 yds. up to and including 6-1/2 yds.); Soil remediation plant operator; Surface heaters and planer operator; Tractor compressor drill combination operator; Tractor operator (any type larger than D-5 - 100 flywheel h.p. and over, or similar-bulldozer, tamper, scraper and push tractor single engine); Tractor operator (boom attachments), Traveling pipe wrapping, cleaning and bendng machine operator; Trenching machine operator (over 6 ft. depth capacity, manufacturer's rating); trenching Machine with Road Miner attachment (over 6 ft depth capacity): Ultra high pressure waterjet cutting tool system mechanic; Water pull 7.c Packet Pg. 114 Attachment: c - Contract, Maino Construction (1155 : Curb Ramps 2015 Award) 13 of 79 (compaction) operator GROUP 9: Heavy Duty Repairman GROUP 10: Drilling machine operator, Bucket or auger types (Calweld 200 B bucket or similar types-Watson 3000 or 5000 auger or similar types-Texoma 900 auger or similar types-drilling depth of 105' maximum); Dual drum mixer, dynamic compactor LDC350 (or similar types); Monorail locomotive operator (diesel, gas or electric); Motor patrol-blade operator (single engine); Multiple engine tractor operator (Euclid and similar type-except Quad 9 cat.); Rubber-tired earth-moving equipment operator (single engine, over 50 yds. struck); Pneumatic pipe ramming tool and similar types; Prestressed wrapping machine operator; Rubber-tired earth-moving equipment operator (single engine, over 50 yds. struck); Rubber tired earth moving equipment operator (multiple engine, Euclid, caterpillar and similar over 25 yds. and up to 50 yds. struck), Tower crane repairman; Tractor loader operator (crawler and wheel type over 6-1/2 yds.); Woods mixer operator (and similar Pugmill equipment) GROUP 11: Heavy Duty Repairman - Welder Combination, Welder - Certified. GROUP 12: Auto grader operator; Automatic slip form operator; Drilling machine operator, bucket or auger types (Calweld, auger 200 CA or similar types - Watson, auger 6000 or similar types - Hughes Super Duty, auger 200 or similar types - drilling depth of 175' maximum); Hoe ram or similar with compressor; Mass excavator operator less tha 750 cu. yards; Mechanical finishing machine operator; Mobile form traveler operator; Motor patrol operator (multi-engine); Pipe mobile machine operator; Rubber-tired earth- moving equipment operator (multiple engine, Euclid, Caterpillar and similar type, over 50 cu. yds. struck); Rubber-tired self- loading scraper operator (paddle-wheel-auger type self-loading - two (2) or more units) GROUP 13: Rubber-tired earth-moving equipment operator operating equipment with push-pull system (single engine, up to and including 25 yds. struck) GROUP 14: Canal liner operator; Canal trimmer operator; Remote- control earth-moving equipment operator (operating a second piece of equipment: $1.00 per hour additional); Wheel excavator operator (over 750 cu. yds.) GROUP 15: Rubber-tired earth-moving equipment operator, operating equipment with push-pull system (single engine, Caterpillar, Euclid, Athey Wagon and similar types with any and all attachments over 25 yds. and up to and including 50 yds. struck); Rubber-tired earth-moving equipment operator, operating equipment with push-pull system (multiple engine-up to and including 25 yds. struck) GROUP 16: Rubber-tired earth-moving equipment operator, operating equipment with push-pull system (single engine, over 50 yds. struck); Rubber-tired earth-moving equipment operator, operating equipment with push-pull system 7.c Packet Pg. 115 Attachment: c - Contract, Maino Construction (1155 : Curb Ramps 2015 Award) 14 of 79 (multiple engine, Euclid, Caterpillar and similar, over 25 yds. and up to 50 yds. struck) GROUP 17: Rubber-tired earth-moving equipment operator, operating equipment with push-pull system (multiple engine, Euclid, Caterpillar and similar, over 50 cu. yds. struck); Tandem tractor operator (operating crawler type tractors in tandem - Quad 9 and similar type) GROUP 18: Rubber-tired earth-moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - single engine, up to and including 25 yds. struck) GROUP 19: Rotex concrete belt operator (or similar types); Rubber-tired earth-moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - single engine, Caterpillar, Euclid, Athey Wagon and similar types with any and all attachments over 25 yds.and up to and including 50 cu. yds. struck); Rubber-tired earth-moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - multiple engine, up to and including 25 yds. struck) GROUP 20: Rubber-tired earth-moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - single engine, over 50 yds. struck); Rubber-tired earth-moving equipment operator, operating in tandem (scrapers, belly dumps, and similar types in any combination, excluding compaction units - multiple engine, Euclid, Caterpillar and similar, over 25 yds. and up to 50 yds. struck) GROUP 21: Rubber-tired earth-moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - multiple engine, Euclid, Caterpillar and similar type, over 50 cu. yds. struck) GROUP 22: Rubber-tired earth-moving equipment operator, operating equipment with the tandem push-pull system (single engine, up to and including 25 yds. struck) GROUP 23: Rubber-tired earth-moving equipment operator, operating equipment with the tandem push-pull system (single engine, Caterpillar, Euclid, Athey Wagon and similar types with any and all attachments over 25 yds. and up to and including 50 yds. struck); Rubber-tired earth-moving equipment operator, operating with the tandem push-pull system (multiple engine, up to and including 25 yds. struck) GROUP 24: Rubber-tired earth-moving equipment operator, operating equipment with the tandem push-pull system (single engine, over 50 yds. struck); Rubber-tired earth-moving equipment operator, operating equipment with the tandem push-pull system (multiple engine, Euclid, Caterpillar and similar, over 25 yds. and up to 50 yds. struck) 7.c Packet Pg. 116 Attachment: c - Contract, Maino Construction (1155 : Curb Ramps 2015 Award) 15 of 79 GROUP 25: Concrete pump operator-truck mounted; Rubber-tired earth-moving equipment operator, operating equipment with the tandem push-pull system (multiple engine, Euclid, Caterpillar and similar type, over 50 cu. yds. struck) CRANES, PILEDRIVING AND HOISTING EQUIPMENT CLASSIFICATIONS GROUP 1: Engineer oiler; Fork lift operator (includes loed, lull or similar types) GROUP 2: Truck crane oiler GROUP 3: A-frame or winch truck operator; Ross carrier operator (jobsite) GROUP 4: Bridge-type unloader and turntable operator; Helicopter hoist operator GROUP 5: Hydraulic boom truck; Stinger crane (Austin-Western or similar type); Tugger hoist operator (1 drum) GROUP 6: Bridge crane operator; Cretor crane operator; Hoist operator (Chicago boom and similar type); Lift mobile operator; Lift slab machine operator (Vagtborg and similar types); Material hoist and/or manlift operator; Polar gantry crane operator; Self Climbing scaffold (or similar type); Shovel, backhoe, dragline, clamshell operator (over 3/4 yd. and up to 5 cu. yds. mrc); Tugger hoist operator GROUP 7: Pedestal crane operator; Shovel, backhoe, dragline, clamshell operator (over 5 cu. yds. mrc); Tower crane repair; Tugger hoist operator (3 drum) GROUP 8: Crane operator (up to and including 25 ton capacity); Crawler transporter operator; Derrick barge operator (up to and including 25 ton capacity); Hoist operator, stiff legs, Guy derrick or similar type (up to and including 25 ton capacity); Shovel, backhoe, dragline, clamshell operator (over 7 cu. yds., M.R.C.) GROUP 9: Crane operator (over 25 tons and up to and including 50 tons mrc); Derrick barge operator (over 25 tons up to and including 50 tons mrc); Highline cableway operator; Hoist operator, stiff legs, Guy derrick or similar type (over 25 tons up to and including 50 tons mrc); K-crane operator; Polar crane operator; Self erecting tower crane operator maximum lifting capacity ten tons GROUP 10: Crane operator (over 50 tons and up to and including 100 tons mrc); Derrick barge operator (over 50 tons up to and including 100 tons mrc); Hoist operator, stiff legs, Guy derrick or similar type (over 50 tons up to and including 100 tons mrc), Mobile tower crane operator (over 50 tons, up to and including 100 tons M.R.C.); Tower crane operator and tower gantry GROUP 11: Crane operator (over 100 tons and up to and including 200 tons mrc); Derrick barge operator (over 100 tons up to and including 200 tons mrc); Hoist operator, stiff legs, Guy derrick or similar type (over 100 tons up 7.c Packet Pg. 117 Attachment: c - Contract, Maino Construction (1155 : Curb Ramps 2015 Award) 16 of 79 to and including 200 tons mrc); Mobile tower crane operator (over 100 tons up to and including 200 tons mrc) GROUP 12: Crane operator (over 200 tons up to and including 300 tons mrc); Derrick barge operator (over 200 tons up to and including 300 tons mrc); Hoist operator, stiff legs, Guy derrick or similar type (over 200 tons, up to and including 300 tons mrc); Mobile tower crane operator (over 200 tons, up to and including 300 tons mrc) GROUP 13: Crane operator (over 300 tons); Derrick barge operator (over 300 tons); Helicopter pilot; Hoist operator, stiff legs, Guy derrick or similar type (over 300 tons); Mobile tower crane operator (over 300 tons) TUNNEL CLASSIFICATIONS GROUP 1: Skiploader (wheel type up to 3/4 yd. without attachment) GROUP 2: Power-driven jumbo form setter operator GROUP 3: Dinkey locomotive or motorperson (up to and including 10 tons) GROUP 4: Bit sharpener; Equipment greaser (grease truck); Slip form pump operator (power-driven hydraulic lifting device for concrete forms); Tugger hoist operator (1 drum); Tunnel locomotive operator (over 10 and up to and including 30 tons) GROUP 5: Backhoe operator (up to and including 3/4 yd.); Small Ford, Case or similar; Drill doctor; Grouting machine operator; Heading shield operator; Heavy-duty repairperson; Loader operator (Athey, Euclid, Sierra and similar types); Mucking machine operator (1/4 yd., rubber-tired, rail or track type); Pneumatic concrete placing machine operator (Hackley-Presswell or similar type); Pneumatic heading shield (tunnel); Pumpcrete gun operator; Tractor compressor drill combination operator; Tugger hoist operator (2 drum); Tunnel locomotive operator (over 30 tons) GROUP 6: Heavy Duty Repairman GROUP 7: Tunnel mole boring machine operator ENGINEERS ZONES $1.00 additional per hour for all of IMPERIAL County and the portions of KERN, RIVERSIDE & SAN BERNARDINO Counties as defined below: That area within the following Boundary: Begin in San Bernardino County, approximately 3 miles NE of the intersection of I-15 and the California State line at that point which is the NW corner of Section 1, T17N,m R14E, San Bernardino Meridian. Continue W in a straight line to that point which is the SW corner of the northwest quarter of Section 6, T27S, R42E, Mt. Diablo Meridian. Continue North to the intersection with the Inyo County Boundary at that point which is the NE corner of the western half of the northern quarter of Section 7.c Packet Pg. 118 Attachment: c - Contract, Maino Construction (1155 : Curb Ramps 2015 Award) 17 of 79 6, T25S, R42E, MDM. Continue W along the Inyo and San Bernardino County boundary until the intersection with Kern County, as that point which is the SE corner of Section 34, T24S, R40E, MDM. Continue W along the Inyo and Kern County boundary until the intersection with Tulare County, at that point which is the SW corner of the SE quarter of Section 32, T24S, R37E, MDM. Continue W along the Kern and Tulare County boundary, until that point which is the NW corner of T25S, R32E, MDM. Continue S following R32E lines to the NW corner of T31S, R32E, MDM. Continue W to the NW corner of T31S, R31E, MDM. Continue S to the SW corner of T32S, R31E, MDM. Continue W to SW corner of SE quarter of Section 34, T32S, R30E, MDM. Continue S to SW corner of T11N, R17W, SBM. Continue E along south boundary of T11N, SBM to SW corner of T11N, R7W, SBM. Continue S to SW corner of T9N, R7W, SBM. Continue E along south boundary of T9N, SBM to SW corner of T9N, R1E, SBM. Continue S along west boundary of R1E, SMB to Riverside County line at the SW corner of T1S, R1E, SBM. Continue E along south boundary of T1s, SBM (Riverside County Line) to SW corner of T1S, R10E, SBM. Continue S along west boundary of R10E, SBM to Imperial County line at the SW corner of T8S, R10E, SBM. Continue W along Imperial and Riverside county line to NW corner of T9S, R9E, SBM. Continue S along the boundary between Imperial and San Diego Counties, along the west edge of R9E, SBM to the south boundary of Imperial County/California state line. Follow the California state line west to Arizona state line, then north to Nevada state line, then continuing NW back to start at the point which is the NW corner of Section 1, T17N, R14E, SBM $1.00 additional per hour for portions of SAN LUIS OBISPO, KERN, SANTA BARBARA & VENTURA as defined below: That area within the following Boundary: Begin approximately 5 miles north of the community of Cholame, on the Monterey County and San Luis Obispo County boundary at the NW corner of T25S, R16E, Mt. Diablo Meridian. Continue south along the west side of R16E to the SW corner of T30S, R16E, MDM. Continue E to SW corner of T30S, R17E, MDM. Continue S to SW corner of T31S, R17E, MDM. Continue E to SW corner of T31S, R18E, MDM. Continue S along West side of R18E, MDM as it crosses into San Bernardino Meridian numbering area and becomes R30W. Follow the west side of R30W, SBM to the SW corner of T9N, R30W, SBM. Continue E along the south edge of T9N, SBM to the Santa Barbara County and Ventura County boundary at that point whch is the SW corner of Section 34.T9N, R24W, SBM, continue S along the Ventura County line to that point which is the SW corner of the SE quarter of Section 32, T7N, R24W, SBM. Continue E along the south edge of T7N, SBM to the SE corner to T7N, R21W, SBM. Continue N along East side of R21W, SBM to Ventura County and Kern County boundary at the NE corner of T8N, R21W. Continue W along the Ventura County and Kern County boundary to the SE corner of T9N, R21W. Continue North along the East edge of R21W, SBM to the NE corner of T12N, R21W, SBM. Continue West along the north edge of T12N, SBM to the SE corner of T32S, R21E, MDM. [T12N SBM is a think strip between T11N SBM and T32S MDM]. Continue North along the East side of R21E, MDM to the Kings County and Kern County border at the NE corner of T25S, R21E, MDM, continue West along the Kings County and Kern County Boundary until the intersection of San Luis Obispo County. Continue west along the Kings County and San Luis 7.c Packet Pg. 119 Attachment: c - Contract, Maino Construction (1155 : Curb Ramps 2015 Award) 18 of 79 Obispo County boundary until the intersection with Monterey County. Continue West along the Monterey County and San Luis Obispo County boundary to the beginning point at the NW corner of T25S, R16E, MDM. $2.00 additional per hour for INYO and MONO Counties and the Northern portion of SAN BERNARDINO County as defined below: That area within the following Boundary: Begin at the intersection of the northern boundary of Mono County and the California state line at the point which is the center of Section 17, T10N, R22E, Mt. Diablo Meridian. Continue S then SE along the entire western boundary of Mono County, until it reaches Inyo County at the point which is the NE corner of the Western half of the NW quarter of Section 2, T8S, R29E, MDM. Continue SSE along the entire western boundary of Inyo County, until the intersection with Kern County at the point which is the SW corner of the SE 1/4 of Section 32, T24S, R37E, MDM. Continue E along the Inyo and Kern County boundary until the intersection with San Bernardino County at that point which is the SE corner of section 34, T24S, R40E, MDM. Continue E along the Inyo and San Bernardino County boundary until the point which is the NE corner of the Western half of the NW quarter of Section 6, T25S, R42E, MDM. Continue S to that point which is the SW corner of the NW quarter of Section 6, T27S, R42E, MDM. Continue E in a straight line to the California and Nevada state border at the point which is the NW corner of Section 1, T17N, R14E, San Bernardino Meridian. Then continue NW along the state line to the starting point, which is the center of Section 18, T10N, R22E, MDM. REMAINING AREA NOT DEFINED ABOVE RECIEVES BASE RATE ---------------------------------------------------------------- ENGI0012-004 08/01/2015 Rates Fringes OPERATOR: Power Equipment (DREDGING) (1) Leverman................$ 49.50 23.60 (2) Dredge dozer............$ 43.53 23.60 (3) Deckmate................$ 43.42 23.60 (4) Winch operator (stern winch on dredge)............$ 42.87 23.60 (5) Fireman-Oiler, Deckhand, Bargeman, Leveehand...................$ 42.33 23.60 (6) Barge Mate..............$ 42.94 23.60 ---------------------------------------------------------------- IRON0377-002 07/01/2015 Rates Fringes Ironworkers: Fence Erector...............$ 27.08 20.21 Ornamental, Reinforcing and Structural..............$ 33.50 28.85 7.c Packet Pg. 120 Attachment: c - Contract, Maino Construction (1155 : Curb Ramps 2015 Award) 19 of 79 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 $2.00 additional per hour at the following locations: Port Hueneme, Port Mugu, U.S. Coast Guard Station - Two Rock ---------------------------------------------------------------- LABO0220-001 07/01/2014 Rates Fringes LABORER (TUNNEL) GROUP 1.....................$ 35.74 16.48 GROUP 2.....................$ 36.06 16.48 GROUP 3.....................$ 36.52 16.48 GROUP 4.....................$ 37.21 16.48 LABORER GROUP 1.....................$ 30.19 16.48 GROUP 2.....................$ 30.74 16.48 GROUP 3.....................$ 31.29 16.48 GROUP 4.....................$ 32.84 16.48 GROUP 5.....................$ 33.19 16.48 LABORER CLASSIFICATIONS GROUP 1: Cleaning and handling of panel forms; Concrete screeding for rough strike-off; Concrete, water curing; Demolition laborer, the cleaning of brick if performed by a worker performing any other phase of demolition work, and the cleaning of lumber; Fire watcher, limber, brush loader, piler and debris handler; Flag person; Gas, oil and/or water pipeline laborer; Laborer, asphalt-rubber material loader; Laborer, general or construction; Laborer, general clean-up; Laborer, landscaping; Laborer, jetting; Laborer, temporary water and air lines; Material hose operator (walls, slabs, floors and decks); Plugging, filling of shee bolt holes; Dry packing of concrete; Railroad maintenance, repair track person and road beds; Streetcar and railroad construction track laborers; Rigging and signaling; Scaler; Slip form raiser; Tar and mortar; Tool crib or tool house laborer; Traffic control by any method; Window cleaner; Wire mesh pulling - all concrete pouring operations GROUP 2: Asphalt shoveler; Cement dumper (on 1 yd. or larger mixer and handling bulk cement); Cesspool digger and 7.c Packet Pg. 121 Attachment: c - Contract, Maino Construction (1155 : Curb Ramps 2015 Award) 20 of 79 installer; Chucktender; Chute handler, pouring concrete, the handling of the chute from readymix trucks, such as walls, slabs, decks, floors, foundation, footings, curbs, gutters and sidewalks; Concrete curer, impervious membrane and form oiler; Cutting torch operator (demolition); Fine grader, highways and street paving, airport, runways and similar type heavy construction; Gas, oil and/or water pipeline wrapper - pot tender and form person; Guinea chaser; Headerboard person - asphalt; Laborer, packing rod steel and pans; Membrane vapor barrier installer; Power broom sweeper (small); Riprap stonepaver, placing stone or wet sacked concrete; Roto scraper and tiller; Sandblaster (pot tender); Septic tank digger and installer(lead); Tank scaler and cleaner; Tree climber, faller, chain saw operator, Pittsburgh chipper and similar type brush shredder; Underground laborer, including caisson bellower GROUP 3: Buggymobile person; Concrete cutting torch; Concrete pile cutter; Driller, jackhammer, 2-1/2 ft. drill steel or longer; Dri-pak-it machine; Gas, oil and/or water pipeline wrapper, 6-in. pipe and over, by any method, inside and out; High scaler (including drilling of same); Hydro seeder and similar type; Impact wrench multi-plate; Kettle person, pot person and workers applying asphalt, lay-kold, creosote, lime caustic and similar type materials ("applying" means applying, dipping, brushing or handling of such materials for pipe wrapping and waterproofing); Operator of pneumatic, gas, electric tools, vibrating machine, pavement breaker, air blasting, come-alongs, and similar mechanical tools not separately classified herein; Pipelayer's backup person, coating, grouting, making of joints, sealing, caulking, diapering and including rubber gasket joints, pointing and any and all other services; Rock slinger; Rotary scarifier or multiple head concrete chipping scarifier; Steel headerboard and guideline setter; Tamper, Barko, Wacker and similar type; Trenching machine, hand-propelled GROUP 4: Asphalt raker, lute person, ironer, asphalt dump person, and asphalt spreader boxes (all types); Concrete core cutter (walls, floors or ceilings), grinder or sander; Concrete saw person, cutting walls or flat work, scoring old or new concrete; Cribber, shorer, lagging, sheeting and trench bracing, hand-guided lagging hammer; Head rock slinger; Laborer, asphalt- rubber distributor boot person; Laser beam in connection with laborers' work; Oversize concrete vibrator operator, 70 lbs. and over; Pipelayer performing all services in the laying and installation of pipe from the point of receiving pipe in the ditch until completion of operation, including any and all forms of tubular material, whether pipe, metallic or non-metallic, conduit and any other stationary type of tubular device used for the conveying of any substance or element, whether water, sewage, solid gas, air, or other product whatsoever and without regard to the nature of material from which the tubular material is fabricated; No-joint pipe and stripping of same; Prefabricated manhole installer; Sandblaster (nozzle person), water blasting, Porta Shot-Blast GROUP 5: Blaster powder, all work of loading holes, placing and blasting of all powder and explosives of whatever type, 7.c Packet Pg. 122 Attachment: c - Contract, Maino Construction (1155 : Curb Ramps 2015 Award) 21 of 79 regardless of method used for such loading and placing; Driller: All power drills, excluding jackhammer, whether core, diamond, wagon, track, multiple unit, and any and all other types of mechanical drills without regard to the form of motive power; Toxic waste removal TUNNEL LABORER CLASSIFICATIONS GROUP 1: Batch plant laborer; Changehouse person; Dump person; Dump person (outside); Swamper (brake person and switch person on tunnel work); Tunnel materials handling person; Nipper; Pot tender, using mastic or other materials (for example, but not by way of limitation, shotcrete, etc.); GROUP 2: Bull gang mucker, track person; Chucktender, Cabletender; Concrete crew, including rodder and spreader; Loading and unloading agitator cars; Vibrator person, jack hammer, pneumatic tools (except driller) GROUP 3: Blaster, driller, powder person; Chemical grout jet person; Cherry picker person; Grout gun person; Grout mixer person; Grout pump person; Jackleg miner; Jumbo person; Kemper and other pneumatic concrete placer operator; Miner, tunnel (hand or machine); Nozzle person; Operating of troweling and/or grouting machines; Powder person (primer house); Primer person; Sandblaster; Shotcrete person; Steel form raiser and setter; Timber person, retimber person, wood or steel; Tunnel Concrete finisher GROUP 4: Diamond driller; Sandblaster; Shaft and raise work ---------------------------------------------------------------- LABO0220-004 07/01/2014 Rates Fringes Brick Tender.....................$ 29.12 15.78 ---------------------------------------------------------------- LABO0300-005 01/01/2014 Rates Fringes Asbestos Removal Laborer.........$ 28.00 15.25 SCOPE OF WORK: Includes site mobilization, initial site cleanup, site preparation, removal of asbestos-containing material and toxic waste, encapsulation, enclosure and disposal of asbestos- containing materials and toxic waste by hand or with equipment or machinery; scaffolding, fabrication of temporary wooden barriers and assembly of decontamination stations. ---------------------------------------------------------------- LABO0345-001 07/01/2014 Rates Fringes LABORER (GUNITE) GROUP 1.....................$ 34.79 17.92 GROUP 2.....................$ 33.84 17.92 7.c Packet Pg. 123 Attachment: c - Contract, Maino Construction (1155 : Curb Ramps 2015 Award) 22 of 79 GROUP 3.....................$ 30.30 17.92 FOOTNOTE: GUNITE PREMIUM PAY: Workers working from a Bosn'n's Chair or suspended from a rope or cable shall receive 40 cents per hour above the foregoing applicable classification rates. Workers doing gunite and/or shotcrete work in a tunnel shall receive 35 cents per hour above the foregoing applicable classification rates, paid on a portal-to-portal basis. Any work performed on, in or above any smoke stack, silo, storage elevator or similar type of structure, when such structure is in excess of 75'-0" above base level and which work must be performed in whole or in part more than 75'-0" above base level, that work performed above the 75'-0" level shall be compensated for at 35 cents per hour above the applicable classification wage rate. GUNITE LABORER CLASSIFICATIONS GROUP 1: Rodmen, Nozzlemen GROUP 2: Gunmen GROUP 3: Reboundmen ---------------------------------------------------------------- * LABO1184-001 08/01/2015 Rates Fringes Laborers: (HORIZONTAL DIRECTIONAL DRILLING) (1) Drilling Crew Laborer...$ 32.60 12.16 (2) Vehicle Operator/Hauler.$ 32.77 12.16 (3) Horizontal Directional Drill Operator..............$ 34.62 12.16 (4) Electronic Tracking Locator.....................$ 36.62 12.16 Laborers: (STRIPING/SLURRY SEAL) GROUP 1.....................$ 33.76 15.04 GROUP 2.....................$ 35.06 15.04 GROUP 3.....................$ 37.07 15.04 GROUP 4.....................$ 38.81 15.04 LABORERS - STRIPING CLASSIFICATIONS GROUP 1: Protective coating, pavement sealing, including repair and filling of cracks by any method on any surface in parking lots, game courts and playgrounds; carstops; operation of all related machinery and equipment; equipment repair technician GROUP 2: Traffic surface abrasive blaster; pot tender - removal of all traffic lines and markings by any method (sandblasting, waterblasting, grinding, etc.) and preparation of surface for coatings. Traffic control person: controlling and directing traffic through both conventional and moving lane closures; operation of all related machinery and equipment 7.c Packet Pg. 124 Attachment: c - Contract, Maino Construction (1155 : Curb Ramps 2015 Award) 23 of 79 GROUP 3: Traffic delineating device applicator: Layout and application of pavement markers, delineating signs, rumble and traffic bars, adhesives, guide markers, other traffic delineating devices including traffic control. This category includes all traffic related surface preparation (sandblasting, waterblasting, grinding) as part of the application process. Traffic protective delineating system installer: removes, relocates, installs, permanently affixed roadside and parking delineation barricades, fencing, cable anchor, guard rail, reference signs, monument markers; operation of all related machinery and equipment; power broom sweeper GROUP 4: Striper: layout and application of traffic stripes and markings; hot thermo plastic; tape traffic stripes and markings, including traffic control; operation of all related machinery and equipment ---------------------------------------------------------------- LABO1414-001 08/05/2015 Rates Fringes LABORER PLASTER CLEAN-UP LABORER....$ 30.16 17.11 PLASTER TENDER..............$ 32.71 17.11 Work on a swing stage scaffold: $1.00 per hour additional. ---------------------------------------------------------------- PAIN0036-007 07/01/2015 Rates Fringes Painters: (1) Repaint Including Lead Abatement...................$ 24.19 12.83 (2) High Iron & Steel.......$ 30.70 12.83 (3) Journeyman Painter including Lead Abatement....$ 28.70 12.83 (4) Industrial..............$ 32.02 12.83 (5) All other work..........$ 28.70 12.83 REPAINT of any previously painted structure. Exceptions: work involving the aerospace industry, breweries, commercial recreational facilities, hotels which operate commercial establishments as part of hotel service, and sports facilities. HIGH IRON & STEEL: Aerial towers, towers, radio towers, smoke stacks, flag poles (any flag poles that can be finished from the ground with a ladder excluded), elevated water towers, steeples and domes in their entirety and any other extremely high and hazardous work, cooning steel, bos'n chair, or other similar devices, painting in other high hazardous work shall be classified as high iron & steel ---------------------------------------------------------------- PAIN0036-008 10/01/2014 Rates Fringes 7.c Packet Pg. 125 Attachment: c - Contract, Maino Construction (1155 : Curb Ramps 2015 Award) 24 of 79 DRYWALL FINISHER/TAPER...........$ 35.18 15.91 ---------------------------------------------------------------- PAIN0169-002 01/01/2015 Rates Fringes GLAZIER..........................$ 34.83 19.75 ---------------------------------------------------------------- PAIN1247-002 01/01/2015 Rates Fringes SOFT FLOOR LAYER.................$ 29.85 13.56 ---------------------------------------------------------------- PLAS0200-001 08/05/2015 Rates Fringes PLASTERER........................$ 38.44 13.77 ---------------------------------------------------------------- PLAS0500-002 07/01/2015 Rates Fringes CEMENT MASON/CONCRETE FINISHER...$ 32.30 20.65 ---------------------------------------------------------------- PLUM0016-001 07/01/2015 Rates Fringes PLUMBER/PIPEFITTER Plumber and Pipefitter All other work except work on new additions and remodeling of bars, restaurant, stores and commercial buildings not to exceed 5,000 sq. ft. of floor space and work on strip malls, light commercial, tenant improvement and remodel work.......................$ 45.96 20.71 Work ONLY on new additions and remodeling of bars, restaurant, stores and commercial buildings not to exceed 5,000 sq. ft. of floor space.................$ 44.54 19.73 Work ONLY on strip malls, light commercial, tenant improvement and remodel work........................$ 35.16 18.06 ---------------------------------------------------------------- PLUM0345-001 07/01/2014 Rates Fringes PLUMBER Landscape/Irrigation Fitter.$ 29.27 19.75 7.c Packet Pg. 126 Attachment: c - Contract, Maino Construction (1155 : Curb Ramps 2015 Award) 25 of 79 Sewer & Storm Drain Work....$ 33.24 17.13 ---------------------------------------------------------------- ROOF0036-002 08/01/2014 Rates Fringes ROOFER...........................$ 35.02 13.57 FOOTNOTE: Pitch premium: Work on which employees are exposed to pitch fumes or required to handle pitch, pitch base or pitch impregnated products, or any material containing coal tar pitch, the entire roofing crew shall receive $1.75 per hour "pitch premium" pay. ---------------------------------------------------------------- SFCA0669-014 07/01/2013 Rates Fringes SPRINKLER FITTER.................$ 32.98 19.35 ---------------------------------------------------------------- SHEE0273-002 08/01/2015 Rates Fringes SHEET METAL WORKER...............$ 40.50 26.67 HOLIDAYS: New Year's Day, Martin Luther King Day, President's Day, Good Friday, Memorial Day, Indepdendence Day, Labor Day, Veterans Day,Thankisgiving Day & Friday after, Christmas Day ---------------------------------------------------------------- TEAM0011-002 07/01/2014 Rates Fringes TRUCK DRIVER GROUP 1....................$ 27.99 24.14 GROUP 2....................$ 28.14 24.14 GROUP 3....................$ 28.27 24.14 GROUP 4....................$ 28.46 24.14 GROUP 5....................$ 28.49 24.14 GROUP 6....................$ 28.52 24.14 GROUP 7....................$ 28.77 24.14 GROUP 8....................$ 29.02 24.14 GROUP 9....................$ 29.22 24.14 GROUP 10....................$ 29.52 24.14 GROUP 11....................$ 30.02 24.14 GROUP 12....................$ 30.45 24.14 WORK ON ALL MILITARY BASES: PREMIUM PAY: $3.00 per hour additional. [29 palms Marine Base, Camp Roberts, China Lake, Edwards AFB, El Centro Naval Facility, Fort Irwin, Marine Corps Logistics Base at Nebo & Yermo, Mountain Warfare Training Center, Bridgeport, Point Arguello, Point Conception, Vandenberg AFB] TRUCK DRIVERS CLASSIFICATIONS 7.c Packet Pg. 127 Attachment: c - Contract, Maino Construction (1155 : Curb Ramps 2015 Award) 26 of 79 GROUP 1: Truck driver GROUP 2: Driver of vehicle or combination of vehicles - 2 axles; Traffic control pilot car excluding moving heavy equipment permit load; Truck mounted broom GROUP 3: Driver of vehicle or combination of vehicles - 3 axles; Boot person; Cement mason distribution truck; Fuel truck driver; Water truck - 2 axle; Dump truck, less than 16 yds. water level; Erosion control driver GROUP 4: Driver of transit mix truck, under 3 yds.; Dumpcrete truck, less than 6-1/2 yds. water level GROUP 5: Water truck, 3 or more axles; Truck greaser and tire person ($0.50 additional for tire person); Pipeline and utility working truck driver, including winch truck and plastic fusion, limited to pipeline and utility work; Slurry truck driver GROUP 6: Transit mix truck, 3 yds. or more; Dumpcrete truck, 6-1/2 yds. water level and over; Vehicle or combination of vehicles - 4 or more axles; Oil spreader truck; Dump truck, 16 yds. to 25 yds. water level GROUP 7: A Frame, Swedish crane or similar; Forklift driver; Ross carrier driver GROUP 8: Dump truck, 25 yds. to 49 yds. water level; Truck repair person; Water pull - single engine; Welder GROUP 9: Truck repair person/welder; Low bed driver, 9 axles or over GROUP 10: Dump truck - 50 yds. or more water level; Water pull - single engine with attachment GROUP 11: Water pull - twin engine; Water pull - twin engine with attachments; Winch truck driver - $1.25 additional when operating winch or similar special attachments GROUP 12: Boom Truck 17K and above ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ================================================================ 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)). ---------------------------------------------------------------- 7.c Packet Pg. 128 Attachment: c - Contract, Maino Construction (1155 : Curb Ramps 2015 Award) 27 of 79 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 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. 7.c Packet Pg. 129 Attachment: c - Contract, Maino Construction (1155 : Curb Ramps 2015 Award) 28 of 79 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 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. 7.c Packet Pg. 130 Attachment: c - Contract, Maino Construction (1155 : Curb Ramps 2015 Award) 29 of 79 Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. ================================================================ END OF GENERAL DECISION   7.c Packet Pg. 131 Attachment: c - Contract, Maino Construction (1155 : Curb Ramps 2015 Award) 30 of 79   General Decision Number: CA150019 09/04/2015 CA19 Superseded General Decision Number: CA20140019 State: California Construction Types: Building, Heavy (Heavy and Dredging) and Highway County: San Luis Obispo County in California. BUILDING, DREDGING (does not include hopper dredge work), HEAVY (does not include water well drilling, AND HIGHWAY CONSTRUCTION PROJECTS Note: Executive Order (EO) 13658 establishes an hourly minimum wage of $10.10 for 2015 that applies to all contracts subject to the Davis-Bacon Act for which the solicitation is 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 $10.10 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/02/2015 1 01/16/2015 2 02/06/2015 3 02/20/2015 4 03/27/2015 5 05/08/2015 6 06/19/2015 7 07/10/2015 8 07/17/2015 9 07/24/2015 10 07/31/2015 11 08/07/2015 12 08/14/2015 13 09/04/2015 ASBE0005-002 06/30/2014 Rates Fringes Asbestos Workers/Insulator (Includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems).....$ 35.44 19.36 Fire Stop Technician (Application of Firestopping Materials for wall openings and penetrations in walls, floors, ceilings and curtain 7.c Packet Pg. 132 Attachment: c - Contract, Maino Construction (1155 : Curb Ramps 2015 Award) 31 of 79 walls)...........................$ 24.34 16.09 ---------------------------------------------------------------- ASBE0005-004 06/24/2013 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)....$ 16.95 10.23 ---------------------------------------------------------------- BOIL0092-004 10/01/2012 Area within a 25 mile radius of City of Santa Maria Rates Fringes BOILERMAKER......................$ 41.17 28.27 ---------------------------------------------------------------- BOIL0549-007 01/01/2013 Remainder of County outside a 25 mile radius of City of Santa Maria Rates Fringes BOILERMAKER......................$ 38.37 31.32 ---------------------------------------------------------------- * BRCA0004-006 05/01/2015 Rates Fringes BRICKLAYER; MARBLE SETTER........$ 36.26 13.70 *The wage scale for prevailing wage projects performed in Blythe, China lake, Death Valley, Fort Irwin, Twenty-Nine Palms, Needles and 1-15 corridor (Barstow to the Nevada State Line) will be Three Dollars ($3.00) above the standard San Bernardino/Riverside County hourly wage rate ---------------------------------------------------------------- BRCA0018-008 06/01/2014 Rates Fringes MARBLE FINISHER..................$ 28.45 11.38 TILE FINISHER....................$ 23.78 9.84 ---------------------------------------------------------------- BRCA0018-011 06/01/2014 Rates Fringes TILE LAYER.......................$ 35.14 14.33 ---------------------------------------------------------------- 7.c Packet Pg. 133 Attachment: c - Contract, Maino Construction (1155 : Curb Ramps 2015 Award) 32 of 79 CARP0409-001 07/01/2010 Rates Fringes CARPENTER (1) Carpenter, Cabinet Installer, Insulation Installer, Hardwood Floor Worker and acoustical installer...................$ 37.35 11.08 (2) Millwright..............$ 37.85 11.08 (3) Piledrivermen/Derrick Bargeman, Bridge or Dock Carpenter, Heavy Framer, Rock Bargeman or Scowman, Rockslinger, Shingler (Commercial)................$ 37.48 11.08 (4) Pneumatic Nailer, Power Stapler...............$ 37.60 11.08 (5) Sawfiler...............$ 37.44 11.08 (6) Scaffold Builder.......$ 28.55 11.08 (7) Table Power Saw Operator....................$ 37.45 11.08 FOOTNOTE: Work of forming in the construction of open cut sewers or storm drains, on operations in which horizontal lagging is used in conjunction with steel H-Beams driven or placed in pre- drilled holes, for that portion of a lagged trench against which concrete is poured, namely, as a substitute for back forms (which work is performed by piledrivers): $0.13 per hour additional. ---------------------------------------------------------------- CARP0409-005 07/01/2010 Rates Fringes Drywall DRYWALL INSTALLER/LATHER....$ 37.35 11.08 STOCKER/SCRAPPER............$ 10.00 6.67 ---------------------------------------------------------------- CARP0409-008 08/01/2010 Rates Fringes Modular Furniture Installer......$ 17.00 7.41 ---------------------------------------------------------------- ELEC0639-001 06/01/2015 Rates Fringes Electricians Wireman/Technician..........$ 39.30 18.66 FOOTNOTES: CABLE SPLICER: 10% additional per hour above Wireman/Technician basic hourly rate. Work from trusses, swinging scaffolds, open ladders, scaffolds, bosun chairs, stacks or towers, where subject to 7.c Packet Pg. 134 Attachment: c - Contract, Maino Construction (1155 : Curb Ramps 2015 Award) 33 of 79 a direct fall from the ground floor or support structure from a distance of fifty (50) feet to ninety (90) feet: to be paid time and one-half. Work from trusses, swinging scaffolds, open ladders, scaffolds, bosun chairs, stacks or towers, where subject to a direct fall from the ground floor or support structure from a distance over ninety (90) feet: to be paid double the regular straight time rate of pay. Where workers are required to work under compressed air or in areas where injurious gases, dust or fumes are present in amounts necessitating the use of gas masks or self-contained breathing apparatus (particle masks are not considered self-contained breathing apparatus) or where workers work on poles at a distance of seventy-five (75) feet or more from the ground: to be paid a bonus of straight time pay. This shall be at a minimum of one hour, and thereafter, each succeeding hour or fraction thereof shall constitute an hour at the bonus rate. Tunnel work: to be paid at the time and one-quarter hourly rate. All employers may request workmen to report direct to a job within a free zone to include everything west of ten (10) miles east of Highway 101, as the crow flies, and then (10) miles north and south of Highway 46, as the crow flies, to the junction of Highway 41 and Highway 46. Everything outside this area shall be paid at full subsistence provide said job is of five (5) days duration or more and provide there is storage on the job for the Employee's tools. The Employer will be responsible for loss of tools under such circumstances. (Road: The most direct route on a surfaced road). On all jobs or projects outside the free zone, as stated above, Employees may be required to report to the job site in their own transportation at the regular starting time and remain on the job site until the regular quitting time and these shall be paid at fifty dollars ($50.00) per day or fifty-one cents ($0.51) per mile for each road mile from shop to job and job to shop (round trip). (Day worked shall mean at least four (4) hours on the job unless sent home on account of weather, emergency, sickness, or injury). The Employer shall pay for traveling time and furnish transportation from shop to job, job to job, and job to shop. Travel time shall be at the appropriate rate of pay for that day of the week. (Monday through Friday, straight time, Saturday and Sunday, double time.) ---------------------------------------------------------------- ELEC0639-003 05/26/2014 COMMUNICATIONS AND SYSTEMS WORK SAN LUIS OBISPO COUNTY Rates Fringes Communications System Installer...................$ 29.09 11.60 Technician..................$ 30.89 11.66 SCOPE OF WORK: Installation, testing, service and maintenance 7.c Packet Pg. 135 Attachment: c - Contract, Maino Construction (1155 : Curb Ramps 2015 Award) 34 of 79 of systems utilizing the transmission and/or transference of voice, sound, vision and digital for commercial, educational, security and entertainment purposes for the following: TV monitoring and surveillance, background - foreground music, intercom and telephone interconnect, microwave transmission, multi-media, multiplex, nurse call systems, radio page, burglar alarms and fire alarm (see last paragraph below). Communication Systems that transmit or receive information and/or control systems that are intrinsic to the above listed systems; inclusion or exclusion of terminations and testings of conductors determined by their function; excluding all other data systems or multiple systems which include control function or power supply; excluding installation of raceway systems, conduit systems, line voltage work, and energy management systems. Fire alarm work shall be performed at the current inside electrician total cost package. ---------------------------------------------------------------- ELEC1245-001 06/01/2015 Rates Fringes LINE CONSTRUCTION (1) Lineman; Cable splicer..$ 52.85 15.53 (2) Equipment specialist (operates crawler tractors, commercial motor vehicles, backhoes, trenchers, cranes (50 tons and below), overhead & underground distribution line equipment)...........$ 42.21 14.32 (3) Groundman...............$ 32.28 14.03 (4) Powderman...............$ 47.19 14.60 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 ---------------------------------------------------------------- ELEV0008-003 01/01/2015 Rates Fringes ELEVATOR MECHANIC................$ 60.39 28.38 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. ---------------------------------------------------------------- ENGI0012-003 07/06/2015 7.c Packet Pg. 136 Attachment: c - Contract, Maino Construction (1155 : Curb Ramps 2015 Award) 35 of 79 Rates Fringes OPERATOR: Power Equipment (All Other Work) GROUP 1....................$ 39.95 23.35 GROUP 2....................$ 40.73 23.35 GROUP 3....................$ 41.02 23.35 GROUP 4....................$ 42.51 23.35 GROUP 5....................$ 41.86 23.35 GROUP 6....................$ 41.83 23.35 GROUP 8....................$ 42.84 23.35 GROUP 9....................$ 42.19 23.35 GROUP 10....................$ 42.96 23.35 GROUP 11....................$ 42.31 23.35 GROUP 12....................$ 43.13 23.35 GROUP 13....................$ 43.23 23.35 GROUP 14....................$ 43.26 23.35 GROUP 15....................$ 43.34 23.35 GROUP 16....................$ 43.46 23.35 GROUP 17....................$ 43.63 23.35 GROUP 18....................$ 43.73 23.35 GROUP 19....................$ 43.84 23.35 GROUP 20....................$ 43.96 23.35 GROUP 21....................$ 44.13 23.35 GROUP 22....................$ 44.23 23.35 GROUP 23....................$ 44.34 23.35 GROUP 24....................$ 44.46 23.35 GROUP 25....................$ 44.63 23.35 OPERATOR: Power Equipment (Cranes, Piledriving & Hoisting) GROUP 1....................$ 41.30 23.35 GROUP 2....................$ 42.08 23.35 GROUP 3....................$ 42.37 23.35 GROUP 4....................$ 42.51 23.35 GROUP 5....................$ 42.73 23.35 GROUP 6....................$ 42.84 23.35 GROUP 7....................$ 42.96 23.35 GROUP 8....................$ 43.13 23.35 GROUP 9....................$ 43.30 23.35 GROUP 10....................$ 44.30 23.35 GROUP 11....................$ 45.30 23.35 GROUP 12....................$ 46.30 23.35 GROUP 13....................$ 47.30 23.35 OPERATOR: Power Equipment (Tunnel Work) GROUP 1....................$ 41.80 23.35 GROUP 2....................$ 42.58 23.35 GROUP 3....................$ 42.87 23.35 GROUP 4....................$ 43.01 23.35 GROUP 5....................$ 43.23 23.35 GROUP 6....................$ 43.34 23.35 GROUP 7....................$ 43.46 23.35 PREMIUM PAY: $3.75 per hour shall be paid on all Power Equipment Operator work on the followng Military Bases: China Lake Naval Reserve, Vandenberg AFB, Point Arguello, Seely Naval Base, Fort Irwin, Nebo Annex Marine Base, Marine Corp Logistics Base Yermo, Edwards AFB, 29 Palms Marine Base and Camp Pendleton 7.c Packet Pg. 137 Attachment: c - Contract, Maino Construction (1155 : Curb Ramps 2015 Award) 36 of 79 Workers required to suit up and work in a hazardous material environment: $2.00 per hour additional. Combination mixer and compressor operator on gunite work shall be classified as a concrete mobile mixer operator. SEE ZONE DEFINITIONS AFTER CLASSIFICATIONS POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1: Bargeman; Brakeman; Compressor operator; Ditch Witch, with seat or similar type equipment; Elevator operator-inside; Engineer Oiler; Forklift operator (includes loed, lull or similar types under 5 tons; Generator operator; Generator, pump or compressor plant operator; Pump operator; Signalman; Switchman GROUP 2: Asphalt-rubber plant operator (nurse tank operator); Concrete mixer operator-skip type; Conveyor operator; Fireman; Forklift operator (includes loed, lull or similar types over 5 tons; Hydrostatic pump operator; oiler crusher (asphalt or concrete plant); Petromat laydown machine; PJU side dum jack; Screening and conveyor machine operator (or similar types); Skiploader (wheel type up to 3/4 yd. without attachment); Tar pot fireman; Temporary heating plant operator; Trenching machine oiler GROUP 3: Asphalt-rubber blend operator; Bobcat or similar type (Skid steer); Equipment greaser (rack); Ford Ferguson (with dragtype attachments); Helicopter radioman (ground); Stationary pipe wrapping and cleaning machine operator GROUP 4: Asphalt plant fireman; Backhoe operator (mini-max or similar type); Boring machine operator; Boxman or mixerman (asphalt or concrete); Chip spreading machine operator; Concrete cleaning decontamination machine operator; Concrete Pump Operator (small portable); Drilling machine operator, small auger types (Texoma super economatic or similar types - Hughes 100 or 200 or similar types - drilling depth of 30' maximum); Equipment greaser (grease truck); Guard rail post driver operator; Highline cableway signalman; Hydra-hammer-aero stomper; Micro Tunneling (above ground tunnel); Power concrete curing machine operator; Power concrete saw operator; Power-driven jumbo form setter operator; Power sweeper operator; Rock Wheel Saw/Trencher; Roller operator (compacting); Screed operator (asphalt or concrete); Trenching machine operator (up to 6 ft.); Vacuum or much truck GROUP 5: Equipment Greaser (Grease Truck/Multi Shift). GROUP 6: Articulating material hauler; Asphalt plant engineer; Batch plant operator; Bit sharpener; Concrete joint machine operator (canal and similar type); Concrete planer operator; Dandy digger; Deck engine operator; Derrickman (oilfield type); Drilling machine operator, bucket or auger types (Calweld 100 bucket or similar types - Watson 1000 auger or similar types - Texoma 330, 500 or 600 auger or similar types - drilling depth of 45' maximum); Drilling machine operator; Hydrographic seeder machine operator (straw, pulp or seed), Jackson track 7.c Packet Pg. 138 Attachment: c - Contract, Maino Construction (1155 : Curb Ramps 2015 Award) 37 of 79 maintainer, or similar type; Kalamazoo Switch tamper, or similar type; Machine tool operator; Maginnis internal full slab vibrator, Mechanical berm, curb or gutter(concrete or asphalt); Mechanical finisher operator (concrete, Clary-Johnson-Bidwell or similar); Micro tunnel system (below ground); Pavement breaker operator (truck mounted); Road oil mixing machine operator; Roller operator (asphalt or finish), rubber-tired earth moving equipment (single engine, up to and including 25 yds. struck); Self-propelled tar pipelining machine operator; Skiploader operator (crawler and wheel type, over 3/4 yd. and up to and including 1-1/2 yds.); Slip form pump operator (power driven hydraulic lifting device for concrete forms); Tractor operator-bulldozer, tamper-scraper (single engine, up to 100 h.p. flywheel and similar types, up to and including D-5 and similar types); Tugger hoist operator (1 drum); Ultra high pressure waterjet cutting tool system operator; Vacuum blasting machine operator GROUP 8: Asphalt or concrete spreading operator (tamping or finishing); Asphalt paving machine operator (Barber Greene or similar type); Asphalt-rubber distribution operator; Backhoe operator (up to and including 3/4 yd.), small ford, Case or similar; Cast-in-place pipe laying machine operator; Combination mixer and compressor operator (gunite work); Compactor operator (self-propelled); Concrete mixer operator (paving); Crushing plant operator; Drill Doctor; Drilling machine operator, Bucket or auger types (Calweld 150 bucket or similar types - Watson 1500, 2000 2500 auger or similar types - Texoma 700, 800 auger or similar types - drilling depth of 60' maximum); Elevating grader operator; Grade checker; Gradall operator; Grouting machine operator; Heavy-duty repairman; Heavy equipment robotics operator; Kalamazoo balliste regulator or similar type; Kolman belt loader and similar type; Le Tourneau blob compactor or similar type; Loader operator (Athey, Euclid, Sierra and similar types); Mobark Chipper or similar; Ozzie padder or similar types; P.C. slot saw; Pneumatic concrete placing machine operator (Hackley-Presswell or similar type); Pumpcrete gun operator; Rock Drill or similar types; Rotary drill operator (excluding caisson type); Rubber-tired earth-moving equipment operator (single engine, caterpillar, Euclid, Athey Wagon and similar types with any and all attachments over 25 yds. up to and including 50 cu. yds. struck); Rubber-tired earth-moving equipment operator (multiple engine up to and including 25 yds. struck); Rubber-tired scraper operator (self-loading paddle wheel type-John Deere, 1040 and similar single unit); Self- propelled curb and gutter machine operator; Shuttle buggy; Skiploader operator (crawler and wheel type over 1-1/2 yds. up to and including 6-1/2 yds.); Soil remediation plant operator; Surface heaters and planer operator; Tractor compressor drill combination operator; Tractor operator (any type larger than D-5 - 100 flywheel h.p. and over, or similar-bulldozer, tamper, scraper and push tractor single engine); Tractor operator (boom attachments), Traveling pipe wrapping, cleaning and bendng machine operator; Trenching machine operator (over 6 ft. depth capacity, manufacturer's rating); trenching Machine with Road Miner attachment (over 6 ft depth capacity): Ultra high pressure waterjet cutting tool system mechanic; Water pull 7.c Packet Pg. 139 Attachment: c - Contract, Maino Construction (1155 : Curb Ramps 2015 Award) 38 of 79 (compaction) operator GROUP 9: Heavy Duty Repairman GROUP 10: Drilling machine operator, Bucket or auger types (Calweld 200 B bucket or similar types-Watson 3000 or 5000 auger or similar types-Texoma 900 auger or similar types-drilling depth of 105' maximum); Dual drum mixer, dynamic compactor LDC350 (or similar types); Monorail locomotive operator (diesel, gas or electric); Motor patrol-blade operator (single engine); Multiple engine tractor operator (Euclid and similar type-except Quad 9 cat.); Rubber-tired earth-moving equipment operator (single engine, over 50 yds. struck); Pneumatic pipe ramming tool and similar types; Prestressed wrapping machine operator; Rubber-tired earth-moving equipment operator (single engine, over 50 yds. struck); Rubber tired earth moving equipment operator (multiple engine, Euclid, caterpillar and similar over 25 yds. and up to 50 yds. struck), Tower crane repairman; Tractor loader operator (crawler and wheel type over 6-1/2 yds.); Woods mixer operator (and similar Pugmill equipment) GROUP 11: Heavy Duty Repairman - Welder Combination, Welder - Certified. GROUP 12: Auto grader operator; Automatic slip form operator; Drilling machine operator, bucket or auger types (Calweld, auger 200 CA or similar types - Watson, auger 6000 or similar types - Hughes Super Duty, auger 200 or similar types - drilling depth of 175' maximum); Hoe ram or similar with compressor; Mass excavator operator less tha 750 cu. yards; Mechanical finishing machine operator; Mobile form traveler operator; Motor patrol operator (multi-engine); Pipe mobile machine operator; Rubber-tired earth- moving equipment operator (multiple engine, Euclid, Caterpillar and similar type, over 50 cu. yds. struck); Rubber-tired self- loading scraper operator (paddle-wheel-auger type self-loading - two (2) or more units) GROUP 13: Rubber-tired earth-moving equipment operator operating equipment with push-pull system (single engine, up to and including 25 yds. struck) GROUP 14: Canal liner operator; Canal trimmer operator; Remote- control earth-moving equipment operator (operating a second piece of equipment: $1.00 per hour additional); Wheel excavator operator (over 750 cu. yds.) GROUP 15: Rubber-tired earth-moving equipment operator, operating equipment with push-pull system (single engine, Caterpillar, Euclid, Athey Wagon and similar types with any and all attachments over 25 yds. and up to and including 50 yds. struck); Rubber-tired earth-moving equipment operator, operating equipment with push-pull system (multiple engine-up to and including 25 yds. struck) GROUP 16: Rubber-tired earth-moving equipment operator, operating equipment with push-pull system (single engine, over 50 yds. struck); Rubber-tired earth-moving equipment operator, operating equipment with push-pull system 7.c Packet Pg. 140 Attachment: c - Contract, Maino Construction (1155 : Curb Ramps 2015 Award) 39 of 79 (multiple engine, Euclid, Caterpillar and similar, over 25 yds. and up to 50 yds. struck) GROUP 17: Rubber-tired earth-moving equipment operator, operating equipment with push-pull system (multiple engine, Euclid, Caterpillar and similar, over 50 cu. yds. struck); Tandem tractor operator (operating crawler type tractors in tandem - Quad 9 and similar type) GROUP 18: Rubber-tired earth-moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - single engine, up to and including 25 yds. struck) GROUP 19: Rotex concrete belt operator (or similar types); Rubber-tired earth-moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - single engine, Caterpillar, Euclid, Athey Wagon and similar types with any and all attachments over 25 yds.and up to and including 50 cu. yds. struck); Rubber-tired earth-moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - multiple engine, up to and including 25 yds. struck) GROUP 20: Rubber-tired earth-moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - single engine, over 50 yds. struck); Rubber-tired earth-moving equipment operator, operating in tandem (scrapers, belly dumps, and similar types in any combination, excluding compaction units - multiple engine, Euclid, Caterpillar and similar, over 25 yds. and up to 50 yds. struck) GROUP 21: Rubber-tired earth-moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - multiple engine, Euclid, Caterpillar and similar type, over 50 cu. yds. struck) GROUP 22: Rubber-tired earth-moving equipment operator, operating equipment with the tandem push-pull system (single engine, up to and including 25 yds. struck) GROUP 23: Rubber-tired earth-moving equipment operator, operating equipment with the tandem push-pull system (single engine, Caterpillar, Euclid, Athey Wagon and similar types with any and all attachments over 25 yds. and up to and including 50 yds. struck); Rubber-tired earth-moving equipment operator, operating with the tandem push-pull system (multiple engine, up to and including 25 yds. struck) GROUP 24: Rubber-tired earth-moving equipment operator, operating equipment with the tandem push-pull system (single engine, over 50 yds. struck); Rubber-tired earth-moving equipment operator, operating equipment with the tandem push-pull system (multiple engine, Euclid, Caterpillar and similar, over 25 yds. and up to 50 yds. struck) 7.c Packet Pg. 141 Attachment: c - Contract, Maino Construction (1155 : Curb Ramps 2015 Award) 40 of 79 GROUP 25: Concrete pump operator-truck mounted; Rubber-tired earth-moving equipment operator, operating equipment with the tandem push-pull system (multiple engine, Euclid, Caterpillar and similar type, over 50 cu. yds. struck) CRANES, PILEDRIVING AND HOISTING EQUIPMENT CLASSIFICATIONS GROUP 1: Engineer oiler; Fork lift operator (includes loed, lull or similar types) GROUP 2: Truck crane oiler GROUP 3: A-frame or winch truck operator; Ross carrier operator (jobsite) GROUP 4: Bridge-type unloader and turntable operator; Helicopter hoist operator GROUP 5: Hydraulic boom truck; Stinger crane (Austin-Western or similar type); Tugger hoist operator (1 drum) GROUP 6: Bridge crane operator; Cretor crane operator; Hoist operator (Chicago boom and similar type); Lift mobile operator; Lift slab machine operator (Vagtborg and similar types); Material hoist and/or manlift operator; Polar gantry crane operator; Self Climbing scaffold (or similar type); Shovel, backhoe, dragline, clamshell operator (over 3/4 yd. and up to 5 cu. yds. mrc); Tugger hoist operator GROUP 7: Pedestal crane operator; Shovel, backhoe, dragline, clamshell operator (over 5 cu. yds. mrc); Tower crane repair; Tugger hoist operator (3 drum) GROUP 8: Crane operator (up to and including 25 ton capacity); Crawler transporter operator; Derrick barge operator (up to and including 25 ton capacity); Hoist operator, stiff legs, Guy derrick or similar type (up to and including 25 ton capacity); Shovel, backhoe, dragline, clamshell operator (over 7 cu. yds., M.R.C.) GROUP 9: Crane operator (over 25 tons and up to and including 50 tons mrc); Derrick barge operator (over 25 tons up to and including 50 tons mrc); Highline cableway operator; Hoist operator, stiff legs, Guy derrick or similar type (over 25 tons up to and including 50 tons mrc); K-crane operator; Polar crane operator; Self erecting tower crane operator maximum lifting capacity ten tons GROUP 10: Crane operator (over 50 tons and up to and including 100 tons mrc); Derrick barge operator (over 50 tons up to and including 100 tons mrc); Hoist operator, stiff legs, Guy derrick or similar type (over 50 tons up to and including 100 tons mrc), Mobile tower crane operator (over 50 tons, up to and including 100 tons M.R.C.); Tower crane operator and tower gantry GROUP 11: Crane operator (over 100 tons and up to and including 200 tons mrc); Derrick barge operator (over 100 tons up to and including 200 tons mrc); Hoist operator, stiff legs, Guy derrick or similar type (over 100 tons up 7.c Packet Pg. 142 Attachment: c - Contract, Maino Construction (1155 : Curb Ramps 2015 Award) 41 of 79 to and including 200 tons mrc); Mobile tower crane operator (over 100 tons up to and including 200 tons mrc) GROUP 12: Crane operator (over 200 tons up to and including 300 tons mrc); Derrick barge operator (over 200 tons up to and including 300 tons mrc); Hoist operator, stiff legs, Guy derrick or similar type (over 200 tons, up to and including 300 tons mrc); Mobile tower crane operator (over 200 tons, up to and including 300 tons mrc) GROUP 13: Crane operator (over 300 tons); Derrick barge operator (over 300 tons); Helicopter pilot; Hoist operator, stiff legs, Guy derrick or similar type (over 300 tons); Mobile tower crane operator (over 300 tons) TUNNEL CLASSIFICATIONS GROUP 1: Skiploader (wheel type up to 3/4 yd. without attachment) GROUP 2: Power-driven jumbo form setter operator GROUP 3: Dinkey locomotive or motorperson (up to and including 10 tons) GROUP 4: Bit sharpener; Equipment greaser (grease truck); Slip form pump operator (power-driven hydraulic lifting device for concrete forms); Tugger hoist operator (1 drum); Tunnel locomotive operator (over 10 and up to and including 30 tons) GROUP 5: Backhoe operator (up to and including 3/4 yd.); Small Ford, Case or similar; Drill doctor; Grouting machine operator; Heading shield operator; Heavy-duty repairperson; Loader operator (Athey, Euclid, Sierra and similar types); Mucking machine operator (1/4 yd., rubber-tired, rail or track type); Pneumatic concrete placing machine operator (Hackley-Presswell or similar type); Pneumatic heading shield (tunnel); Pumpcrete gun operator; Tractor compressor drill combination operator; Tugger hoist operator (2 drum); Tunnel locomotive operator (over 30 tons) GROUP 6: Heavy Duty Repairman GROUP 7: Tunnel mole boring machine operator ENGINEERS ZONES $1.00 additional per hour for all of IMPERIAL County and the portions of KERN, RIVERSIDE & SAN BERNARDINO Counties as defined below: That area within the following Boundary: Begin in San Bernardino County, approximately 3 miles NE of the intersection of I-15 and the California State line at that point which is the NW corner of Section 1, T17N,m R14E, San Bernardino Meridian. Continue W in a straight line to that point which is the SW corner of the northwest quarter of Section 6, T27S, R42E, Mt. Diablo Meridian. Continue North to the intersection with the Inyo County Boundary at that point which is the NE corner of the western half of the northern quarter of Section 7.c Packet Pg. 143 Attachment: c - Contract, Maino Construction (1155 : Curb Ramps 2015 Award) 42 of 79 6, T25S, R42E, MDM. Continue W along the Inyo and San Bernardino County boundary until the intersection with Kern County, as that point which is the SE corner of Section 34, T24S, R40E, MDM. Continue W along the Inyo and Kern County boundary until the intersection with Tulare County, at that point which is the SW corner of the SE quarter of Section 32, T24S, R37E, MDM. Continue W along the Kern and Tulare County boundary, until that point which is the NW corner of T25S, R32E, MDM. Continue S following R32E lines to the NW corner of T31S, R32E, MDM. Continue W to the NW corner of T31S, R31E, MDM. Continue S to the SW corner of T32S, R31E, MDM. Continue W to SW corner of SE quarter of Section 34, T32S, R30E, MDM. Continue S to SW corner of T11N, R17W, SBM. Continue E along south boundary of T11N, SBM to SW corner of T11N, R7W, SBM. Continue S to SW corner of T9N, R7W, SBM. Continue E along south boundary of T9N, SBM to SW corner of T9N, R1E, SBM. Continue S along west boundary of R1E, SMB to Riverside County line at the SW corner of T1S, R1E, SBM. Continue E along south boundary of T1s, SBM (Riverside County Line) to SW corner of T1S, R10E, SBM. Continue S along west boundary of R10E, SBM to Imperial County line at the SW corner of T8S, R10E, SBM. Continue W along Imperial and Riverside county line to NW corner of T9S, R9E, SBM. Continue S along the boundary between Imperial and San Diego Counties, along the west edge of R9E, SBM to the south boundary of Imperial County/California state line. Follow the California state line west to Arizona state line, then north to Nevada state line, then continuing NW back to start at the point which is the NW corner of Section 1, T17N, R14E, SBM $1.00 additional per hour for portions of SAN LUIS OBISPO, KERN, SANTA BARBARA & VENTURA as defined below: That area within the following Boundary: Begin approximately 5 miles north of the community of Cholame, on the Monterey County and San Luis Obispo County boundary at the NW corner of T25S, R16E, Mt. Diablo Meridian. Continue south along the west side of R16E to the SW corner of T30S, R16E, MDM. Continue E to SW corner of T30S, R17E, MDM. Continue S to SW corner of T31S, R17E, MDM. Continue E to SW corner of T31S, R18E, MDM. Continue S along West side of R18E, MDM as it crosses into San Bernardino Meridian numbering area and becomes R30W. Follow the west side of R30W, SBM to the SW corner of T9N, R30W, SBM. Continue E along the south edge of T9N, SBM to the Santa Barbara County and Ventura County boundary at that point whch is the SW corner of Section 34.T9N, R24W, SBM, continue S along the Ventura County line to that point which is the SW corner of the SE quarter of Section 32, T7N, R24W, SBM. Continue E along the south edge of T7N, SBM to the SE corner to T7N, R21W, SBM. Continue N along East side of R21W, SBM to Ventura County and Kern County boundary at the NE corner of T8N, R21W. Continue W along the Ventura County and Kern County boundary to the SE corner of T9N, R21W. Continue North along the East edge of R21W, SBM to the NE corner of T12N, R21W, SBM. Continue West along the north edge of T12N, SBM to the SE corner of T32S, R21E, MDM. [T12N SBM is a think strip between T11N SBM and T32S MDM]. Continue North along the East side of R21E, MDM to the Kings County and Kern County border at the NE corner of T25S, R21E, MDM, continue West along the Kings County and Kern County Boundary until the intersection of San Luis Obispo County. Continue west along the Kings County and San Luis 7.c Packet Pg. 144 Attachment: c - Contract, Maino Construction (1155 : Curb Ramps 2015 Award) 43 of 79 Obispo County boundary until the intersection with Monterey County. Continue West along the Monterey County and San Luis Obispo County boundary to the beginning point at the NW corner of T25S, R16E, MDM. $2.00 additional per hour for INYO and MONO Counties and the Northern portion of SAN BERNARDINO County as defined below: That area within the following Boundary: Begin at the intersection of the northern boundary of Mono County and the California state line at the point which is the center of Section 17, T10N, R22E, Mt. Diablo Meridian. Continue S then SE along the entire western boundary of Mono County, until it reaches Inyo County at the point which is the NE corner of the Western half of the NW quarter of Section 2, T8S, R29E, MDM. Continue SSE along the entire western boundary of Inyo County, until the intersection with Kern County at the point which is the SW corner of the SE 1/4 of Section 32, T24S, R37E, MDM. Continue E along the Inyo and Kern County boundary until the intersection with San Bernardino County at that point which is the SE corner of section 34, T24S, R40E, MDM. Continue E along the Inyo and San Bernardino County boundary until the point which is the NE corner of the Western half of the NW quarter of Section 6, T25S, R42E, MDM. Continue S to that point which is the SW corner of the NW quarter of Section 6, T27S, R42E, MDM. Continue E in a straight line to the California and Nevada state border at the point which is the NW corner of Section 1, T17N, R14E, San Bernardino Meridian. Then continue NW along the state line to the starting point, which is the center of Section 18, T10N, R22E, MDM. REMAINING AREA NOT DEFINED ABOVE RECIEVES BASE RATE ---------------------------------------------------------------- ENGI0012-004 08/01/2015 Rates Fringes OPERATOR: Power Equipment (DREDGING) (1) Leverman................$ 49.50 23.60 (2) Dredge dozer............$ 43.53 23.60 (3) Deckmate................$ 43.42 23.60 (4) Winch operator (stern winch on dredge)............$ 42.87 23.60 (5) Fireman-Oiler, Deckhand, Bargeman, Leveehand...................$ 42.33 23.60 (6) Barge Mate..............$ 42.94 23.60 ---------------------------------------------------------------- IRON0377-002 07/01/2015 Rates Fringes Ironworkers: Fence Erector...............$ 27.08 20.21 Ornamental, Reinforcing and Structural..............$ 33.50 28.85 7.c Packet Pg. 145 Attachment: c - Contract, Maino Construction (1155 : Curb Ramps 2015 Award) 44 of 79 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 $2.00 additional per hour at the following locations: Port Hueneme, Port Mugu, U.S. Coast Guard Station - Two Rock ---------------------------------------------------------------- LABO0220-001 07/01/2014 Rates Fringes LABORER (TUNNEL) GROUP 1.....................$ 35.74 16.48 GROUP 2.....................$ 36.06 16.48 GROUP 3.....................$ 36.52 16.48 GROUP 4.....................$ 37.21 16.48 LABORER GROUP 1.....................$ 30.19 16.48 GROUP 2.....................$ 30.74 16.48 GROUP 3.....................$ 31.29 16.48 GROUP 4.....................$ 32.84 16.48 GROUP 5.....................$ 33.19 16.48 LABORER CLASSIFICATIONS GROUP 1: Cleaning and handling of panel forms; Concrete screeding for rough strike-off; Concrete, water curing; Demolition laborer, the cleaning of brick if performed by a worker performing any other phase of demolition work, and the cleaning of lumber; Fire watcher, limber, brush loader, piler and debris handler; Flag person; Gas, oil and/or water pipeline laborer; Laborer, asphalt-rubber material loader; Laborer, general or construction; Laborer, general clean-up; Laborer, landscaping; Laborer, jetting; Laborer, temporary water and air lines; Material hose operator (walls, slabs, floors and decks); Plugging, filling of shee bolt holes; Dry packing of concrete; Railroad maintenance, repair track person and road beds; Streetcar and railroad construction track laborers; Rigging and signaling; Scaler; Slip form raiser; Tar and mortar; Tool crib or tool house laborer; Traffic control by any method; Window cleaner; Wire mesh pulling - all concrete pouring operations GROUP 2: Asphalt shoveler; Cement dumper (on 1 yd. or larger mixer and handling bulk cement); Cesspool digger and 7.c Packet Pg. 146 Attachment: c - Contract, Maino Construction (1155 : Curb Ramps 2015 Award) 45 of 79 installer; Chucktender; Chute handler, pouring concrete, the handling of the chute from readymix trucks, such as walls, slabs, decks, floors, foundation, footings, curbs, gutters and sidewalks; Concrete curer, impervious membrane and form oiler; Cutting torch operator (demolition); Fine grader, highways and street paving, airport, runways and similar type heavy construction; Gas, oil and/or water pipeline wrapper - pot tender and form person; Guinea chaser; Headerboard person - asphalt; Laborer, packing rod steel and pans; Membrane vapor barrier installer; Power broom sweeper (small); Riprap stonepaver, placing stone or wet sacked concrete; Roto scraper and tiller; Sandblaster (pot tender); Septic tank digger and installer(lead); Tank scaler and cleaner; Tree climber, faller, chain saw operator, Pittsburgh chipper and similar type brush shredder; Underground laborer, including caisson bellower GROUP 3: Buggymobile person; Concrete cutting torch; Concrete pile cutter; Driller, jackhammer, 2-1/2 ft. drill steel or longer; Dri-pak-it machine; Gas, oil and/or water pipeline wrapper, 6-in. pipe and over, by any method, inside and out; High scaler (including drilling of same); Hydro seeder and similar type; Impact wrench multi-plate; Kettle person, pot person and workers applying asphalt, lay-kold, creosote, lime caustic and similar type materials ("applying" means applying, dipping, brushing or handling of such materials for pipe wrapping and waterproofing); Operator of pneumatic, gas, electric tools, vibrating machine, pavement breaker, air blasting, come-alongs, and similar mechanical tools not separately classified herein; Pipelayer's backup person, coating, grouting, making of joints, sealing, caulking, diapering and including rubber gasket joints, pointing and any and all other services; Rock slinger; Rotary scarifier or multiple head concrete chipping scarifier; Steel headerboard and guideline setter; Tamper, Barko, Wacker and similar type; Trenching machine, hand-propelled GROUP 4: Asphalt raker, lute person, ironer, asphalt dump person, and asphalt spreader boxes (all types); Concrete core cutter (walls, floors or ceilings), grinder or sander; Concrete saw person, cutting walls or flat work, scoring old or new concrete; Cribber, shorer, lagging, sheeting and trench bracing, hand-guided lagging hammer; Head rock slinger; Laborer, asphalt- rubber distributor boot person; Laser beam in connection with laborers' work; Oversize concrete vibrator operator, 70 lbs. and over; Pipelayer performing all services in the laying and installation of pipe from the point of receiving pipe in the ditch until completion of operation, including any and all forms of tubular material, whether pipe, metallic or non-metallic, conduit and any other stationary type of tubular device used for the conveying of any substance or element, whether water, sewage, solid gas, air, or other product whatsoever and without regard to the nature of material from which the tubular material is fabricated; No-joint pipe and stripping of same; Prefabricated manhole installer; Sandblaster (nozzle person), water blasting, Porta Shot-Blast GROUP 5: Blaster powder, all work of loading holes, placing and blasting of all powder and explosives of whatever type, 7.c Packet Pg. 147 Attachment: c - Contract, Maino Construction (1155 : Curb Ramps 2015 Award) 46 of 79 regardless of method used for such loading and placing; Driller: All power drills, excluding jackhammer, whether core, diamond, wagon, track, multiple unit, and any and all other types of mechanical drills without regard to the form of motive power; Toxic waste removal TUNNEL LABORER CLASSIFICATIONS GROUP 1: Batch plant laborer; Changehouse person; Dump person; Dump person (outside); Swamper (brake person and switch person on tunnel work); Tunnel materials handling person; Nipper; Pot tender, using mastic or other materials (for example, but not by way of limitation, shotcrete, etc.); GROUP 2: Bull gang mucker, track person; Chucktender, Cabletender; Concrete crew, including rodder and spreader; Loading and unloading agitator cars; Vibrator person, jack hammer, pneumatic tools (except driller) GROUP 3: Blaster, driller, powder person; Chemical grout jet person; Cherry picker person; Grout gun person; Grout mixer person; Grout pump person; Jackleg miner; Jumbo person; Kemper and other pneumatic concrete placer operator; Miner, tunnel (hand or machine); Nozzle person; Operating of troweling and/or grouting machines; Powder person (primer house); Primer person; Sandblaster; Shotcrete person; Steel form raiser and setter; Timber person, retimber person, wood or steel; Tunnel Concrete finisher GROUP 4: Diamond driller; Sandblaster; Shaft and raise work ---------------------------------------------------------------- LABO0220-004 07/01/2014 Rates Fringes Brick Tender.....................$ 29.12 15.78 ---------------------------------------------------------------- LABO0300-005 01/01/2014 Rates Fringes Asbestos Removal Laborer.........$ 28.00 15.25 SCOPE OF WORK: Includes site mobilization, initial site cleanup, site preparation, removal of asbestos-containing material and toxic waste, encapsulation, enclosure and disposal of asbestos- containing materials and toxic waste by hand or with equipment or machinery; scaffolding, fabrication of temporary wooden barriers and assembly of decontamination stations. ---------------------------------------------------------------- LABO0345-001 07/01/2014 Rates Fringes LABORER (GUNITE) GROUP 1.....................$ 34.79 17.92 GROUP 2.....................$ 33.84 17.92 7.c Packet Pg. 148 Attachment: c - Contract, Maino Construction (1155 : Curb Ramps 2015 Award) 47 of 79 GROUP 3.....................$ 30.30 17.92 FOOTNOTE: GUNITE PREMIUM PAY: Workers working from a Bosn'n's Chair or suspended from a rope or cable shall receive 40 cents per hour above the foregoing applicable classification rates. Workers doing gunite and/or shotcrete work in a tunnel shall receive 35 cents per hour above the foregoing applicable classification rates, paid on a portal-to-portal basis. Any work performed on, in or above any smoke stack, silo, storage elevator or similar type of structure, when such structure is in excess of 75'-0" above base level and which work must be performed in whole or in part more than 75'-0" above base level, that work performed above the 75'-0" level shall be compensated for at 35 cents per hour above the applicable classification wage rate. GUNITE LABORER CLASSIFICATIONS GROUP 1: Rodmen, Nozzlemen GROUP 2: Gunmen GROUP 3: Reboundmen ---------------------------------------------------------------- * LABO1184-001 08/01/2015 Rates Fringes Laborers: (HORIZONTAL DIRECTIONAL DRILLING) (1) Drilling Crew Laborer...$ 32.60 12.16 (2) Vehicle Operator/Hauler.$ 32.77 12.16 (3) Horizontal Directional Drill Operator..............$ 34.62 12.16 (4) Electronic Tracking Locator.....................$ 36.62 12.16 Laborers: (STRIPING/SLURRY SEAL) GROUP 1.....................$ 33.76 15.04 GROUP 2.....................$ 35.06 15.04 GROUP 3.....................$ 37.07 15.04 GROUP 4.....................$ 38.81 15.04 LABORERS - STRIPING CLASSIFICATIONS GROUP 1: Protective coating, pavement sealing, including repair and filling of cracks by any method on any surface in parking lots, game courts and playgrounds; carstops; operation of all related machinery and equipment; equipment repair technician GROUP 2: Traffic surface abrasive blaster; pot tender - removal of all traffic lines and markings by any method (sandblasting, waterblasting, grinding, etc.) and preparation of surface for coatings. Traffic control person: controlling and directing traffic through both conventional and moving lane closures; operation of all related machinery and equipment 7.c Packet Pg. 149 Attachment: c - Contract, Maino Construction (1155 : Curb Ramps 2015 Award) 48 of 79 GROUP 3: Traffic delineating device applicator: Layout and application of pavement markers, delineating signs, rumble and traffic bars, adhesives, guide markers, other traffic delineating devices including traffic control. This category includes all traffic related surface preparation (sandblasting, waterblasting, grinding) as part of the application process. Traffic protective delineating system installer: removes, relocates, installs, permanently affixed roadside and parking delineation barricades, fencing, cable anchor, guard rail, reference signs, monument markers; operation of all related machinery and equipment; power broom sweeper GROUP 4: Striper: layout and application of traffic stripes and markings; hot thermo plastic; tape traffic stripes and markings, including traffic control; operation of all related machinery and equipment ---------------------------------------------------------------- LABO1414-001 08/05/2015 Rates Fringes LABORER PLASTER CLEAN-UP LABORER....$ 30.16 17.11 PLASTER TENDER..............$ 32.71 17.11 Work on a swing stage scaffold: $1.00 per hour additional. ---------------------------------------------------------------- PAIN0036-007 07/01/2015 Rates Fringes Painters: (1) Repaint Including Lead Abatement...................$ 24.19 12.83 (2) High Iron & Steel.......$ 30.70 12.83 (3) Journeyman Painter including Lead Abatement....$ 28.70 12.83 (4) Industrial..............$ 32.02 12.83 (5) All other work..........$ 28.70 12.83 REPAINT of any previously painted structure. Exceptions: work involving the aerospace industry, breweries, commercial recreational facilities, hotels which operate commercial establishments as part of hotel service, and sports facilities. HIGH IRON & STEEL: Aerial towers, towers, radio towers, smoke stacks, flag poles (any flag poles that can be finished from the ground with a ladder excluded), elevated water towers, steeples and domes in their entirety and any other extremely high and hazardous work, cooning steel, bos'n chair, or other similar devices, painting in other high hazardous work shall be classified as high iron & steel ---------------------------------------------------------------- PAIN0036-008 10/01/2014 Rates Fringes 7.c Packet Pg. 150 Attachment: c - Contract, Maino Construction (1155 : Curb Ramps 2015 Award) 49 of 79 DRYWALL FINISHER/TAPER...........$ 35.18 15.91 ---------------------------------------------------------------- PAIN0169-002 01/01/2015 Rates Fringes GLAZIER..........................$ 34.83 19.75 ---------------------------------------------------------------- PAIN1247-002 01/01/2015 Rates Fringes SOFT FLOOR LAYER.................$ 29.85 13.56 ---------------------------------------------------------------- PLAS0200-001 08/05/2015 Rates Fringes PLASTERER........................$ 38.44 13.77 ---------------------------------------------------------------- PLAS0500-002 07/01/2015 Rates Fringes CEMENT MASON/CONCRETE FINISHER...$ 32.30 20.65 ---------------------------------------------------------------- PLUM0016-001 07/01/2015 Rates Fringes PLUMBER/PIPEFITTER Plumber and Pipefitter All other work except work on new additions and remodeling of bars, restaurant, stores and commercial buildings not to exceed 5,000 sq. ft. of floor space and work on strip malls, light commercial, tenant improvement and remodel work.......................$ 45.96 20.71 Work ONLY on new additions and remodeling of bars, restaurant, stores and commercial buildings not to exceed 5,000 sq. ft. of floor space.................$ 44.54 19.73 Work ONLY on strip malls, light commercial, tenant improvement and remodel work........................$ 35.16 18.06 ---------------------------------------------------------------- PLUM0345-001 07/01/2014 Rates Fringes PLUMBER Landscape/Irrigation Fitter.$ 29.27 19.75 7.c Packet Pg. 151 Attachment: c - Contract, Maino Construction (1155 : Curb Ramps 2015 Award) 50 of 79 Sewer & Storm Drain Work....$ 33.24 17.13 ---------------------------------------------------------------- ROOF0036-002 08/01/2014 Rates Fringes ROOFER...........................$ 35.02 13.57 FOOTNOTE: Pitch premium: Work on which employees are exposed to pitch fumes or required to handle pitch, pitch base or pitch impregnated products, or any material containing coal tar pitch, the entire roofing crew shall receive $1.75 per hour "pitch premium" pay. ---------------------------------------------------------------- SFCA0669-014 07/01/2013 Rates Fringes SPRINKLER FITTER.................$ 32.98 19.35 ---------------------------------------------------------------- SHEE0273-002 08/01/2015 Rates Fringes SHEET METAL WORKER...............$ 40.50 26.67 HOLIDAYS: New Year's Day, Martin Luther King Day, President's Day, Good Friday, Memorial Day, Indepdendence Day, Labor Day, Veterans Day,Thankisgiving Day & Friday after, Christmas Day ---------------------------------------------------------------- TEAM0011-002 07/01/2014 Rates Fringes TRUCK DRIVER GROUP 1....................$ 27.99 24.14 GROUP 2....................$ 28.14 24.14 GROUP 3....................$ 28.27 24.14 GROUP 4....................$ 28.46 24.14 GROUP 5....................$ 28.49 24.14 GROUP 6....................$ 28.52 24.14 GROUP 7....................$ 28.77 24.14 GROUP 8....................$ 29.02 24.14 GROUP 9....................$ 29.22 24.14 GROUP 10....................$ 29.52 24.14 GROUP 11....................$ 30.02 24.14 GROUP 12....................$ 30.45 24.14 WORK ON ALL MILITARY BASES: PREMIUM PAY: $3.00 per hour additional. [29 palms Marine Base, Camp Roberts, China Lake, Edwards AFB, El Centro Naval Facility, Fort Irwin, Marine Corps Logistics Base at Nebo & Yermo, Mountain Warfare Training Center, Bridgeport, Point Arguello, Point Conception, Vandenberg AFB] TRUCK DRIVERS CLASSIFICATIONS 7.c Packet Pg. 152 Attachment: c - Contract, Maino Construction (1155 : Curb Ramps 2015 Award) 51 of 79 GROUP 1: Truck driver GROUP 2: Driver of vehicle or combination of vehicles - 2 axles; Traffic control pilot car excluding moving heavy equipment permit load; Truck mounted broom GROUP 3: Driver of vehicle or combination of vehicles - 3 axles; Boot person; Cement mason distribution truck; Fuel truck driver; Water truck - 2 axle; Dump truck, less than 16 yds. water level; Erosion control driver GROUP 4: Driver of transit mix truck, under 3 yds.; Dumpcrete truck, less than 6-1/2 yds. water level GROUP 5: Water truck, 3 or more axles; Truck greaser and tire person ($0.50 additional for tire person); Pipeline and utility working truck driver, including winch truck and plastic fusion, limited to pipeline and utility work; Slurry truck driver GROUP 6: Transit mix truck, 3 yds. or more; Dumpcrete truck, 6-1/2 yds. water level and over; Vehicle or combination of vehicles - 4 or more axles; Oil spreader truck; Dump truck, 16 yds. to 25 yds. water level GROUP 7: A Frame, Swedish crane or similar; Forklift driver; Ross carrier driver GROUP 8: Dump truck, 25 yds. to 49 yds. water level; Truck repair person; Water pull - single engine; Welder GROUP 9: Truck repair person/welder; Low bed driver, 9 axles or over GROUP 10: Dump truck - 50 yds. or more water level; Water pull - single engine with attachment GROUP 11: Water pull - twin engine; Water pull - twin engine with attachments; Winch truck driver - $1.25 additional when operating winch or similar special attachments GROUP 12: Boom Truck 17K and above ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ================================================================ 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)). ---------------------------------------------------------------- 7.c Packet Pg. 153 Attachment: c - Contract, Maino Construction (1155 : Curb Ramps 2015 Award) 52 of 79 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 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. 7.c Packet Pg. 154 Attachment: c - Contract, Maino Construction (1155 : Curb Ramps 2015 Award) 53 of 79 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 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. 7.c Packet Pg. 155 Attachment: c - Contract, Maino Construction (1155 : Curb Ramps 2015 Award) 54 of 79 Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. ================================================================ END OF GENERAL DECISION   7.c Packet Pg. 156 Attachment: c - Contract, Maino Construction (1155 : Curb Ramps 2015 Award) 55 of 79   General Decision Number: CA150019 09/04/2015 CA19 Superseded General Decision Number: CA20140019 State: California Construction Types: Building, Heavy (Heavy and Dredging) and Highway County: San Luis Obispo County in California. BUILDING, DREDGING (does not include hopper dredge work), HEAVY (does not include water well drilling, AND HIGHWAY CONSTRUCTION PROJECTS Note: Executive Order (EO) 13658 establishes an hourly minimum wage of $10.10 for 2015 that applies to all contracts subject to the Davis-Bacon Act for which the solicitation is 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 $10.10 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/02/2015 1 01/16/2015 2 02/06/2015 3 02/20/2015 4 03/27/2015 5 05/08/2015 6 06/19/2015 7 07/10/2015 8 07/17/2015 9 07/24/2015 10 07/31/2015 11 08/07/2015 12 08/14/2015 13 09/04/2015 ASBE0005-002 06/30/2014 Rates Fringes Asbestos Workers/Insulator (Includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems).....$ 35.44 19.36 Fire Stop Technician (Application of Firestopping Materials for wall openings and penetrations in walls, floors, ceilings and curtain 7.c Packet Pg. 157 Attachment: c - Contract, Maino Construction (1155 : Curb Ramps 2015 Award) 56 of 79 walls)...........................$ 24.34 16.09 ---------------------------------------------------------------- ASBE0005-004 06/24/2013 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)....$ 16.95 10.23 ---------------------------------------------------------------- BOIL0092-004 10/01/2012 Area within a 25 mile radius of City of Santa Maria Rates Fringes BOILERMAKER......................$ 41.17 28.27 ---------------------------------------------------------------- BOIL0549-007 01/01/2013 Remainder of County outside a 25 mile radius of City of Santa Maria Rates Fringes BOILERMAKER......................$ 38.37 31.32 ---------------------------------------------------------------- * BRCA0004-006 05/01/2015 Rates Fringes BRICKLAYER; MARBLE SETTER........$ 36.26 13.70 *The wage scale for prevailing wage projects performed in Blythe, China lake, Death Valley, Fort Irwin, Twenty-Nine Palms, Needles and 1-15 corridor (Barstow to the Nevada State Line) will be Three Dollars ($3.00) above the standard San Bernardino/Riverside County hourly wage rate ---------------------------------------------------------------- BRCA0018-008 06/01/2014 Rates Fringes MARBLE FINISHER..................$ 28.45 11.38 TILE FINISHER....................$ 23.78 9.84 ---------------------------------------------------------------- BRCA0018-011 06/01/2014 Rates Fringes TILE LAYER.......................$ 35.14 14.33 ---------------------------------------------------------------- 7.c Packet Pg. 158 Attachment: c - Contract, Maino Construction (1155 : Curb Ramps 2015 Award) 57 of 79 CARP0409-001 07/01/2010 Rates Fringes CARPENTER (1) Carpenter, Cabinet Installer, Insulation Installer, Hardwood Floor Worker and acoustical installer...................$ 37.35 11.08 (2) Millwright..............$ 37.85 11.08 (3) Piledrivermen/Derrick Bargeman, Bridge or Dock Carpenter, Heavy Framer, Rock Bargeman or Scowman, Rockslinger, Shingler (Commercial)................$ 37.48 11.08 (4) Pneumatic Nailer, Power Stapler...............$ 37.60 11.08 (5) Sawfiler...............$ 37.44 11.08 (6) Scaffold Builder.......$ 28.55 11.08 (7) Table Power Saw Operator....................$ 37.45 11.08 FOOTNOTE: Work of forming in the construction of open cut sewers or storm drains, on operations in which horizontal lagging is used in conjunction with steel H-Beams driven or placed in pre- drilled holes, for that portion of a lagged trench against which concrete is poured, namely, as a substitute for back forms (which work is performed by piledrivers): $0.13 per hour additional. ---------------------------------------------------------------- CARP0409-005 07/01/2010 Rates Fringes Drywall DRYWALL INSTALLER/LATHER....$ 37.35 11.08 STOCKER/SCRAPPER............$ 10.00 6.67 ---------------------------------------------------------------- CARP0409-008 08/01/2010 Rates Fringes Modular Furniture Installer......$ 17.00 7.41 ---------------------------------------------------------------- ELEC0639-001 06/01/2015 Rates Fringes Electricians Wireman/Technician..........$ 39.30 18.66 FOOTNOTES: CABLE SPLICER: 10% additional per hour above Wireman/Technician basic hourly rate. Work from trusses, swinging scaffolds, open ladders, scaffolds, bosun chairs, stacks or towers, where subject to 7.c Packet Pg. 159 Attachment: c - Contract, Maino Construction (1155 : Curb Ramps 2015 Award) 58 of 79 a direct fall from the ground floor or support structure from a distance of fifty (50) feet to ninety (90) feet: to be paid time and one-half. Work from trusses, swinging scaffolds, open ladders, scaffolds, bosun chairs, stacks or towers, where subject to a direct fall from the ground floor or support structure from a distance over ninety (90) feet: to be paid double the regular straight time rate of pay. Where workers are required to work under compressed air or in areas where injurious gases, dust or fumes are present in amounts necessitating the use of gas masks or self-contained breathing apparatus (particle masks are not considered self-contained breathing apparatus) or where workers work on poles at a distance of seventy-five (75) feet or more from the ground: to be paid a bonus of straight time pay. This shall be at a minimum of one hour, and thereafter, each succeeding hour or fraction thereof shall constitute an hour at the bonus rate. Tunnel work: to be paid at the time and one-quarter hourly rate. All employers may request workmen to report direct to a job within a free zone to include everything west of ten (10) miles east of Highway 101, as the crow flies, and then (10) miles north and south of Highway 46, as the crow flies, to the junction of Highway 41 and Highway 46. Everything outside this area shall be paid at full subsistence provide said job is of five (5) days duration or more and provide there is storage on the job for the Employee's tools. The Employer will be responsible for loss of tools under such circumstances. (Road: The most direct route on a surfaced road). On all jobs or projects outside the free zone, as stated above, Employees may be required to report to the job site in their own transportation at the regular starting time and remain on the job site until the regular quitting time and these shall be paid at fifty dollars ($50.00) per day or fifty-one cents ($0.51) per mile for each road mile from shop to job and job to shop (round trip). (Day worked shall mean at least four (4) hours on the job unless sent home on account of weather, emergency, sickness, or injury). The Employer shall pay for traveling time and furnish transportation from shop to job, job to job, and job to shop. Travel time shall be at the appropriate rate of pay for that day of the week. (Monday through Friday, straight time, Saturday and Sunday, double time.) ---------------------------------------------------------------- ELEC0639-003 05/26/2014 COMMUNICATIONS AND SYSTEMS WORK SAN LUIS OBISPO COUNTY Rates Fringes Communications System Installer...................$ 29.09 11.60 Technician..................$ 30.89 11.66 SCOPE OF WORK: Installation, testing, service and maintenance 7.c Packet Pg. 160 Attachment: c - Contract, Maino Construction (1155 : Curb Ramps 2015 Award) 59 of 79 of systems utilizing the transmission and/or transference of voice, sound, vision and digital for commercial, educational, security and entertainment purposes for the following: TV monitoring and surveillance, background - foreground music, intercom and telephone interconnect, microwave transmission, multi-media, multiplex, nurse call systems, radio page, burglar alarms and fire alarm (see last paragraph below). Communication Systems that transmit or receive information and/or control systems that are intrinsic to the above listed systems; inclusion or exclusion of terminations and testings of conductors determined by their function; excluding all other data systems or multiple systems which include control function or power supply; excluding installation of raceway systems, conduit systems, line voltage work, and energy management systems. Fire alarm work shall be performed at the current inside electrician total cost package. ---------------------------------------------------------------- ELEC1245-001 06/01/2015 Rates Fringes LINE CONSTRUCTION (1) Lineman; Cable splicer..$ 52.85 15.53 (2) Equipment specialist (operates crawler tractors, commercial motor vehicles, backhoes, trenchers, cranes (50 tons and below), overhead & underground distribution line equipment)...........$ 42.21 14.32 (3) Groundman...............$ 32.28 14.03 (4) Powderman...............$ 47.19 14.60 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 ---------------------------------------------------------------- ELEV0008-003 01/01/2015 Rates Fringes ELEVATOR MECHANIC................$ 60.39 28.38 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. ---------------------------------------------------------------- ENGI0012-003 07/06/2015 7.c Packet Pg. 161 Attachment: c - Contract, Maino Construction (1155 : Curb Ramps 2015 Award) 60 of 79 Rates Fringes OPERATOR: Power Equipment (All Other Work) GROUP 1....................$ 39.95 23.35 GROUP 2....................$ 40.73 23.35 GROUP 3....................$ 41.02 23.35 GROUP 4....................$ 42.51 23.35 GROUP 5....................$ 41.86 23.35 GROUP 6....................$ 41.83 23.35 GROUP 8....................$ 42.84 23.35 GROUP 9....................$ 42.19 23.35 GROUP 10....................$ 42.96 23.35 GROUP 11....................$ 42.31 23.35 GROUP 12....................$ 43.13 23.35 GROUP 13....................$ 43.23 23.35 GROUP 14....................$ 43.26 23.35 GROUP 15....................$ 43.34 23.35 GROUP 16....................$ 43.46 23.35 GROUP 17....................$ 43.63 23.35 GROUP 18....................$ 43.73 23.35 GROUP 19....................$ 43.84 23.35 GROUP 20....................$ 43.96 23.35 GROUP 21....................$ 44.13 23.35 GROUP 22....................$ 44.23 23.35 GROUP 23....................$ 44.34 23.35 GROUP 24....................$ 44.46 23.35 GROUP 25....................$ 44.63 23.35 OPERATOR: Power Equipment (Cranes, Piledriving & Hoisting) GROUP 1....................$ 41.30 23.35 GROUP 2....................$ 42.08 23.35 GROUP 3....................$ 42.37 23.35 GROUP 4....................$ 42.51 23.35 GROUP 5....................$ 42.73 23.35 GROUP 6....................$ 42.84 23.35 GROUP 7....................$ 42.96 23.35 GROUP 8....................$ 43.13 23.35 GROUP 9....................$ 43.30 23.35 GROUP 10....................$ 44.30 23.35 GROUP 11....................$ 45.30 23.35 GROUP 12....................$ 46.30 23.35 GROUP 13....................$ 47.30 23.35 OPERATOR: Power Equipment (Tunnel Work) GROUP 1....................$ 41.80 23.35 GROUP 2....................$ 42.58 23.35 GROUP 3....................$ 42.87 23.35 GROUP 4....................$ 43.01 23.35 GROUP 5....................$ 43.23 23.35 GROUP 6....................$ 43.34 23.35 GROUP 7....................$ 43.46 23.35 PREMIUM PAY: $3.75 per hour shall be paid on all Power Equipment Operator work on the followng Military Bases: China Lake Naval Reserve, Vandenberg AFB, Point Arguello, Seely Naval Base, Fort Irwin, Nebo Annex Marine Base, Marine Corp Logistics Base Yermo, Edwards AFB, 29 Palms Marine Base and Camp Pendleton 7.c Packet Pg. 162 Attachment: c - Contract, Maino Construction (1155 : Curb Ramps 2015 Award) 61 of 79 Workers required to suit up and work in a hazardous material environment: $2.00 per hour additional. Combination mixer and compressor operator on gunite work shall be classified as a concrete mobile mixer operator. SEE ZONE DEFINITIONS AFTER CLASSIFICATIONS POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1: Bargeman; Brakeman; Compressor operator; Ditch Witch, with seat or similar type equipment; Elevator operator-inside; Engineer Oiler; Forklift operator (includes loed, lull or similar types under 5 tons; Generator operator; Generator, pump or compressor plant operator; Pump operator; Signalman; Switchman GROUP 2: Asphalt-rubber plant operator (nurse tank operator); Concrete mixer operator-skip type; Conveyor operator; Fireman; Forklift operator (includes loed, lull or similar types over 5 tons; Hydrostatic pump operator; oiler crusher (asphalt or concrete plant); Petromat laydown machine; PJU side dum jack; Screening and conveyor machine operator (or similar types); Skiploader (wheel type up to 3/4 yd. without attachment); Tar pot fireman; Temporary heating plant operator; Trenching machine oiler GROUP 3: Asphalt-rubber blend operator; Bobcat or similar type (Skid steer); Equipment greaser (rack); Ford Ferguson (with dragtype attachments); Helicopter radioman (ground); Stationary pipe wrapping and cleaning machine operator GROUP 4: Asphalt plant fireman; Backhoe operator (mini-max or similar type); Boring machine operator; Boxman or mixerman (asphalt or concrete); Chip spreading machine operator; Concrete cleaning decontamination machine operator; Concrete Pump Operator (small portable); Drilling machine operator, small auger types (Texoma super economatic or similar types - Hughes 100 or 200 or similar types - drilling depth of 30' maximum); Equipment greaser (grease truck); Guard rail post driver operator; Highline cableway signalman; Hydra-hammer-aero stomper; Micro Tunneling (above ground tunnel); Power concrete curing machine operator; Power concrete saw operator; Power-driven jumbo form setter operator; Power sweeper operator; Rock Wheel Saw/Trencher; Roller operator (compacting); Screed operator (asphalt or concrete); Trenching machine operator (up to 6 ft.); Vacuum or much truck GROUP 5: Equipment Greaser (Grease Truck/Multi Shift). GROUP 6: Articulating material hauler; Asphalt plant engineer; Batch plant operator; Bit sharpener; Concrete joint machine operator (canal and similar type); Concrete planer operator; Dandy digger; Deck engine operator; Derrickman (oilfield type); Drilling machine operator, bucket or auger types (Calweld 100 bucket or similar types - Watson 1000 auger or similar types - Texoma 330, 500 or 600 auger or similar types - drilling depth of 45' maximum); Drilling machine operator; Hydrographic seeder machine operator (straw, pulp or seed), Jackson track 7.c Packet Pg. 163 Attachment: c - Contract, Maino Construction (1155 : Curb Ramps 2015 Award) 62 of 79 maintainer, or similar type; Kalamazoo Switch tamper, or similar type; Machine tool operator; Maginnis internal full slab vibrator, Mechanical berm, curb or gutter(concrete or asphalt); Mechanical finisher operator (concrete, Clary-Johnson-Bidwell or similar); Micro tunnel system (below ground); Pavement breaker operator (truck mounted); Road oil mixing machine operator; Roller operator (asphalt or finish), rubber-tired earth moving equipment (single engine, up to and including 25 yds. struck); Self-propelled tar pipelining machine operator; Skiploader operator (crawler and wheel type, over 3/4 yd. and up to and including 1-1/2 yds.); Slip form pump operator (power driven hydraulic lifting device for concrete forms); Tractor operator-bulldozer, tamper-scraper (single engine, up to 100 h.p. flywheel and similar types, up to and including D-5 and similar types); Tugger hoist operator (1 drum); Ultra high pressure waterjet cutting tool system operator; Vacuum blasting machine operator GROUP 8: Asphalt or concrete spreading operator (tamping or finishing); Asphalt paving machine operator (Barber Greene or similar type); Asphalt-rubber distribution operator; Backhoe operator (up to and including 3/4 yd.), small ford, Case or similar; Cast-in-place pipe laying machine operator; Combination mixer and compressor operator (gunite work); Compactor operator (self-propelled); Concrete mixer operator (paving); Crushing plant operator; Drill Doctor; Drilling machine operator, Bucket or auger types (Calweld 150 bucket or similar types - Watson 1500, 2000 2500 auger or similar types - Texoma 700, 800 auger or similar types - drilling depth of 60' maximum); Elevating grader operator; Grade checker; Gradall operator; Grouting machine operator; Heavy-duty repairman; Heavy equipment robotics operator; Kalamazoo balliste regulator or similar type; Kolman belt loader and similar type; Le Tourneau blob compactor or similar type; Loader operator (Athey, Euclid, Sierra and similar types); Mobark Chipper or similar; Ozzie padder or similar types; P.C. slot saw; Pneumatic concrete placing machine operator (Hackley-Presswell or similar type); Pumpcrete gun operator; Rock Drill or similar types; Rotary drill operator (excluding caisson type); Rubber-tired earth-moving equipment operator (single engine, caterpillar, Euclid, Athey Wagon and similar types with any and all attachments over 25 yds. up to and including 50 cu. yds. struck); Rubber-tired earth-moving equipment operator (multiple engine up to and including 25 yds. struck); Rubber-tired scraper operator (self-loading paddle wheel type-John Deere, 1040 and similar single unit); Self- propelled curb and gutter machine operator; Shuttle buggy; Skiploader operator (crawler and wheel type over 1-1/2 yds. up to and including 6-1/2 yds.); Soil remediation plant operator; Surface heaters and planer operator; Tractor compressor drill combination operator; Tractor operator (any type larger than D-5 - 100 flywheel h.p. and over, or similar-bulldozer, tamper, scraper and push tractor single engine); Tractor operator (boom attachments), Traveling pipe wrapping, cleaning and bendng machine operator; Trenching machine operator (over 6 ft. depth capacity, manufacturer's rating); trenching Machine with Road Miner attachment (over 6 ft depth capacity): Ultra high pressure waterjet cutting tool system mechanic; Water pull 7.c Packet Pg. 164 Attachment: c - Contract, Maino Construction (1155 : Curb Ramps 2015 Award) 63 of 79 (compaction) operator GROUP 9: Heavy Duty Repairman GROUP 10: Drilling machine operator, Bucket or auger types (Calweld 200 B bucket or similar types-Watson 3000 or 5000 auger or similar types-Texoma 900 auger or similar types-drilling depth of 105' maximum); Dual drum mixer, dynamic compactor LDC350 (or similar types); Monorail locomotive operator (diesel, gas or electric); Motor patrol-blade operator (single engine); Multiple engine tractor operator (Euclid and similar type-except Quad 9 cat.); Rubber-tired earth-moving equipment operator (single engine, over 50 yds. struck); Pneumatic pipe ramming tool and similar types; Prestressed wrapping machine operator; Rubber-tired earth-moving equipment operator (single engine, over 50 yds. struck); Rubber tired earth moving equipment operator (multiple engine, Euclid, caterpillar and similar over 25 yds. and up to 50 yds. struck), Tower crane repairman; Tractor loader operator (crawler and wheel type over 6-1/2 yds.); Woods mixer operator (and similar Pugmill equipment) GROUP 11: Heavy Duty Repairman - Welder Combination, Welder - Certified. GROUP 12: Auto grader operator; Automatic slip form operator; Drilling machine operator, bucket or auger types (Calweld, auger 200 CA or similar types - Watson, auger 6000 or similar types - Hughes Super Duty, auger 200 or similar types - drilling depth of 175' maximum); Hoe ram or similar with compressor; Mass excavator operator less tha 750 cu. yards; Mechanical finishing machine operator; Mobile form traveler operator; Motor patrol operator (multi-engine); Pipe mobile machine operator; Rubber-tired earth- moving equipment operator (multiple engine, Euclid, Caterpillar and similar type, over 50 cu. yds. struck); Rubber-tired self- loading scraper operator (paddle-wheel-auger type self-loading - two (2) or more units) GROUP 13: Rubber-tired earth-moving equipment operator operating equipment with push-pull system (single engine, up to and including 25 yds. struck) GROUP 14: Canal liner operator; Canal trimmer operator; Remote- control earth-moving equipment operator (operating a second piece of equipment: $1.00 per hour additional); Wheel excavator operator (over 750 cu. yds.) GROUP 15: Rubber-tired earth-moving equipment operator, operating equipment with push-pull system (single engine, Caterpillar, Euclid, Athey Wagon and similar types with any and all attachments over 25 yds. and up to and including 50 yds. struck); Rubber-tired earth-moving equipment operator, operating equipment with push-pull system (multiple engine-up to and including 25 yds. struck) GROUP 16: Rubber-tired earth-moving equipment operator, operating equipment with push-pull system (single engine, over 50 yds. struck); Rubber-tired earth-moving equipment operator, operating equipment with push-pull system 7.c Packet Pg. 165 Attachment: c - Contract, Maino Construction (1155 : Curb Ramps 2015 Award) 64 of 79 (multiple engine, Euclid, Caterpillar and similar, over 25 yds. and up to 50 yds. struck) GROUP 17: Rubber-tired earth-moving equipment operator, operating equipment with push-pull system (multiple engine, Euclid, Caterpillar and similar, over 50 cu. yds. struck); Tandem tractor operator (operating crawler type tractors in tandem - Quad 9 and similar type) GROUP 18: Rubber-tired earth-moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - single engine, up to and including 25 yds. struck) GROUP 19: Rotex concrete belt operator (or similar types); Rubber-tired earth-moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - single engine, Caterpillar, Euclid, Athey Wagon and similar types with any and all attachments over 25 yds.and up to and including 50 cu. yds. struck); Rubber-tired earth-moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - multiple engine, up to and including 25 yds. struck) GROUP 20: Rubber-tired earth-moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - single engine, over 50 yds. struck); Rubber-tired earth-moving equipment operator, operating in tandem (scrapers, belly dumps, and similar types in any combination, excluding compaction units - multiple engine, Euclid, Caterpillar and similar, over 25 yds. and up to 50 yds. struck) GROUP 21: Rubber-tired earth-moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - multiple engine, Euclid, Caterpillar and similar type, over 50 cu. yds. struck) GROUP 22: Rubber-tired earth-moving equipment operator, operating equipment with the tandem push-pull system (single engine, up to and including 25 yds. struck) GROUP 23: Rubber-tired earth-moving equipment operator, operating equipment with the tandem push-pull system (single engine, Caterpillar, Euclid, Athey Wagon and similar types with any and all attachments over 25 yds. and up to and including 50 yds. struck); Rubber-tired earth-moving equipment operator, operating with the tandem push-pull system (multiple engine, up to and including 25 yds. struck) GROUP 24: Rubber-tired earth-moving equipment operator, operating equipment with the tandem push-pull system (single engine, over 50 yds. struck); Rubber-tired earth-moving equipment operator, operating equipment with the tandem push-pull system (multiple engine, Euclid, Caterpillar and similar, over 25 yds. and up to 50 yds. struck) 7.c Packet Pg. 166 Attachment: c - Contract, Maino Construction (1155 : Curb Ramps 2015 Award) 65 of 79 GROUP 25: Concrete pump operator-truck mounted; Rubber-tired earth-moving equipment operator, operating equipment with the tandem push-pull system (multiple engine, Euclid, Caterpillar and similar type, over 50 cu. yds. struck) CRANES, PILEDRIVING AND HOISTING EQUIPMENT CLASSIFICATIONS GROUP 1: Engineer oiler; Fork lift operator (includes loed, lull or similar types) GROUP 2: Truck crane oiler GROUP 3: A-frame or winch truck operator; Ross carrier operator (jobsite) GROUP 4: Bridge-type unloader and turntable operator; Helicopter hoist operator GROUP 5: Hydraulic boom truck; Stinger crane (Austin-Western or similar type); Tugger hoist operator (1 drum) GROUP 6: Bridge crane operator; Cretor crane operator; Hoist operator (Chicago boom and similar type); Lift mobile operator; Lift slab machine operator (Vagtborg and similar types); Material hoist and/or manlift operator; Polar gantry crane operator; Self Climbing scaffold (or similar type); Shovel, backhoe, dragline, clamshell operator (over 3/4 yd. and up to 5 cu. yds. mrc); Tugger hoist operator GROUP 7: Pedestal crane operator; Shovel, backhoe, dragline, clamshell operator (over 5 cu. yds. mrc); Tower crane repair; Tugger hoist operator (3 drum) GROUP 8: Crane operator (up to and including 25 ton capacity); Crawler transporter operator; Derrick barge operator (up to and including 25 ton capacity); Hoist operator, stiff legs, Guy derrick or similar type (up to and including 25 ton capacity); Shovel, backhoe, dragline, clamshell operator (over 7 cu. yds., M.R.C.) GROUP 9: Crane operator (over 25 tons and up to and including 50 tons mrc); Derrick barge operator (over 25 tons up to and including 50 tons mrc); Highline cableway operator; Hoist operator, stiff legs, Guy derrick or similar type (over 25 tons up to and including 50 tons mrc); K-crane operator; Polar crane operator; Self erecting tower crane operator maximum lifting capacity ten tons GROUP 10: Crane operator (over 50 tons and up to and including 100 tons mrc); Derrick barge operator (over 50 tons up to and including 100 tons mrc); Hoist operator, stiff legs, Guy derrick or similar type (over 50 tons up to and including 100 tons mrc), Mobile tower crane operator (over 50 tons, up to and including 100 tons M.R.C.); Tower crane operator and tower gantry GROUP 11: Crane operator (over 100 tons and up to and including 200 tons mrc); Derrick barge operator (over 100 tons up to and including 200 tons mrc); Hoist operator, stiff legs, Guy derrick or similar type (over 100 tons up 7.c Packet Pg. 167 Attachment: c - Contract, Maino Construction (1155 : Curb Ramps 2015 Award) 66 of 79 to and including 200 tons mrc); Mobile tower crane operator (over 100 tons up to and including 200 tons mrc) GROUP 12: Crane operator (over 200 tons up to and including 300 tons mrc); Derrick barge operator (over 200 tons up to and including 300 tons mrc); Hoist operator, stiff legs, Guy derrick or similar type (over 200 tons, up to and including 300 tons mrc); Mobile tower crane operator (over 200 tons, up to and including 300 tons mrc) GROUP 13: Crane operator (over 300 tons); Derrick barge operator (over 300 tons); Helicopter pilot; Hoist operator, stiff legs, Guy derrick or similar type (over 300 tons); Mobile tower crane operator (over 300 tons) TUNNEL CLASSIFICATIONS GROUP 1: Skiploader (wheel type up to 3/4 yd. without attachment) GROUP 2: Power-driven jumbo form setter operator GROUP 3: Dinkey locomotive or motorperson (up to and including 10 tons) GROUP 4: Bit sharpener; Equipment greaser (grease truck); Slip form pump operator (power-driven hydraulic lifting device for concrete forms); Tugger hoist operator (1 drum); Tunnel locomotive operator (over 10 and up to and including 30 tons) GROUP 5: Backhoe operator (up to and including 3/4 yd.); Small Ford, Case or similar; Drill doctor; Grouting machine operator; Heading shield operator; Heavy-duty repairperson; Loader operator (Athey, Euclid, Sierra and similar types); Mucking machine operator (1/4 yd., rubber-tired, rail or track type); Pneumatic concrete placing machine operator (Hackley-Presswell or similar type); Pneumatic heading shield (tunnel); Pumpcrete gun operator; Tractor compressor drill combination operator; Tugger hoist operator (2 drum); Tunnel locomotive operator (over 30 tons) GROUP 6: Heavy Duty Repairman GROUP 7: Tunnel mole boring machine operator ENGINEERS ZONES $1.00 additional per hour for all of IMPERIAL County and the portions of KERN, RIVERSIDE & SAN BERNARDINO Counties as defined below: That area within the following Boundary: Begin in San Bernardino County, approximately 3 miles NE of the intersection of I-15 and the California State line at that point which is the NW corner of Section 1, T17N,m R14E, San Bernardino Meridian. Continue W in a straight line to that point which is the SW corner of the northwest quarter of Section 6, T27S, R42E, Mt. Diablo Meridian. Continue North to the intersection with the Inyo County Boundary at that point which is the NE corner of the western half of the northern quarter of Section 7.c Packet Pg. 168 Attachment: c - Contract, Maino Construction (1155 : Curb Ramps 2015 Award) 67 of 79 6, T25S, R42E, MDM. Continue W along the Inyo and San Bernardino County boundary until the intersection with Kern County, as that point which is the SE corner of Section 34, T24S, R40E, MDM. Continue W along the Inyo and Kern County boundary until the intersection with Tulare County, at that point which is the SW corner of the SE quarter of Section 32, T24S, R37E, MDM. Continue W along the Kern and Tulare County boundary, until that point which is the NW corner of T25S, R32E, MDM. Continue S following R32E lines to the NW corner of T31S, R32E, MDM. Continue W to the NW corner of T31S, R31E, MDM. Continue S to the SW corner of T32S, R31E, MDM. Continue W to SW corner of SE quarter of Section 34, T32S, R30E, MDM. Continue S to SW corner of T11N, R17W, SBM. Continue E along south boundary of T11N, SBM to SW corner of T11N, R7W, SBM. Continue S to SW corner of T9N, R7W, SBM. Continue E along south boundary of T9N, SBM to SW corner of T9N, R1E, SBM. Continue S along west boundary of R1E, SMB to Riverside County line at the SW corner of T1S, R1E, SBM. Continue E along south boundary of T1s, SBM (Riverside County Line) to SW corner of T1S, R10E, SBM. Continue S along west boundary of R10E, SBM to Imperial County line at the SW corner of T8S, R10E, SBM. Continue W along Imperial and Riverside county line to NW corner of T9S, R9E, SBM. Continue S along the boundary between Imperial and San Diego Counties, along the west edge of R9E, SBM to the south boundary of Imperial County/California state line. Follow the California state line west to Arizona state line, then north to Nevada state line, then continuing NW back to start at the point which is the NW corner of Section 1, T17N, R14E, SBM $1.00 additional per hour for portions of SAN LUIS OBISPO, KERN, SANTA BARBARA & VENTURA as defined below: That area within the following Boundary: Begin approximately 5 miles north of the community of Cholame, on the Monterey County and San Luis Obispo County boundary at the NW corner of T25S, R16E, Mt. Diablo Meridian. Continue south along the west side of R16E to the SW corner of T30S, R16E, MDM. Continue E to SW corner of T30S, R17E, MDM. Continue S to SW corner of T31S, R17E, MDM. Continue E to SW corner of T31S, R18E, MDM. Continue S along West side of R18E, MDM as it crosses into San Bernardino Meridian numbering area and becomes R30W. Follow the west side of R30W, SBM to the SW corner of T9N, R30W, SBM. Continue E along the south edge of T9N, SBM to the Santa Barbara County and Ventura County boundary at that point whch is the SW corner of Section 34.T9N, R24W, SBM, continue S along the Ventura County line to that point which is the SW corner of the SE quarter of Section 32, T7N, R24W, SBM. Continue E along the south edge of T7N, SBM to the SE corner to T7N, R21W, SBM. Continue N along East side of R21W, SBM to Ventura County and Kern County boundary at the NE corner of T8N, R21W. Continue W along the Ventura County and Kern County boundary to the SE corner of T9N, R21W. Continue North along the East edge of R21W, SBM to the NE corner of T12N, R21W, SBM. Continue West along the north edge of T12N, SBM to the SE corner of T32S, R21E, MDM. [T12N SBM is a think strip between T11N SBM and T32S MDM]. Continue North along the East side of R21E, MDM to the Kings County and Kern County border at the NE corner of T25S, R21E, MDM, continue West along the Kings County and Kern County Boundary until the intersection of San Luis Obispo County. Continue west along the Kings County and San Luis 7.c Packet Pg. 169 Attachment: c - Contract, Maino Construction (1155 : Curb Ramps 2015 Award) 68 of 79 Obispo County boundary until the intersection with Monterey County. Continue West along the Monterey County and San Luis Obispo County boundary to the beginning point at the NW corner of T25S, R16E, MDM. $2.00 additional per hour for INYO and MONO Counties and the Northern portion of SAN BERNARDINO County as defined below: That area within the following Boundary: Begin at the intersection of the northern boundary of Mono County and the California state line at the point which is the center of Section 17, T10N, R22E, Mt. Diablo Meridian. Continue S then SE along the entire western boundary of Mono County, until it reaches Inyo County at the point which is the NE corner of the Western half of the NW quarter of Section 2, T8S, R29E, MDM. Continue SSE along the entire western boundary of Inyo County, until the intersection with Kern County at the point which is the SW corner of the SE 1/4 of Section 32, T24S, R37E, MDM. Continue E along the Inyo and Kern County boundary until the intersection with San Bernardino County at that point which is the SE corner of section 34, T24S, R40E, MDM. Continue E along the Inyo and San Bernardino County boundary until the point which is the NE corner of the Western half of the NW quarter of Section 6, T25S, R42E, MDM. Continue S to that point which is the SW corner of the NW quarter of Section 6, T27S, R42E, MDM. Continue E in a straight line to the California and Nevada state border at the point which is the NW corner of Section 1, T17N, R14E, San Bernardino Meridian. Then continue NW along the state line to the starting point, which is the center of Section 18, T10N, R22E, MDM. REMAINING AREA NOT DEFINED ABOVE RECIEVES BASE RATE ---------------------------------------------------------------- ENGI0012-004 08/01/2015 Rates Fringes OPERATOR: Power Equipment (DREDGING) (1) Leverman................$ 49.50 23.60 (2) Dredge dozer............$ 43.53 23.60 (3) Deckmate................$ 43.42 23.60 (4) Winch operator (stern winch on dredge)............$ 42.87 23.60 (5) Fireman-Oiler, Deckhand, Bargeman, Leveehand...................$ 42.33 23.60 (6) Barge Mate..............$ 42.94 23.60 ---------------------------------------------------------------- IRON0377-002 07/01/2015 Rates Fringes Ironworkers: Fence Erector...............$ 27.08 20.21 Ornamental, Reinforcing and Structural..............$ 33.50 28.85 7.c Packet Pg. 170 Attachment: c - Contract, Maino Construction (1155 : Curb Ramps 2015 Award) 69 of 79 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 $2.00 additional per hour at the following locations: Port Hueneme, Port Mugu, U.S. Coast Guard Station - Two Rock ---------------------------------------------------------------- LABO0220-001 07/01/2014 Rates Fringes LABORER (TUNNEL) GROUP 1.....................$ 35.74 16.48 GROUP 2.....................$ 36.06 16.48 GROUP 3.....................$ 36.52 16.48 GROUP 4.....................$ 37.21 16.48 LABORER GROUP 1.....................$ 30.19 16.48 GROUP 2.....................$ 30.74 16.48 GROUP 3.....................$ 31.29 16.48 GROUP 4.....................$ 32.84 16.48 GROUP 5.....................$ 33.19 16.48 LABORER CLASSIFICATIONS GROUP 1: Cleaning and handling of panel forms; Concrete screeding for rough strike-off; Concrete, water curing; Demolition laborer, the cleaning of brick if performed by a worker performing any other phase of demolition work, and the cleaning of lumber; Fire watcher, limber, brush loader, piler and debris handler; Flag person; Gas, oil and/or water pipeline laborer; Laborer, asphalt-rubber material loader; Laborer, general or construction; Laborer, general clean-up; Laborer, landscaping; Laborer, jetting; Laborer, temporary water and air lines; Material hose operator (walls, slabs, floors and decks); Plugging, filling of shee bolt holes; Dry packing of concrete; Railroad maintenance, repair track person and road beds; Streetcar and railroad construction track laborers; Rigging and signaling; Scaler; Slip form raiser; Tar and mortar; Tool crib or tool house laborer; Traffic control by any method; Window cleaner; Wire mesh pulling - all concrete pouring operations GROUP 2: Asphalt shoveler; Cement dumper (on 1 yd. or larger mixer and handling bulk cement); Cesspool digger and 7.c Packet Pg. 171 Attachment: c - Contract, Maino Construction (1155 : Curb Ramps 2015 Award) 70 of 79 installer; Chucktender; Chute handler, pouring concrete, the handling of the chute from readymix trucks, such as walls, slabs, decks, floors, foundation, footings, curbs, gutters and sidewalks; Concrete curer, impervious membrane and form oiler; Cutting torch operator (demolition); Fine grader, highways and street paving, airport, runways and similar type heavy construction; Gas, oil and/or water pipeline wrapper - pot tender and form person; Guinea chaser; Headerboard person - asphalt; Laborer, packing rod steel and pans; Membrane vapor barrier installer; Power broom sweeper (small); Riprap stonepaver, placing stone or wet sacked concrete; Roto scraper and tiller; Sandblaster (pot tender); Septic tank digger and installer(lead); Tank scaler and cleaner; Tree climber, faller, chain saw operator, Pittsburgh chipper and similar type brush shredder; Underground laborer, including caisson bellower GROUP 3: Buggymobile person; Concrete cutting torch; Concrete pile cutter; Driller, jackhammer, 2-1/2 ft. drill steel or longer; Dri-pak-it machine; Gas, oil and/or water pipeline wrapper, 6-in. pipe and over, by any method, inside and out; High scaler (including drilling of same); Hydro seeder and similar type; Impact wrench multi-plate; Kettle person, pot person and workers applying asphalt, lay-kold, creosote, lime caustic and similar type materials ("applying" means applying, dipping, brushing or handling of such materials for pipe wrapping and waterproofing); Operator of pneumatic, gas, electric tools, vibrating machine, pavement breaker, air blasting, come-alongs, and similar mechanical tools not separately classified herein; Pipelayer's backup person, coating, grouting, making of joints, sealing, caulking, diapering and including rubber gasket joints, pointing and any and all other services; Rock slinger; Rotary scarifier or multiple head concrete chipping scarifier; Steel headerboard and guideline setter; Tamper, Barko, Wacker and similar type; Trenching machine, hand-propelled GROUP 4: Asphalt raker, lute person, ironer, asphalt dump person, and asphalt spreader boxes (all types); Concrete core cutter (walls, floors or ceilings), grinder or sander; Concrete saw person, cutting walls or flat work, scoring old or new concrete; Cribber, shorer, lagging, sheeting and trench bracing, hand-guided lagging hammer; Head rock slinger; Laborer, asphalt- rubber distributor boot person; Laser beam in connection with laborers' work; Oversize concrete vibrator operator, 70 lbs. and over; Pipelayer performing all services in the laying and installation of pipe from the point of receiving pipe in the ditch until completion of operation, including any and all forms of tubular material, whether pipe, metallic or non-metallic, conduit and any other stationary type of tubular device used for the conveying of any substance or element, whether water, sewage, solid gas, air, or other product whatsoever and without regard to the nature of material from which the tubular material is fabricated; No-joint pipe and stripping of same; Prefabricated manhole installer; Sandblaster (nozzle person), water blasting, Porta Shot-Blast GROUP 5: Blaster powder, all work of loading holes, placing and blasting of all powder and explosives of whatever type, 7.c Packet Pg. 172 Attachment: c - Contract, Maino Construction (1155 : Curb Ramps 2015 Award) 71 of 79 regardless of method used for such loading and placing; Driller: All power drills, excluding jackhammer, whether core, diamond, wagon, track, multiple unit, and any and all other types of mechanical drills without regard to the form of motive power; Toxic waste removal TUNNEL LABORER CLASSIFICATIONS GROUP 1: Batch plant laborer; Changehouse person; Dump person; Dump person (outside); Swamper (brake person and switch person on tunnel work); Tunnel materials handling person; Nipper; Pot tender, using mastic or other materials (for example, but not by way of limitation, shotcrete, etc.); GROUP 2: Bull gang mucker, track person; Chucktender, Cabletender; Concrete crew, including rodder and spreader; Loading and unloading agitator cars; Vibrator person, jack hammer, pneumatic tools (except driller) GROUP 3: Blaster, driller, powder person; Chemical grout jet person; Cherry picker person; Grout gun person; Grout mixer person; Grout pump person; Jackleg miner; Jumbo person; Kemper and other pneumatic concrete placer operator; Miner, tunnel (hand or machine); Nozzle person; Operating of troweling and/or grouting machines; Powder person (primer house); Primer person; Sandblaster; Shotcrete person; Steel form raiser and setter; Timber person, retimber person, wood or steel; Tunnel Concrete finisher GROUP 4: Diamond driller; Sandblaster; Shaft and raise work ---------------------------------------------------------------- LABO0220-004 07/01/2014 Rates Fringes Brick Tender.....................$ 29.12 15.78 ---------------------------------------------------------------- LABO0300-005 01/01/2014 Rates Fringes Asbestos Removal Laborer.........$ 28.00 15.25 SCOPE OF WORK: Includes site mobilization, initial site cleanup, site preparation, removal of asbestos-containing material and toxic waste, encapsulation, enclosure and disposal of asbestos- containing materials and toxic waste by hand or with equipment or machinery; scaffolding, fabrication of temporary wooden barriers and assembly of decontamination stations. ---------------------------------------------------------------- LABO0345-001 07/01/2014 Rates Fringes LABORER (GUNITE) GROUP 1.....................$ 34.79 17.92 GROUP 2.....................$ 33.84 17.92 7.c Packet Pg. 173 Attachment: c - Contract, Maino Construction (1155 : Curb Ramps 2015 Award) 72 of 79 GROUP 3.....................$ 30.30 17.92 FOOTNOTE: GUNITE PREMIUM PAY: Workers working from a Bosn'n's Chair or suspended from a rope or cable shall receive 40 cents per hour above the foregoing applicable classification rates. Workers doing gunite and/or shotcrete work in a tunnel shall receive 35 cents per hour above the foregoing applicable classification rates, paid on a portal-to-portal basis. Any work performed on, in or above any smoke stack, silo, storage elevator or similar type of structure, when such structure is in excess of 75'-0" above base level and which work must be performed in whole or in part more than 75'-0" above base level, that work performed above the 75'-0" level shall be compensated for at 35 cents per hour above the applicable classification wage rate. GUNITE LABORER CLASSIFICATIONS GROUP 1: Rodmen, Nozzlemen GROUP 2: Gunmen GROUP 3: Reboundmen ---------------------------------------------------------------- * LABO1184-001 08/01/2015 Rates Fringes Laborers: (HORIZONTAL DIRECTIONAL DRILLING) (1) Drilling Crew Laborer...$ 32.60 12.16 (2) Vehicle Operator/Hauler.$ 32.77 12.16 (3) Horizontal Directional Drill Operator..............$ 34.62 12.16 (4) Electronic Tracking Locator.....................$ 36.62 12.16 Laborers: (STRIPING/SLURRY SEAL) GROUP 1.....................$ 33.76 15.04 GROUP 2.....................$ 35.06 15.04 GROUP 3.....................$ 37.07 15.04 GROUP 4.....................$ 38.81 15.04 LABORERS - STRIPING CLASSIFICATIONS GROUP 1: Protective coating, pavement sealing, including repair and filling of cracks by any method on any surface in parking lots, game courts and playgrounds; carstops; operation of all related machinery and equipment; equipment repair technician GROUP 2: Traffic surface abrasive blaster; pot tender - removal of all traffic lines and markings by any method (sandblasting, waterblasting, grinding, etc.) and preparation of surface for coatings. Traffic control person: controlling and directing traffic through both conventional and moving lane closures; operation of all related machinery and equipment 7.c Packet Pg. 174 Attachment: c - Contract, Maino Construction (1155 : Curb Ramps 2015 Award) 73 of 79 GROUP 3: Traffic delineating device applicator: Layout and application of pavement markers, delineating signs, rumble and traffic bars, adhesives, guide markers, other traffic delineating devices including traffic control. This category includes all traffic related surface preparation (sandblasting, waterblasting, grinding) as part of the application process. Traffic protective delineating system installer: removes, relocates, installs, permanently affixed roadside and parking delineation barricades, fencing, cable anchor, guard rail, reference signs, monument markers; operation of all related machinery and equipment; power broom sweeper GROUP 4: Striper: layout and application of traffic stripes and markings; hot thermo plastic; tape traffic stripes and markings, including traffic control; operation of all related machinery and equipment ---------------------------------------------------------------- LABO1414-001 08/05/2015 Rates Fringes LABORER PLASTER CLEAN-UP LABORER....$ 30.16 17.11 PLASTER TENDER..............$ 32.71 17.11 Work on a swing stage scaffold: $1.00 per hour additional. ---------------------------------------------------------------- PAIN0036-007 07/01/2015 Rates Fringes Painters: (1) Repaint Including Lead Abatement...................$ 24.19 12.83 (2) High Iron & Steel.......$ 30.70 12.83 (3) Journeyman Painter including Lead Abatement....$ 28.70 12.83 (4) Industrial..............$ 32.02 12.83 (5) All other work..........$ 28.70 12.83 REPAINT of any previously painted structure. Exceptions: work involving the aerospace industry, breweries, commercial recreational facilities, hotels which operate commercial establishments as part of hotel service, and sports facilities. HIGH IRON & STEEL: Aerial towers, towers, radio towers, smoke stacks, flag poles (any flag poles that can be finished from the ground with a ladder excluded), elevated water towers, steeples and domes in their entirety and any other extremely high and hazardous work, cooning steel, bos'n chair, or other similar devices, painting in other high hazardous work shall be classified as high iron & steel ---------------------------------------------------------------- PAIN0036-008 10/01/2014 Rates Fringes 7.c Packet Pg. 175 Attachment: c - Contract, Maino Construction (1155 : Curb Ramps 2015 Award) 74 of 79 DRYWALL FINISHER/TAPER...........$ 35.18 15.91 ---------------------------------------------------------------- PAIN0169-002 01/01/2015 Rates Fringes GLAZIER..........................$ 34.83 19.75 ---------------------------------------------------------------- PAIN1247-002 01/01/2015 Rates Fringes SOFT FLOOR LAYER.................$ 29.85 13.56 ---------------------------------------------------------------- PLAS0200-001 08/05/2015 Rates Fringes PLASTERER........................$ 38.44 13.77 ---------------------------------------------------------------- PLAS0500-002 07/01/2015 Rates Fringes CEMENT MASON/CONCRETE FINISHER...$ 32.30 20.65 ---------------------------------------------------------------- PLUM0016-001 07/01/2015 Rates Fringes PLUMBER/PIPEFITTER Plumber and Pipefitter All other work except work on new additions and remodeling of bars, restaurant, stores and commercial buildings not to exceed 5,000 sq. ft. of floor space and work on strip malls, light commercial, tenant improvement and remodel work.......................$ 45.96 20.71 Work ONLY on new additions and remodeling of bars, restaurant, stores and commercial buildings not to exceed 5,000 sq. ft. of floor space.................$ 44.54 19.73 Work ONLY on strip malls, light commercial, tenant improvement and remodel work........................$ 35.16 18.06 ---------------------------------------------------------------- PLUM0345-001 07/01/2014 Rates Fringes PLUMBER Landscape/Irrigation Fitter.$ 29.27 19.75 7.c Packet Pg. 176 Attachment: c - Contract, Maino Construction (1155 : Curb Ramps 2015 Award) 75 of 79 Sewer & Storm Drain Work....$ 33.24 17.13 ---------------------------------------------------------------- ROOF0036-002 08/01/2014 Rates Fringes ROOFER...........................$ 35.02 13.57 FOOTNOTE: Pitch premium: Work on which employees are exposed to pitch fumes or required to handle pitch, pitch base or pitch impregnated products, or any material containing coal tar pitch, the entire roofing crew shall receive $1.75 per hour "pitch premium" pay. ---------------------------------------------------------------- SFCA0669-014 07/01/2013 Rates Fringes SPRINKLER FITTER.................$ 32.98 19.35 ---------------------------------------------------------------- SHEE0273-002 08/01/2015 Rates Fringes SHEET METAL WORKER...............$ 40.50 26.67 HOLIDAYS: New Year's Day, Martin Luther King Day, President's Day, Good Friday, Memorial Day, Indepdendence Day, Labor Day, Veterans Day,Thankisgiving Day & Friday after, Christmas Day ---------------------------------------------------------------- TEAM0011-002 07/01/2014 Rates Fringes TRUCK DRIVER GROUP 1....................$ 27.99 24.14 GROUP 2....................$ 28.14 24.14 GROUP 3....................$ 28.27 24.14 GROUP 4....................$ 28.46 24.14 GROUP 5....................$ 28.49 24.14 GROUP 6....................$ 28.52 24.14 GROUP 7....................$ 28.77 24.14 GROUP 8....................$ 29.02 24.14 GROUP 9....................$ 29.22 24.14 GROUP 10....................$ 29.52 24.14 GROUP 11....................$ 30.02 24.14 GROUP 12....................$ 30.45 24.14 WORK ON ALL MILITARY BASES: PREMIUM PAY: $3.00 per hour additional. [29 palms Marine Base, Camp Roberts, China Lake, Edwards AFB, El Centro Naval Facility, Fort Irwin, Marine Corps Logistics Base at Nebo & Yermo, Mountain Warfare Training Center, Bridgeport, Point Arguello, Point Conception, Vandenberg AFB] TRUCK DRIVERS CLASSIFICATIONS 7.c Packet Pg. 177 Attachment: c - Contract, Maino Construction (1155 : Curb Ramps 2015 Award) 76 of 79 GROUP 1: Truck driver GROUP 2: Driver of vehicle or combination of vehicles - 2 axles; Traffic control pilot car excluding moving heavy equipment permit load; Truck mounted broom GROUP 3: Driver of vehicle or combination of vehicles - 3 axles; Boot person; Cement mason distribution truck; Fuel truck driver; Water truck - 2 axle; Dump truck, less than 16 yds. water level; Erosion control driver GROUP 4: Driver of transit mix truck, under 3 yds.; Dumpcrete truck, less than 6-1/2 yds. water level GROUP 5: Water truck, 3 or more axles; Truck greaser and tire person ($0.50 additional for tire person); Pipeline and utility working truck driver, including winch truck and plastic fusion, limited to pipeline and utility work; Slurry truck driver GROUP 6: Transit mix truck, 3 yds. or more; Dumpcrete truck, 6-1/2 yds. water level and over; Vehicle or combination of vehicles - 4 or more axles; Oil spreader truck; Dump truck, 16 yds. to 25 yds. water level GROUP 7: A Frame, Swedish crane or similar; Forklift driver; Ross carrier driver GROUP 8: Dump truck, 25 yds. to 49 yds. water level; Truck repair person; Water pull - single engine; Welder GROUP 9: Truck repair person/welder; Low bed driver, 9 axles or over GROUP 10: Dump truck - 50 yds. or more water level; Water pull - single engine with attachment GROUP 11: Water pull - twin engine; Water pull - twin engine with attachments; Winch truck driver - $1.25 additional when operating winch or similar special attachments GROUP 12: Boom Truck 17K and above ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ================================================================ 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)). ---------------------------------------------------------------- 7.c Packet Pg. 178 Attachment: c - Contract, Maino Construction (1155 : Curb Ramps 2015 Award) 77 of 79 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 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. 7.c Packet Pg. 179 Attachment: c - Contract, Maino Construction (1155 : Curb Ramps 2015 Award) 78 of 79 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 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. 7.c Packet Pg. 180 Attachment: c - Contract, Maino Construction (1155 : Curb Ramps 2015 Award) 79 of 79 Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. ================================================================ END OF GENERAL DECISION     7.c Packet Pg. 181 Attachment: c - Contract, Maino Construction (1155 : Curb Ramps 2015 Award) 7.d Packet Pg. 182 Attachment: d - Resolution No.10510 (2014 Series) (1155 : Curb Ramps 2015 Award) 7.d Packet Pg. 183 Attachment: d - Resolution No.10510 (2014 Series) (1155 : Curb Ramps 2015 Award) 7.d Packet Pg. 184 Attachment: d - Resolution No.10510 (2014 Series) (1155 : Curb Ramps 2015 Award) Meeting Date: 11/3/2015 FROM: Michael Codron, Community Development Director Prepared By: Rebecca Gershow, Associate Planner SUBJECT: APPOINTMENT OF FIVE MEMBERS TO THE DOWNTOWN CONCEPT PLAN CREATIVE VISION TEAM RECOMMENDATION 1. Appoint Vicente del Rio, Jaime Hill, Matt Quaglino, Annie Rendler and Charles Stevenson, to the Downtown Concept Plan Creative Vision Team, as recommended by the Council subcommittee made up of Council Members Christianson and Rivoire. 2. Amend Resolution No. 10659 to clarify that the composition of the Creative Vision Team should include the four remaining original authors of the Plan, plus five additional resident volunteers, as directed by City Council on August 18, 2015. DISCUSSION Background In late 1990, the City Council authorized the preparation of a Downtown Plan and authorized the City Manager to establish a committee of community design professionals who would be willing to do the work on a voluntary basis. Chuck Crotser, Rodney Levin, Andrew Merriam, Pierre Rademaker, and Kenneth Schwartz volunteered to be the design team for the effort to develop a Conceptual Physical Plan for the City’s Center (Downtown Concept Plan or Plan). The City Council approved the Downtown Concept Plan by resolution on May 4, 1993. The Downtown Concept Plan has served as a compelling vision for downtown ever since, and has been referred to over the years as a guiding tool for development projects and for acquisition of public spaces downtown. Other than a minor adjustment, to reflect added development, the Plan has remained unchanged since its initial preparation. Update of the Downtown Concept Plan Programmed for 2016 The recent update to the Land Use Element included a program to update the Downtown Concept Plan by 2016. As part of the 2015-2017 Financial Plan, the City Council approved funding for this update effort. 8 Packet Pg. 185 On August 18 of this year, the City Council approved the scope of work and request for proposal for consultant services associated with updating the Downtown Concept Plan. In addition, the City Council adopted Resolution No. 10659, entitled “A Resolution of the City Council of the City of San Luis Obispo, California, creating the Creative Vision Team (CVT) for the Downtown Concept Plan Update and defining its term and charge.” Section 2.3 of the Resolution calls for the appointment of “a sub-committee of Council members to review applications and resumes and, based on recommendations of the original four CVT members … select an additional five members and one alternate who shall serve at the pleasure of the City Council and may, by a majority Council vote, be appointed, dismissed, or replaced.” Council Members Carlyn Christianson and Dan Rivoire were appointed to serve as the sub - committee. Chuck Crotser, Pierre Rademaker, and Ken Schwartz participated from the original CVT. Andrew Merriam, while serving on the CVT, opted to not to participate in the recruitment process. Creative Vision Team Recruitment and Selection Process Staff developed an on-line application form and posted it on the City website with background information on the Downtown Concept Plan. The application was advertised on the City website, and staff sent out a wide-range of email notifications, including among others: 1. Web-based e-notifications to interested parties lists 2. The local chapter of the American Institute of Architects 3. Cal Poly College of Architecture and Urban Design staff, faculty and students 4. Current and former Cultural Heritage Commission, Architectural Review Commission, and Planning Commission members The application was posted on September 1, and by the deadline of September 25 at 5:00 pm, 28 applications were received. The subcommittee, per Resolution 10659 Exhibit A, CVT Guidelines, followed Sections 5B and C, which states, “The composition of a CVT shall be determined at the time of its creation, to ensure that members with strong design and visioning skills who are committed to community service are represented in the membership …When considering members, a goal of service to the entire community rather than special interests will be weighed.” The Council subcommittee and three original CVT members reviewed the 28 applications and supplemental material and narrowed the list down to ten applicants to interview. Fifteen-minute interviews were held on October 8, 2015, and the subcommittee selected the five new Creative Vision Team members. It is important to acknowledge the impressive pool of applicants, and to publicly thank all 28 applicants for their willingness to serve their community. The subcommittee expressed an interest in selecting a diverse group of people, in age, gender, and background, whom they believed would work well together, complement the skill-set of the existing CVT members, and represent the community’s interests. The subcommittee has encouraged all applicants to stay engaged in the process, and has directed staff to make sure they are made aware of other ways to participate in the update of the Downtown Concept Plan. 8 Packet Pg. 186 Amendment to Resolution No. 10659 While the intent of Resolution No. 10659 stays the same, there are two housekeeping changes that require an amendment: The sixth “Whereas” on page one calls for “three additional resident volunteers and one alternate…” Per City Council direction on August 18, 2015, it should be changed to “five additional resident volunteers.” Section 2.3 currently states that the subcommittee shall select “… an additional five members and one alternate.” Per subcommittee direction, it should be changed to “… an additional five members.” The subcommittee determined that an alternate is not necessary since the number of additional CVT members was increased to five. See Attachment A, Proposed Corrected Resolution for Creative Vision Team. FISCAL IMPACT The Council included $100,000 in the 2015-2017 Financial Plan for the Downtown Concept Plan update and the CVT appointment is one component of the Plan. There is no cost associated with appointment of the CVT. ALTERNATIVES 1. Council may direct the subcommittee to reconsider their recommendations for the Creative Vision Team and select different member(s). 2. Council may request additional information be provided on the selection of the Creative Vision Team members. AVAILABLE FOR REVIEW IN THE COUNCIL OFFICE Creative Vision Team applications Attachments: a - Proposed Corrected Resolution-Creative Vision Team 8 Packet Pg. 187 RESOLUTION NO. (2015 Series) A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN LUIS OBISPO, CALIFORNIA CREATING THE CREATIVE VISION TEAM FOR THE DOWNTOWN CONCEPT PLAN UPDATE AND DEFINING ITS TERM AND CHARGE WHEREAS, the City Council designated funding to update the Downtown Concept Plan during the 2015-2016 Fiscal Year, following update of the Land Use Element; and WHEREAS, the community benefited greatly from the generous volunteer efforts of five community members with strong design skills during the creation of the Downtown Concept Plan during the early 1990’s; and WHEREAS, four members of the original group of volunteers (Physical Plan Design Committee) have offered to be actively involved in the update of the Downtown Concept Plan ; and WHEREAS, public participation has been a long tradition in land use issues in the City of San Luis Obispo and public involvement is essential in updating the 1993 Downtown Concept Plan; and WHEREAS, the public participation strategy calls for a Creative Vision Team (CVT) to assist with the visioning process and work with the community and affected stakeholders to provide recommendations for Council consideration; and WHEREAS, the composition of the CVT should include the four remaining members of the Physical Plan Design Committee, plus five additional resident volunteers with design and graphic skills who are willing to commit time to the update effort and represent the future needs of the community; and WHEREAS, establishing CVT Ground Rules and Terms of Engagement will provide a framework for collaborative communication among stakeholders and decision-makers; and WHEREAS, the City Council has duly considered all evidence, including the testimony of interested parties, and the evaluation and recommendations by staff presented at said hearing. NOW, THEREFORE, BE IT RESOLVED by the Council of the City of San Luis Obispo that a Creative Vision Team is hereby created with a composition, term, charge, ground rules and staff support as follows: SECTION 1. CVT. The Creative Vision Team shall be comprised of representatives to be appointed by the Council. The CVT shall be comprised of an odd number of participants. SECTION 2. ACTION 1. Appoint volunteers Chuck Crotser, Andrew Merriam, Pierre Rademaker, and Kenneth Schwartz to serve on the CVT. 8.a Packet Pg. 188 Attachment: a - Proposed Corrected Resolution-Creative Vision Team (1165 : Appointments to the Downtown Concept Plan Creative Vision Resolution No. _____ (2015 Series) Page 2 R ______ 2. Direct Staff to provide notice and solicit applications and resumes to serve on the CVT to be submitted to the City Clerk by September 30, 2015. 3. Appoint a sub-committee of Council members to review applications and resumes and, based on recommendations of the original four CVT members named above, recommend to the full Council appointment of an additional five members who shall serve at the pleasure of the City Council and may, by a majority Council vote, be appointed, dismissed, or replaced. 4. The CVT is hereby established until December 31, 2016, at which point it will no longer be a standing committee with the possible extension of this term to be considered by the City Council prior to that time. 5. The purpose of the CVT is to advise the City in developing recommendations to update the Downtown Concept Plan. 6. The City will provide staff support to the CVT, with the Community Development Director to be primarily responsible for providing this support, to include preparation of agendas and minutes, compilation of material for discussion at CVT meetings, and assistance with public outreach efforts. 7. The CVT Guidelines as shown in Exhibit A, and as may be amended by the City Council, shall apply to the CVT upon formation by the City Council, including compliance with the Ralph M. Brown Act governing open meetings for local government bodies. SECTION 3. Resolution 10659 (2015 Series) is hereby amended and replaced as set forth herein. Upon motion of _______________________, seconded by _______________________, and on the following roll call vote: AYES: NOES: ABSENT: The foregoing resolution was adopted this _____ day of _____________________ 2015. Mayor Jan Marx 8.a Packet Pg. 189 Attachment: a - Proposed Corrected Resolution-Creative Vision Team (1165 : Appointments to the Downtown Concept Plan Creative Vision Resolution No. _____ (2015 Series) Page 3 R ______ ATTEST: ____________________________ Jon Ansolabehere Interim City Clerk APPROVED AS TO FORM: _____________________________________ J. Christine Dietrick City Attorney IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of the City of San Luis Obispo, California, this ______ day of ______________, _________. ______________________________ Jon Ansolabehere Interim City Clerk 8.a Packet Pg. 190 Attachment: a - Proposed Corrected Resolution-Creative Vision Team (1165 : Appointments to the Downtown Concept Plan Creative Vision EXHIBIT A CVT GUIDELINES Guidelines for the Creative Vision Team (CVT) City of San Luis Obispo Community Development Department 1. Introduction The purpose of these Guidelines is twofold: 1) To clarify the respective roles of the each participant in the citizen advisory committee process; and 2) To outline the roles, responsibilities and relationship of CVT and Staff to clarify expectations and understanding of the overall process, so that CVT and Staff contribute to moving toward accomplishing the committee’s specific goals within an appropriate schedule and budget. The advisory committee process is a collaborative one involving an often diverse array of individuals, stakeholders, and viewpoints, levels of expertise and matters of concern. The public, CVT appointees, and respective Community Development Department staff (CDD staff), and staff from other agencies and offices all benefit in having a clear understanding of their respective roles and responsibilities in the committees’ conduct of their official business. An effort has been made to cover all essential aspects of the committee operations, such as how appointments are made, how long each member’s term is, the responsibilities of different participants, conflict of interest issues, and meeting procedures. Nonetheless, these Guidelines are not exhaustive, they do not incorporate statutes and regulations which may apply to CVT operations, e.g. State open meetings law (Brown Act). The Guidelines strive to make adequate reference to other rules, as appropriate. 2. Applicability These Guidelines apply to the Council-appointed Creative Vision Team (CVT) whose primary mission involves products and activities of the update to the Downtown Concept Plan. 8.a Packet Pg. 191 Attachment: a - Proposed Corrected Resolution-Creative Vision Team (1165 : Appointments to the Downtown Concept Plan Creative Vision R ______ 3. Establishment of CVT The CVT is being established to advise the City on matters related to the update of the Downtown Concept Plan. The advice provided by the CVT is communicated to City staff which is tasked with providing recommendations to Advisory Bodies and City Council. This CVT is appointed by the City Council; its establishment is not specifically required by any State laws or regulations. Therefore, the City Council has discretion to create, modify, and terminate the CVT, its membership, mission statement, schedule, etc. at any time. The CVT is an agent of the City of San Luis Obispo and members should be cognizant that their actions as individuals or as a whole can have consequences to the City. 4. Team Authority The CVT is advisory in nature and has no authority to approve, deny, or require modification to any policy under the CVT’s consideration. The team’s advice shall be conveyed to Advisory Bodies, Planning Commission and City Council in all staff reports. City staff will acknowledge CVT input in formulation of recommendations for action by Advisory bodies and City Council and will note where a diff ering recommendation is being made and the reasons for the difference. When recording votes in meeting minutes, members voting for and against items will be noted . Staff is assigned responsibility for the timely completion of Council-approved Downtown Concept Plan update work program as reflected in the Request for Proposal. 5. Appointment Process and Membership Term A) Size The size of a CVT shall be established by the City Council upon creation of the team. The team shall have an odd number of members; this eliminates ambiguity as to what constitutes a quorum, and minimizes the possibility of tie votes. B) Composition The composition of a CVT shall be determined at the time of its creation, to ensure that members with strong design and visioning skills who are committed to community service are represented in the membership. All members must be residents of the City of San Luis Obispo. Paid advocates will not be considered to serve on the CVT. The CVT will be created by Council resolution. C) Vacancies and Application Process 8.a Packet Pg. 192 Attachment: a - Proposed Corrected Resolution-Creative Vision Team (1165 : Appointments to the Downtown Concept Plan Creative Vision R ______ A vacancy or vacancies on a CVT shall exist: 1) When the committee is created 2) When a member or members is/are formally removed by the City Council, or 3) When the Council receives and acknowledges a letter of resignation from an incumbent. Vacancies on the CVT shall be advertised by the City Clerk in the same manner as the original appointments by the Council. Applications for CVT membership shall be submitted on forms provided by the City Clerk, and shall be accepted by the Clerk. The temporary absence of members to fill vacancies as described in this section shall not affect a recommendation by staff and/or the CVT to Advisory Bodies or to the Council. D) Selection Process Upon the close of an application period, a copy of each application submitted will be given to the Council sub-committee for review. Appointment(s) shall be made by the full Council on recommendation of a Council sub-committee. When considering members, a goal of service to the entire community rather than special interests will be weighed. All members must be residents of the City of San Luis Obispo. Paid advocates will not be considered to serve on the CVT. E) Term of Office The term of office for the CVT and its members is established by the City Council when it creates the committee. The CVT shall serve at the discretion of the Council for the term of appointment outlined in a resolution. 6. Team Operations A) Team Mission and Responsibilities The specific mission for the CVT and its term of service shall be to: 1) Advise the City in the development of recommendations during the process of discussing issues, opportunities and vision; reviewing alternatives; and developing policy as part of the Downtown Concept Plan update. 2) Review and comment upon other matters related to the CVT’s function as part of the Downtown Concept Plan update, upon specific direction by the City Council. B) Officers and Rules of Conduct The responsibilities of the CVT also include an election of officers, consisting of at least a Chair, Vice-Chair, and Recording Secretary. The Chair shall lead all meetings, be the primary spokesperson for the CVT, and be the primary committee liaison to City staff and the public. Staff in consultation with the Chairperson shall develop the agenda for 8.a Packet Pg. 193 Attachment: a - Proposed Corrected Resolution-Creative Vision Team (1165 : Appointments to the Downtown Concept Plan Creative Vision R ______ each CVT meeting. The Vice-Chair shall fulfill the duties of Chair in the latter’s absence. The Recording Secretary will be the Community Development Director or his/her designee, who will take action minutes of motions. At a minimum, these minutes shall clearly convey actions and motions taken by the CVT. These minutes are to be considered, amended as needed and approved by the full CVT at the earliest possible time, and signed by the Chairperson. In addition, the CVT force may adopt specific rules of conduct and procedure, as long as such rules are consistent with applicable laws and regulations (including these Guidelines). C) Meeting Procedure The CVT is subject to the Brown Act, which set standards for public notice as to meeting time, date and location as well as items to be discussed. Significant implications are as follows: 1) Noticing of all CVT meetings, including time, location and an agenda, must be posted in a public place within the applicable area. Efforts sh ould be made to provide adequate public notice beyond minimum Brown Act requirements of seventy-two (72) hours. 2) All CVT meetings must be open and public. Meetings are to be held in a facility which makes adequate provision for attendance by all interested members of the public. 3) Members of the public are to be given an opportunity to speak to the CVT on any regular agenda item at the time it is being discussed. Members of the public will also be given an opportunity to speak to any relevant non -agenda item. All public speakers are subject to reasonable time constraints established by the CVT Chairperson and any adopted procedures. All public speakers are to identify their names and relevant business and/or personal interests they are representing for the record. 4) The CVT will attempt to establish a consistent regular meeting time and location in their rules of conduct. 5) Minutes of CVT meetings will be kept on file by the Community Development Department. These minutes shall be available for any interested person to examine. 6) The CVT will elect officers no later than its second meeting and until such time, the Community Development Director or his/her designee shall serve as the Chair Pro-Tem. 7) Meetings shall run in a parliamentary style. Substantive issues will have higher priority than matters of procedural detail. The Chair has discretion in guiding discussion of items among CVT members while allowing for appropriate public input. 8) Staff may address the CVT at any time, with timely recognition by the Chair. 9) Quorum: A majority of the members of the CVT constitute a quorum. Decisions are made by a majority of the members present and voting. No business may be transacted if fewer than a quorum is present. Formal votes by a committee are to have a motion and second, prior to allowing further discussion and a vote. 8.a Packet Pg. 194 Attachment: a - Proposed Corrected Resolution-Creative Vision Team (1165 : Appointments to the Downtown Concept Plan Creative Vision R ______ 10) Members of the CVT shall not vote on issues which involve a legal or ethical conflict of interest or duty (See section 7) 11) Subcommittees: The CVT may select subcommittees to focus on issues or subjects meriting more detailed work outside of the team. Subcommittees are made up of CVT members only, and must number fewer than a quorum of the full CVT. Subcommittee meeting arrangements may be set by either the staff or the CVT. Such meetings are not legally required to be noticed or posted, but every effort should be made by a subcommittee officer or member to notice and/or post the meetings, as they are open to any interested member of the public. Information about their time and location is to be made available through the overall CVT secretary and through CDD staff. Subcommittees shall choose a Chair and a Vice-Chair, and may choose a Recording Secretary for preparing informal minutes. A report from any subcommittee meeting shall be made at the next full CVT meeting. Staff support for subcommittee meetings may be provided, but is not required. D) Attendance CVT members shall make every effort to attend regular meetings. Any member who is unable to attend any meeting shall contact the CVT Chair or Community Development Department staff at least seventy-two (72) hours prior to the meeting. Three (3) consecutive unannounced absences or five (5) consecutive absences by a member shall be grounds for dismissal from the CVT, subject to the discretion of the Council. E) Appearance on CVT’s behalf The Chair, Vice-Chair, or other duly authorized CVT member shall speak for the committee at any applicable non-CVT public hearing or other meeting as authorized by the CVT. Individual members of CVT not so designated, who do testify at a public hearing or other meeting, shall clearly identify themselves as speaking individually as a member of CVT, and shall clearly indicate that they are not authorized to speak for the full committee. F) Timely adjournment of evening meetings To encourage public participation, evening meetings of CVTs will be organized, agendized, and run so as to finish at a reasonable hour. If a particular CVT finds its evening meetings habitually running past 9:30 PM, staff and the C hair will work together to shorten the agendas and, if necessary, to expedite discussion and action on items. 7. Conflicts of Interest CVT members are not considered to be “public officials” as defined in § 82048 of the California Government Code, and therefore are not subject to the State Political Reform Act and its disclosure provisions (Government Code §§ 81000 et seq.). Nevertheless, CVT members shall remove themselves from all discussions and votes on matters in 8.a Packet Pg. 195 Attachment: a - Proposed Corrected Resolution-Creative Vision Team (1165 : Appointments to the Downtown Concept Plan Creative Vision R ______ which they have any direct personal f inancial interest, or where the member’s professional allegiance and/or personal bias cannot be set aside to allow the member’s fair consideration of the issue(s) at hand. In gauging such extra-legal conflicts of interest and/or duty, each member shall exercise careful judgment and introspection in giving priority to the interests of fairness and objectivity; if there is any reasonable doubt that the member has a conflict, the member shall refrain from participation in the team’s deliberations and vote(s). Should a member not refrain voluntarily, and should the member’s participation specifically be challenged by another CVT member, staff, or the public, the member’s participation on any item of official CVT business may be prevented by a two -thirds majority vote of the full CVT (i.e., at least two-thirds of the total incumbent membership, including the member in question). Pervasive or recurring conflicts of interest and/or duty should lead a member to resign voluntarily from a CVT, and may be grounds for a dismissal by the Council. 8. CVT Member and Staff Responsibilities A) CVT Member Responsibilities The responsibilities of the individual CVT members include: 1) Punctually and fully attend all regular and special meetings of the CVT and all relevant subcommittee meetings, to the maximum possible extent; 2) Come to all meetings fully prepared, having reviewed the agenda and all related written/graphic material available before the meeting; 3) Conscientiously follow high ethical standards in putting the broad public interest ahead of any personal interest and/or bias, and to abstain from all discussions and votes where this is not possible; 4) Promote full and open discussion of all matters of official CVT business; 5) Support the CVT Chair, Vice-Chair, and staff in maintaining order, keeping discussions relevant to the business at hand, and following proper procedures, while giving primary attention to matters of substance. 6) Be cognizant of the project time frame and constraints and strive to comment on products/concepts presented in a productive and expeditious manner. B) CDD Staff Responsibilities Staff responsibilities in supporting the CVT include: 1) Timely completion of deliverables within budget. 2) Schedule all CVT meetings pertaining to Downtown Concept Plan update issues, make arrangements for all facilities, distribute written/graphic materials, notices, agendas, etc. For such meetings, coordinate necessary staff participation and guest speakers; 8.a Packet Pg. 196 Attachment: a - Proposed Corrected Resolution-Creative Vision Team (1165 : Appointments to the Downtown Concept Plan Creative Vision R ______ 3) For CVT meetings as appropriate, prepare recommen dations and other material for CVT review and comment. Advise the CVT on matters of both substance and procedure; 4) Assist the CVT Chair in promoting full and open participation by all CVT members and other people in attendance at any meeting, keeping discus sion pertinent to the business at hand; 5) Handle information requests for material and general information related to the official business of the CVT; 6) Report the CVT’s activities, recommendations and comments to Advisory Bodies or other decision-makers and officials within the framework of the overall presentation of staff recommendations on a team product-goal (i.e. draft concepts, policies, or portion thereof); 7) Coordinate with the Chair and Secretary on CVT meeting schedules. C) City Attorney Staff support to the CVT will not be provided by the City Attorney. Specific legal issues are to be directed through CDD to the City Attorney for response. 8.a Packet Pg. 197 Attachment: a - Proposed Corrected Resolution-Creative Vision Team (1165 : Appointments to the Downtown Concept Plan Creative Vision Page intentionally left blank. Meeting Date: 11/3/2015 FROM: Derek Johnson, Assistant City Manager Prepared By: Molly Cano, Tourism Manager SUBJECT: ANNUAL PUBLIC HEARING FOR THE TOURISM BUSINESS IMPROVEMENT DISTRICT RECOMMENDATION 1. Conduct a public hearing to receive testimony regarding the City Council’s intention to continue the citywide Tourism Business Improvement District; and 2. Determine whether a legally sufficient protest is made; and 3. If no legally sufficient protest is made, adopt a resolution affirming the continuation of the San Luis Obispo Tourism Business Improvement District, setting forth the basis for the assessment, and levying the assessment upon hotels in the district for fiscal year 2015-16. DISCUSSION Background On October 20, 2015, the City Council reviewed and approved the Tourism Business Improvement District (TBID) board’s annual report pursuant to Municipal Code Section 12.42.060 (Attachment A – Council Agenda Action Update 10.20.15). The Municipal Code further requires that, after the approval of the annual report, Council shall adopt a resolution of intention to levy an annual assessment for that fiscal year and schedule a public hearing to receive any written or oral protests against the district. Resolution No. 10672(2015 Series) setting such a hearing was adopted on October 20, 2015 (Attachment B- Resolution No. 10672). Council Action: Public Hearing and Resolution As set forth in Sections 36524 and 36525 of the California Streets and Highways Code and San Luis Obispo Municipal Code Section 12.42.060, the Council has the ability to continue the citywide TBID at the public hearing, unless oral or written protests are received from City hoteliers that will pay 50% or more of the proposed assessments. Under Municipal Code Section 12.42.060, protests are weighted based upon the annual assessment for the prior year by each hotel. Staff will have assessment information available at the meeting, but for privacy reasons, 9 Packet Pg. 198 this information is not made public before or at the meeting. In the event that a negative protest occurs, no further proceedings to continue the levy of assessments for that fiscal year shall take place. At the conclusion of the public hearing, if no or insufficient protest is received, Council may then adopt a resolution affirming the continuation of the San Luis Obispo Tourism Business Improvement District, setting forth the basis for the assessment, and levying the assessment upon hotels in the district for fiscal year 2015-16. Such a resolution is provided as Attachment C. FISCAL IMPACT According to the City’s Financial Plan, the TBID is projecting revenue for 2015 -16 of $1,369,875, which is intended to be used for tourism marketing and promotion as outlined in the TBID Strategic Plan. Attachments: a - Council Action Update 10.20.15 b - Resolution 10672 (2015 Series) Intention to continue the SLO TBID to levy the assessment for 2015-16 c - Resolution confirming TBID 11-3-15 9 Packet Pg. 199 City of San Luis Obispo, Council Agenda, City Hall, 990 Palm Street, San Luis Obispo Action Update Tuesday, October 20, 2015 6:00 p.m. REGULAR MEETING Council Chamber 990 Palm Street CALL TO ORDER: Mayor Jan Marx ROLL CALL: Council Members John Ashbaugh, Dan Carpenter, Dan Rivoire, Vice Mayor Carlyn Christianson, and Mayor Jan Marx PLEDGE OF ALLEGIANCE: Council Member Rivoire INTRODUCTIONS NEW HIRES 1. TERESA PURRINGTON, CODE ENFORCEMENT SUPERVISOR (CODRON – 5 MINUTES) Community Development Director Codron presented a brief introduction. 2. MARYANNA ESPEJO-MOSES, CODE ENFORCEMENT ADMINISTRATIVE ASSISTANT (CODRON – 5 MINUTES) Community Development Director Codron presented a brief introduction. 3. DIANE DOSTALEK, SENIOR CIVIL ENGINEER (CODRON – 5 MINUTES) Community Development Director Codron presented a brief introduction. 9.a Packet Pg. 200 Attachment: a - Council Action Update 10.20.15 (1164 : ANNUAL PUBLIC HEARING FOR THE TOURISM BUSINESS IMPROVEMENT DISTRICT) Agenda San Luis Obispo City Council October 20, 2015 San Luis Obispo Page 2 APPOINTMENTS 4. APPOINTMENT TO THE PERSONNEL BOARD (PB) (ANSOLABEHERE / GOODWIN – 5 MINUTES) Assistant City Clerk Maier reviewed the contents of the Council Agenda Report. MOTION BY COUNCIL MEMBER CARPENTER, SECOND BY COUNCIL MEMBER CHRISTIANSON, CARRIED 5-0, to appoint David Wehner to the Personnel Board, for a term to expire on March 31, 2017. PUBLIC COMMENT PERIOD There were 4 people desiring to speak on items not on the agenda CONSENT AGENDA MOTION BY COUNCILMEMBER CHRISTIANSON, SECOND BY VICE MAYOR ASHBAUGH, CARRIED 5-0, to approve Consent Calendar Items 5 thru 14. 5. WAIVE READING IN FULL OF ALL RESOLUTIONS AND ORDINANCES MOTION BY COUNCILMEMBER CHRISTIANSON, SECOND BY VICE MAYOR ASHBAUGH, CARRIED 5-0, to waive reading of all resolutions and ordinances as appropriate. 6. MINUTES OF THE CITY COUNCIL MEETINGS OF SEPTEMBER 15 AND OCTOBER 6, 2015 (ANSOLABEHERE) MOTION BY COUNCILMEMBER CHRISTIANSON, SECOND BY VICE MAYOR ASHBAUGH, CARRIED 5-0, to approve the Minutes of the City Council meetings of September 15 and October 6, 2015. 9.a Packet Pg. 201 Attachment: a - Council Action Update 10.20.15 (1164 : ANNUAL PUBLIC HEARING FOR THE TOURISM BUSINESS IMPROVEMENT DISTRICT) Agenda San Luis Obispo City Council October 20, 2015 San Luis Obispo Page 3 7. GOLF COURSE RESTROOM REPLACEMENT, SPECIFICATION NO. 91327 (GRIGSBY/VAN BEVEREN) MOTION BY COUNCILMEMBER CHRISTIANSON, SECOND BY VICE MAYOR ASHBAUGH, CARRIED 5-0, to: 1. As recommended by the Parks and Recreation Commission approve plans and specifications for the Golf Course Restroom Replacement Project, Specification No. 91327. 2. Authorize staff to advertise for bids, and authorize the City Manager to award the contract if the lowest responsible bid is with the Engineer’s Estimate of $290,000. 8. ORDINANCE NO. 1624 (SECOND READING) - GRANTING A FRANCHISE TO SAN LUIS GARBAGE COMPANY FOR FOOD AND GREEN WASTE COLLECTION SERVICES (MATTINGLY/MUNDS) MOTION BY COUNCILMEMBER CHRISTIANSON, SECOND BY VICE MAYOR ASHBAUGH, CARRIED 5-0, to adopt Ordinance No. 1624 (2015 Series) entitled “An Ordinance of the City Council of the City of San Luis Obispo, California, granting a franchise to San Luis Garbage Company for food and green waste collection, processing and/or disposal within the City of San Luis Obispo.” 9. APPROVAL OF THE FINAL MAP FOR TRACT 3057, 3080 ROCKVIEW PLACE (TR 202-13) (CODRON/HANNULA/DOSTALEK) MOTION BY COUNCILMEMBER CHRISTIANSON, SECOND BY VICE MAYOR ASHBAUGH, CARRIED 5-0, to adopt Resolution No. 10671 (2015 Series) entitled “A Resolution of the City Council of the City of San Luis Obispo, California, approving the Final Map for Tract 3057 (3080 Rockview Place, TR 202-13),” and authorize the Mayor to execute a Subdivision Agreement. 10. AFFORDABLE HOUSING FUND APPROPRIATION FOR THE SAN LUIS OBISPO COUNTY HOUSING TRUST FUND (HTF) (CODRON/WISEMAN) MOTION BY COUNCILMEMBER CHRISTIANSON, SECOND BY VICE MAYOR ASHBAUGH, CARRIED 5-0, to appropriate $60,000 from the Affordable Housing Fund for the San Luis Obispo County Housing Trust Fund. 9.a Packet Pg. 202 Attachment: a - Council Action Update 10.20.15 (1164 : ANNUAL PUBLIC HEARING FOR THE TOURISM BUSINESS IMPROVEMENT DISTRICT) Agenda San Luis Obispo City Council October 20, 2015 San Luis Obispo Page 4 11. AMENDMENT NO. 2 TO THE CITY/DIGITAL WEST FIBER OPTIC INFRASTRUCTURE AGREEMENT (JOHNSON/SCHMIDT) MOTION BY COUNCILMEMBER CHRISTIANSON, SECOND BY VICE MAYOR ASHBAUGH, CARRIED 5-0, to approve of and authorize the Mayor to execute the Second Amendment to the City/Digital West Fiber Optic Infrastructure Agreement to allow Digital West to expand its fiber optic network. 12. FIRE STATION ALERTING SYSTEM SERVICE AGREEMENT (OLSON/COX) MOTION BY COUNCILMEMBER CHRISTIANSON, SECOND BY VICE MAYOR ASHBAUGH, CARRIED 5-0, to: 1. Approve a five year agreement with US Digital Designs, Inc. for $146,595.00. 2. Authorize the Fire Chief to execute a service agreement. 13. YELLOW CAB TAXI PURCHASE OF 234 TAXI LLC (GRIGSBY/ANGUIANO) MOTION BY COUNCILMEMBER CHRISTIANSON, SECOND BY VICE MAYOR ASHBAUGH, CARRIED 5-0, to approve transfer of 234 Taxi’s Certificates of Public Convenience and Necessity to Yellow Cab. 14. ORDINANCE NO. 1625 (SECOND READING) - AMENDING CHAPTERS 1.20, 1.24 AND 15.02 AND ADDING NEW CHAPTER 2.30 TO THE SAN LUIS OBISPO MUNICIPAL CODE TO STREAMLINE THE ADMINISTRATIVE CITATION APPEALS PROCESS AND CREATE THE ADMINISTRATIVE REVIEW BOARD (DIETRICK/WHITE) MOTION BY COUNCILMEMBER CHRISTIANSON, SECOND BY VICE MAYOR ASHBAUGH, CARRIED 5-0, to adopt Ordinance No. 1625 (2015 Series) entitled “An Ordinance of the City Council of the City of San Luis Obispo, California, repealing and replacing Chapter 1.24 (Administrative Code Enforcement Procedures) of Title 1, Amending Section 1.20.020 of Title 1, Amending Chapter 15.02 (Building Codes Adopted) to add Section 15.02.015 of Title 15 (Chapter 1.24 to supersede conflicting Administrative Citation and Review Provisions of Building Construction and Fire Prevention Regulations), and adding Chapter 2.30 (Administrative Review Board) to Title 2, of the San Luis Obispo Municipal Code.” 9.a Packet Pg. 203 Attachment: a - Council Action Update 10.20.15 (1164 : ANNUAL PUBLIC HEARING FOR THE TOURISM BUSINESS IMPROVEMENT DISTRICT) Agenda San Luis Obispo City Council October 20, 2015 San Luis Obispo Page 5 BUSINESS ITEMS 15. 2014-15 TOURISM BUSINESS IMPROVEMENT DISTRICT ANNUAL REPORT (JOHNSON/CANO – 30 MINUTES) Tourism Manager Cano and Tourism Business Improvement District Board Chair Patel narrated a PowerPoint presentation entitled “2014-15 Tourism Business Improvement District Annual Report” and responded to Council inquiries. MOTION BY COUNCILMEMBER CHRISTIANSON, SECOND BY VICE MAYOR ASHBAUGH, CARRIED 5-0, to: 1. Receive and approve the Tourism Business Improvement District (TBID) Board’s 2014- 15 annual report. 2. Adopt Resolution No. 10672 (2015 Series) entitled “A Resolution of the City Council of the City of San Luis Obispo, California, declaring its intention to continue the San Luis Obispo Tourism Business Improvement District, to continue the basis for and to levy the assessment for the district, and to set a date for the public hearing on the district and the assessment for 2015-16” at the same rate as in fiscal year 2014-15. (Public Hearing to be scheduled for November 3, 2015) STUDY SESSION 16. UPDATE AND INPUT ON PROGRESS OF 2015 FIRE MASTER PLAN FOCUSING ON RESPONSE COVERAGE FOR FIRE, RESCUE, AND MEDICAL EMERGENCIES (OLSON – 45 MINUTES) Fire Chief Olson and Citygate Principal Consultant Gary narrated a PowerPoint presentation entitled “Fire Master Plan Update Preliminary Results Briefing” and responded to Council inquiries. City Council received an update to the 2015 Fire Master Plan; consensus was provided by Council, directing staff to include total response time and report on the following policies: 1. Revise the 4 minute emergency response time policy and define total travel time for Code 3 calls for service. 2. Consider the construction and staffing of a fifth fire station in the southern area of the City in order to enhance the probability of achieving established response time standards. 9.a Packet Pg. 204 Attachment: a - Council Action Update 10.20.15 (1164 : ANNUAL PUBLIC HEARING FOR THE TOURISM BUSINESS IMPROVEMENT DISTRICT) Agenda San Luis Obispo City Council October 20, 2015 San Luis Obispo Page 6 3. Explore options for incrementally addressing emergency response coverage gaps, such as initially addressing the medical response gap with a differently staffed and configured crew, and building toward full fire, rescue and medical services as the region develops and additional funding is realized. 4. Consider land based financing models for the Master Plan, such as a Community Facilities District, to finance any funding gap so that new development pays its fair share for building and operating a fifth fire station. COUNCIL LIAISON REPORTS Council liaison reports were received from Mayor Marx. COUNCIL COMMUNICATIONS Mayor Marx, Vice Mayor Ashbaugh, and Council Member Rivoire reported on conferences and City activities. Councilman Carpenter requested that the Council be kept apprised of information related to the proposed Palm-Nipomo Parking Structure and upcoming study session. ADJOURNMENT – 8:30 P.M. The next Regular City Council Meeting is scheduled for Tuesday, November 3, 2015 at 6:00 p.m. in the Council Chamber, 990 Palm Street, San Luis Obispo, California. 9.a Packet Pg. 205 Attachment: a - Council Action Update 10.20.15 (1164 : ANNUAL PUBLIC HEARING FOR THE TOURISM BUSINESS IMPROVEMENT DISTRICT) 9.b Packet Pg. 206 Attachment: b - Resolution 10672 (2015 Series) Intention to continue the SLO TBID to levy the assessment for 2015-16 (1164 : ANNUAL PUBLIC 9.b Packet Pg. 207 Attachment: b - Resolution 10672 (2015 Series) Intention to continue the SLO TBID to levy the assessment for 2015-16 (1164 : ANNUAL PUBLIC 9.b Packet Pg. 208 Attachment: b - Resolution 10672 (2015 Series) Intention to continue the SLO TBID to levy the assessment for 2015-16 (1164 : ANNUAL PUBLIC 9.b Packet Pg. 209 Attachment: b - Resolution 10672 (2015 Series) Intention to continue the SLO TBID to levy the assessment for 2015-16 (1164 : ANNUAL PUBLIC R ______ RESOLUTION NO. _________________ (2015 Series) A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN LUIS OBISPO, CALIFORNIA, DECLARING THE BASIS FOR AND THE LEVY OF THE ASSESSMENT FOR THE SAN LUIS OBISPO TOURISM BUSINESS IMPROVEMENT DISTRICT, AND AFFIRMING THE ESTABLISHMENT OF THE DISTRICT WHEREAS, the Parking and Business Improvement Law of 1989, sections 36500 et seq. of the Streets and Highways Code, authorizes cities to establish business improvement districts for several purposes, one of which is promotion of tourism; and WHEREAS, the lodging businesses within the proposed City of San Luis Obispo Tourism Business Improvement District had requested the City of San Luis Obispo establish such a self- assessment improvement district in 2008; and WHEREAS, the San Luis Obispo Tourism Business Improvement District was established in July 2008, and the San Luis Obispo Tourism Business Improvement District Law was incorporated into the Municipal Code under Chapter 12.42; and WHEREAS, the City Council appointed an advisory board to carry out the functions specified in Street and Highways Code Section 36530, and to provide oversight, guidance, and recommendations regarding the use of the assessment funds; and WHEREAS the San Luis Obispo Tourism Business Improvement District Law and the Parking and Business Improvement Law of 1989 requires the advisory body to prepare and submit an annual report stating proposed changes, improvements and activities for the fiscal year; and WHEREAS, such report was filed and approved by the City Council on October 20, 2015; WHEREAS, on October 20, 2015 the City Council adopted Resolution No. 10672 (2015 Series) declaring its intention to continue the San Luis Obispo Tourism Business Improvement District in 2015-16; and WHEREAS, notices regarding the approval of the public hearing were sent on October 23, 2015 to all assessed properties; and WHEREAS, the City Council held a duly noticed Public Hearing on November 3, 2015 to allow for protests, as contemplated by Streets and Highway Code Section 36524; and WHEREAS, sufficient written or oral protest was not received from hotel businesses in the district which pay fifty percent or more of the assessment; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of San Luis Obispo as follows: a) The establishment of Tourism Business Improvement District in the City of San Luis Obispo in accordance with the San Luis Obispo Tourism Business Improvement District 9.c Packet Pg. 210 Attachment: c - Resolution confirming TBID 11-3-15 (1164 : ANNUAL PUBLIC HEARING FOR THE TOURISM BUSINESS IMPROVEMENT Resolution No. _____ (2015 Series) Page 2 R ______ Law, San Luis Obispo Municipal Code Chapter 12.42, and the California Streets and Highways Code, section 36500 et seq. (Parking and Business Improvement Law of 1989) is affirmed. b) The assessment levied by the Tourism Business Improvement District shall be used to promote lodging at the hotels within the district and administer marketing programs that increase overnight lodging. c) The assessment shall be levied and allocated by the City of San Luis Obispo. d) The assessment shall to be levied on all “hotels”, as that term is defined in San Luis Obispo Municipal Code section 3.04.020, to wit: any structure, or any portion of any structure, which is occupied or intended or designed for occupancy by transients for dwelling, lodging or sleeping purposes, and includes any hotel, inn, tourist home or house, motel, studio hotel, bachelor hotel, lodging house, rooming house, apartment house, dormitory, public or private club, mobile home or house trailer at a fixed location, or other similar structure or portion thereof. e) The assessment shall be based on two percent (2%) of gross room rent. f) New hotels shall not be exempt from immediate assessment. Upon motion of _______________________, seconded by _______________________, and on the following roll call vote: AYES: NOES: ABSENT: The foregoing resolution was adopted this _____ day of _____________________, 2015 ____________________________________ Mayor Jan Marx ATTEST: ____________________________________ Jon Ansolabehere, Interim City Clerk APPROVED AS TO FORM: ____________________________________ Christine Dietrick, City Attorney 9.c Packet Pg. 211 Attachment: c - Resolution confirming TBID 11-3-15 (1164 : ANNUAL PUBLIC HEARING FOR THE TOURISM BUSINESS IMPROVEMENT Resolution No. _____ (2015 Series) Page 3 R ______ IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of the City of San Luis Obispo, California, this ______ day of ______________, _________. ______________________________ Jon Ansolabehere, Interim City Clerk 9.c Packet Pg. 212 Attachment: c - Resolution confirming TBID 11-3-15 (1164 : ANNUAL PUBLIC HEARING FOR THE TOURISM BUSINESS IMPROVEMENT Page intentionally left blank. Meeting Date: 11/3/2015 FROM: Carrie Mattingly, Utilities Director Prepared By: Ron Munds, Utilities Services Manager SUBJECT: AMENDMENT TO THE WATER EFFICIENT LANDSCAPE STANDARDS IN CHAPTER 17.87 OF THE ZONING REGULATIONS AND SECTION 1010 H OF THE CITY ENGINEERING STANDARDS UNIFORM DESIGN CRITERIA FOR LANDSCAPING AND IRRIGATION RECOMMENDATION 1. Introduce an Ordinance amending Chapter 17.87 of the City’s Municipal Code to update the water efficient landscape standards; and 2. Adopt a Resolution amending section 1010 H of the City standard specifications and engineering standards for landscape and irrigation design. DISCUSSION Background The City adopted its first water efficient landscape ordinance in 1992 in accordance with the requirements of Assembly Bill 325, the Water Conservation in Landscaping Act of 1990. The Ordinance followed the regulatory guidelines established by the Department of Water Resources (DWR) Model Water Efficient Landscape Ordinance (model ordinance). In 2006, Assembly Bill 1881 directed DWR to update the model ordinance to include the most up-to-date irrigation technologies and landscape design practices. The bill also required every city and county in California to adopt the State’s model ordinance or one that was “at least as effective as” the model by early 2010 which the City did in April 2010. As part of action, the specific landscape and irrigation design criteria were added by resolution to Section 1010 H of the City Engineering Standards Uniform Design Criteria for Landscaping and Irrigation. Governor Brown’s April 1, 2015 Drought Executive Order B-29-15 directed DWR to update the model ordinance through expedited regulation to be more restrictive in terms of landscape water use than the 2006 version. Similar to AB 1881, the Executive Order requires cities and counties to adopt the model ordinance or one that was “at least as effective as” the model by December 1, 2015. A new requirement is that all cities and counties must report on the implementation and enforcement of the ordinance by December 31, 2015. As part of the City’s drought response strategy approved on June 2, 2015, the City Council adopted a resolution which significantly limited or deferred the installation of new landscapes. The City’s regulations for landscape and irrigation design are more restrictive than the model 10 Packet Pg. 213 ordinance and will remain in effect until the drought emergency is rescinded by the City Council. In order to remain consistent with the state requirements, it is being recommended the City update the Chapter 17.87 and the City’s Engineering Standards at this time. Key Changes – Water Efficient Landscape Ordinance The only changes to the ordinance are to the applicability requirements (based on the square footage of a landscape) set forth in Section 17.87.020. The current ordinance applies to the following: 1. New construction and rehabilitated landscapes for institutional, commercial and multi- family development projects with a landscape area equal to or greater than 2,500 square feet which are otherwise subject to a building permit, plan check or development review; 2. Developer-installed single-family residential landscapes and common areas of a project with a landscape area equal to or greater than 2,500 square feet which are otherwise subject to a building permit, plan check, or development review. Where model homes are included, the developer shall install at least two model homes with landscapes that comply with the requirements of this chapter and include signs explaining design strategies and plant materials for water conservation. 3. New construction landscapes which are homeowner-provided and/or homeowner-hired in single family and multi-family residential projects with a total project landscape area equal to or greater than 5,000 square feet requiring a building permit, plan check or development review. The proposed new applicability standards are as follows: 1. New residential, commercial, institutional and multi-family development projects with an aggregate landscape area equal to or greater than 500 square feet subject to a building permit, plan check or development review; 2. Rehabilitated landscapes for residential, institutional, commercial and multi -family development projects with a landscape area equal to or greater than 2,500 square feet which are otherwise subject to a building permit or development review. Lowering the applicability threshold requirement for new construction to 500 square feet means virtually every landscape subject to a building permit or development review will have to comply with the provisions of the water efficient landscape ordinance. Key Changes - Engineering Standards Section 1010 H of the City Engineering Standards Uniform Design Criteria for Landscaping and Irrigation contains the specific criteria for the design and installation along with the submittal requirements for new and rehabilitated landscapes subject to a building permit or development review. The key changes are as follows: 10 Packet Pg. 214 Element Current Requirement New Requirement Applicability Same as ordinance Same as ordinance Street medians No requirement High water using plants like turf prohibited Dedicated water meters for landscapes 1,000 sq. ft. or more Required by Utilities Department policy Required by Engineering Standards Irrigation efficiency 71% 75% Irrigation devices No standard Meet ANSI & ASABE/ICC standards Soils management - mulch 2 inches 3 inches Soils management - amendments As recommended by horticulturalist Prescriptive in cubic yards per 1,000 sq. ft. to be incorporated Evapotranspiration factor 0.70 0.55 for residential and 0.45 for commercial The changes in the standards will result in landscapes that are much more water efficient. The most significant change being made is to the evapotranspiration factor requirement which is used to determine the types of plants used in a new landscape design based on the plant’s water use requirements. The lowering of the factor from 0.7 to 0.55 for residential projects will significantly decrease the use and square footage of high water using plants like turf in the design. For example, under the current standards, a landscape could have one third (33%) of the landscape be high water plants like a lawn, a third being moderate water using plants like hydrangeas and one third be low water using plants like California natives. Lowering the factor to 0.55 would only allow for about 25% of the landscape to be turf. The lowering of the factor from 0.7 to 0.45 for commercial projects will virtually eliminate the use of turf (unless irrigated with sub-surface drip irrigation) from the design. CONCURRENCES The Public Works Department and Community Development Department concur with the recommendation made in this report. ENVIRONMENTAL REVIEW The ordinance amendment is categorically exempt from environmental review pursuant to Sections 15305 and 15307of the CEQA Guidelines, Minor Alterations in Land Use Limitations and Actions by Regulatory Agencies for Protection of Natural Resources. 10 Packet Pg. 215 FISCAL IMPACT There is no direct fiscal impact associated with the requested action. Currently, landscape and irrigation plans are submitted by a project applicant as part of the development package and any associated review fee is part of the existing fee structure. Staff will be evaluating impacts of the new requirements on the time it takes to review plans and will make recommendations for fee changes if warranted. ALTERNATIVES The City Council could decide not to adopt the amended Water Efficient Landscape Ordinance. This is not recommended since the State requires that every city and county in California adopt the model ordinance or an ordinance which is at least as effective as the model by December 1, 2015. Failure to adopt an ordinance could open the City’s to third party challenges if not consistent with the state’s requirements. Attachments: a - Chapter 17.87 Ordinance Revision b - Engineering Standards 1010 H-Revised c - Engineering Standards Resolution 2015 10 Packet Pg. 216 ORDINANCE NO. ______(2015 Series) AN ORDINANCE OF THE CITY COUNCIL OF THE CITY OF SAN LUIS OBISPO, CALIFORNIA AMENDING CHAPTER 17.87 OF THE CITY OF SAN LUIS OBISPO’S MUNICIPAL CODE WHEREAS, the State of California adopted the Water Conservation Landscaping Act of 2006 which requires all cities and counties in California to adopt a water efficient landscape ordinance; and WHEREAS, pursuant to Governor Brown’s Executive Order B-29-15, the Department of Water Resources has updated the Model Water Efficient Landscape Ordinance (model ordinance) for use by local agencies; and WHEREAS, the intent of the revised model ordinance is to achieve increased landscape water use efficiency in new and rehabilitated landscapes; and WHEREAS, local agencies may adopt the state’s model ordinance, or adopt their own ordinance that is at least as effective as the state’s model ordinance; and WHEREAS, by this Ordinance the City desires to revise its Water Efficient Landscape Ordinance in compliance with the state’s requirements. NOW THEREFORE BE IT ORDAINED by the City Council of the City of San Luis Obispo as follows: SECTION 1. Section 17.87.020 of the City of San Luis Obispo’s Municipal Code is hereby amended to read as follows: 17.87.020 Applicability. A. The provisions of this chapter shall apply to the following landscape projects: 1. New construction and rehabilitated landscapes for institutional, commercial and multi-family development projects with a landscape area equal to or greater than 2,500 square feet which are otherwiseresidential, commercial, institutional and multi-family development projects with an aggregate landscape area equal to or greater than 500 square feet subject to a building permit, plan check or development review; 2. Developer-installed single-family residential landscapes and common areas of a project with a landscape area equal to or greater than 2,500 square feet which are otherwise subject to a building permit, plan check, or development review. Where model homes are included, the developer shall install at least two model homes with landscapes that comply with the requirements of this chapter and include signs explaining design strategies and plant materials for water conservation. 10.a Packet Pg. 217 Attachment: a - Chapter 17.87 Ordinance Revision (1154 : Amend Water Efficient Landscape Ordinance Chapter 17.87 and Engineering Ordinance No. _____ (2015 Series) Page 2 O ______ 3. New construction landscapes which are homeowner-provided and/or homeowner- hired in single family and multi-family residential projects with a total project landscape area equal to or greater than 5,000 square feet requiring a building permit, plan check or development review. 2. Rrehabilitated landscapes for residential, institutional, commercial and multi- family development projects with a landscape area equal to or greater than 2,500 square feet which are otherwise subject to a building permit or development review. 4.3.Homeowners Associations and Common Interest Developments’ architectural guidelines (i.e., CC&Rs) shall not prohibit or include conditions that have the effect of prohibiting the use of low water-using plants as a group. Further, the guidelines shall not prohibit the removal of turf, nor restrict or prohibit the reduction of turf in lieu of more water efficient alternatives (California Civil Code Section 1353.8). SECTION 2. Environmental Determination. This Ordinance is categorically exempt from environmental review pursuant to Sections 15305 and 15307 of the CEQA Guidelines. SECTION 3. Severability. Should any provision of this Ordinance, or its application to any person or circumstance, be determined by a court of competent jurisdiction to be unlawful, unenforceable or otherwise void, that determination shall have no effect on any other provision of this Ordinance or the application of this Ordinance to any other person or circumstance and, to that end, the provisions hereof are severable. SECTION 4. A summary of this ordinance, together with the names of the Council members voting for and against it, shall be published at least five (5) days prior to its final passage, in the Telegram-Tribune, a newspaper published and circulated in this City. This ordinance will go into effect at the expiration of thirty (30) days after its final passage. SECTION 5. Inconsistency. To the extent that the terms or provisions of this Ordinance may be inconsistent or in conflict with the terms or conditions of any prior City ordinance(s), motion, resolution, rule, or regulation governing the same subject matter thereof, such inconsistent and conflicting provisions of prior ordinances, motions, resolutions, rules and regulations are hereby repealed. 10.a Packet Pg. 218 Attachment: a - Chapter 17.87 Ordinance Revision (1154 : Amend Water Efficient Landscape Ordinance Chapter 17.87 and Engineering Ordinance No. _____ (2015 Series) Page 3 O ______ INTRODUCED on the _______ day of November, 2015, AND FINALLY ADOPTED by the Council of the City of San Luis Obispo on the ____ day of ____, 2015, on the following vote: AYES: NOES: ABSENT: ____________________________________ Mayor Jan Marx ____________________________________ Jon Ansolabehere Interim City Clerk APPROVED AS TO FORM: _____________________________________ J. Christine Dietrick City Attorney IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of the City of San Luis Obispo, California, this ______ day of ______________, _________. ______________________________ Jon Ansolabehere Interim City Clerk 10.a Packet Pg. 219 Attachment: a - Chapter 17.87 Ordinance Revision (1154 : Amend Water Efficient Landscape Ordinance Chapter 17.87 and Engineering Revised 1010 H; 11/3/2015. LANDSCAPING & IRRIGATION Landscaping and Irrigation shall conform to the provisions in Section 13.20 of the City Municipal Code and Engineering Standards. The provisions of the Engineering Standards apply to the following landscape projects:  New construction andresidential, commercial, institutional and multi-family development projects with an aggregate landscape area equal to or greater than 500 square feet subject to a building permit or development review.  Rrehabilitated landscapes for residential, institutional, commercial and multi-family development projects with a landscape area equal to or greater than 2,500 square feet which are otherwise subject to a building permit or development review.  Developer-installed single-family residential landscapes and common areas of a project with a landscape area equal to or greater than 2,500 square feet which are otherwise subject to a building permit or development review. Where model homes are included, the developer shall install at least two model homes with landscapes that comply with the City Engineering Standards requirements and include signs and printed materials explaining design strategies and plant materials for water conservation.  New construction landscapes which are homeowner-provided and/or homeowner-hired in single- family projects with a total project landscape area equal to or greater than 5,000 square feet requiring a building permit or development review. Submittals Development Review. For projects that require development review (tentative parcel map, tentative tract, development plan or conditional use permit), project applicants shall submit the following documentation: 1. A completed Maximum Applied Water Allowance for the conceptual landscape design. 2. A conceptual landscape design plan which demonstrates that the landscape will meet the landscape design specifications of the City Engineering Standards Uniform Design Criteria for Landscaping and Irrigation. 3. A conceptual irrigation design plan which notes the irrigation methods and design actions that will be employed to meet the irrigation specifications of the City Engineering Standards Uniform Design Criteria for Landscaping and Irrigation. 4. A grading plan which demonstrates the landscape will meet the specifications of the City Engineering Standards Uniform Design Criteria for Landscaping and Irrigation. Building Application. Prior to the issuance of a building permit, project applicants shall submit the following: 1. A completed Maximum Applied Water Allowance form (Appendices City Engineering Standards) based on the final landscape design plan. 2. A final landscape design plan that includes all the criteria required in the City Engineering Standards Uniform Design Criteria for Landscaping and Irrigation. 3. A final irrigation plan that includes all the criteria required in the City Engineering Standards Uniform Design Criteria for Landscaping and Irrigation. 4. A soils management report that includes at a minimum the criteria required in the City Engineering Standards Uniform Design Criteria for Landscaping and Irrigation. 5. A final grading plan that includes all the criteria required in the City Engineering Standards Uniform Design Criteria for Landscaping and Irrigation. 10.b Packet Pg. 220 Attachment: b - Engineering Standards 1010 H-Revised (1154 : Amend Water Efficient Landscape Ordinance Chapter 17.87 and Engineering 6. A hydrozone table (Appendices City Engineering Standards). 7. Plans must comply with City Engineering Drafting Guidelines included in appendix. Project Completion. Upon completion of the installation of the landscape and irrigation system and prior to the issuance of the Certificate of Occupancy, the project applicant shall submit the following: 1. A Certification of Completion (Appendices City Engineering Standards) signed by the professional of record for the landscape and irrigation design certifying that the project was installed per the City approved landscape design, irrigation and grading plans and meets or exceeds an average landscape irrigation efficiency of 0.751. The City reserves the right to inspect and audit any irrigation system which has received an approval through the provisions of this chapter. 2. A project applicant shall develop and provide to the owner or owner representative and the City an irrigation schedule that assists in the water management of the project and utilizes the minimum amount of water required to maintain plant health. Irrigation schedules shall meet the criteria in the City Engineering Standards Uniform Design Criteria for Landscaping and Irrigation. 3. A regular maintenance schedule shall be submitted by the project applicant with the Certificate of Completion that includes: routine inspections, adjustment and repairs to the irrigation system, aerating and dethatching turf areas, replenishing mulch, fertilizing, pruning and weeding. The maintenance schedule will be provided to the owner or owner representative. Landscaping Plan. For the efficient use of water, a landscape shall be designed and planned for the intended function of the project. For each landscape project, applicants shall submit a landscape design plan in accordance with the following:  Any combination of plant materials that do not exceed the Maximum Applied Water Allowance (MAWA). The method to calculate the Maximum Applied Water Allowance and Estimated Total Water Use shall be in accordance with Appendix E.  Plant factors used to calculate the MAWA shall be derived from the most recent edition of the Department of Water Resources “Water Use Classification of Landscape Species (WUCOLS)”.  Each hydrozone shall have plant materials with similar water requirements and be identified as low, moderate or high water use on the plans.  Plants shall be selected and planted appropriately based upon their adaptability to the climatic, soil, and topographical conditions of the project site, and water attributes.  Turf is not allowed on slopes greater than 215% (1 foot rise for every 6.54 feet of horizontal distance) where the toe of the slope is adjacent to an impermeable hardscape.  Turf shall not be used in areas less than 8 feet by 8 feet in size, irregularly shaped areas, street medians, traffic islands, planter strips, bulbouts of any size or raised beds for maximum water efficiency and ease of maintenance.  Low and moderate water-use plants can be mixed, but the entire hydrozone will be classified as moderate water use for MAWA calculations.  High water-use plants shall not be mixed in the same hydrozone with low or moderate water-use plants.  Invasive plants as listed by the Cal-IPC are prohibited.  High use plants, characterized by a plant factor of 0.7 to 1.0, are prohibited in street medians.  Recirculating water systems shall be used for water features.  The surface area of water features, including swimming pools, will be included in a high water-use hydrozone.  A landscape design plan for projects in fire-prone areas shall address fire safety and prevention. A defensible space or zone around a building or structure is required per Public Resources Code Section 4219 (a) and (b). Avoid fire-prone plant materials and highly flammable mulches. 10.b Packet Pg. 221 Attachment: b - Engineering Standards 1010 H-Revised (1154 : Amend Water Efficient Landscape Ordinance Chapter 17.87 and Engineering Irrigation Plan. The irrigation system and its related components shall be planned and designed to allow for proper installation, management, and maintenance. Project applicants shall submit an irrigation design plan that is designed and installed to meet irrigation efficiency criteria:  Landscape water meters shall be installed for all non-residential irrigated landscapes of 1,000 square feet or more.  Soil types and infiltration rates shall be considered when designing irrigation systems. All irrigation systems shall be designed to avoid runoff, low-head drainage, overspray, or other similar conditions where water flows onto adjacent property, non-irrigated areas, walks, roadways, or structures.  Proper irrigation equipment and schedules, including features such as repeat cycles, shall be used to closely match application rates to infiltration rates, to minimize or eliminate runoff.  Overhead irrigation spray (using manufacturer specified throw distances) shall not be permitted within 24 inches of any non-pervious surface, so as to prevent runoff and overspray. Allowable irrigation within the setback from non-pervious surfaces may include drip, drip line, or other low flow or non- spray technology. These restrictions may be modified if the adjacent non-pervious surfaces are designed and constructed to drain entirely to landscaping.  Irrigation systems shall be designed, maintained, and managed using such techniques as low- precipitation heads, drip irrigation, moisture sensors, check valves, matched precipitation rates of sprinkler heads and other emission devices, and other water-conserving techniques where appropriate.  Each valve shall irrigate a hydrozone with similar site, slope, sun exposure, soil conditions, and plant materials with similar water use. A single valve shall not irrigate hydrozones that mix high water -use plants with moderate or low water-use plants.  Irrigation systems shall be designed, maintained, and managed to meet or exceed an average landscape irrigation efficiency of 0.751 where irrigation efficiency means the measurement of the amount of water beneficially used divided by the amount of water applied. Irrigation efficiency is derived from measurements and estimates of irrigation system characteristics and management practices.  Rain sensors, either integral or auxiliary, that suspend or alter irrigation operation during rainy weather conditions shall be required on all irrigation systems.  Head-to-head coverage is required unless otherwise directed by the manufacturer’s specifications.  Low volume irrigation is required where plant height at maturity will affect the uniformity of an overhead system.  The irrigation system shall be designed to ensure that the dynamic pressure at each emission device is within the manufacturer’s recommended pressure range for optimal performance.  Manual shut-off valves (such as a gate valve, ball valve, or butterfly valve) shall be required, as close as possible to the point of connection of the water supply, to minimize water loss in case of an emergency (such as a main line break) or routine repair.  Automatic irrigation controllers utilizing either evapotranspiration or soil moisture sensor data shall be required for irrigation scheduling in irrigation systems for applicable projects in section 17.87.020 (A) (1) of the Municipal Code.  If the project is within the Water Reuse Master Plan area, the irrigation system shall be designed and operated consistent with recycled water standards described in the City’s Procedures for Recycled Water Use, including the requirement that sites utilizing recycled water include backflow protection on all potable service connections.  For City facilities, if the project is within the Water Reuse Master Plan area, drip irrigation and small pop-up sprayers may not be used in the irrigation system unless authorized by the Parks Maintenance Supervisor.  For City facilities, pull box spacing shall not exceed 200’, and conduit fill shall not exceed 26%.  For City facilities, irrigation boxes shall be placed in landscaped areas whenever possible. If irrigation boxes are set in hardscape areas, they shall be concrete boxes. The boxes shall be traffic rated if the 10.b Packet Pg. 222 Attachment: b - Engineering Standards 1010 H-Revised (1154 : Amend Water Efficient Landscape Ordinance Chapter 17.87 and Engineering area is open to public traffic or used by maintenance vehicles. Irrigation boxes in playing fields shall be buried 4 inches below grade.  All irrigation emission devices must meet the requirements set in the American National Standards Institute (ANSI) standards, American society of Agricultural and biological Engineers/International code Council’s (ASABE/ICC) 802-2014 “Landscape Irrigation Sprinkler and Emitter Standard. All sprinkler heads installed in the landscape must document a distribution uniformity low quarter of 0.65 or high using the protocol devfied in ASABE/ICC 802-2014. Soils Management Report. In order to reduce runoff and encourage healthy plant growth, soil amendment, mulching and soil conditioning recommendations shall be prepared by a licensed landscape architect, licensed landscape contractor, licensed civil engineer or licensed architect. Prior to planting of any materials, compacted soils shall be transformed to a friable condition.  If the characteristics of the project’s soil are known, the minimum requirements of the report shall include the following: a. A minimum of 6 inches of non-mechanically compacted soil shall be available for water absorption and root growth in the planted areas. b. For landscape installations, compost at a rate of minimum of cubic yards per 1,000 square feet of permeable area shall be incorporated to the depth of six inches into the soil. Soils with greater than 6% organic matter in the top six inches of soil are exempt from this requirement. c. A minimum of 32 inches of mulch shall be applied on all exposed soil surfaces of planting areas except in turf areas, creeping or rooting groundcovers or direct seeding applications. Plant mulch shall be shredded redwood bark unless otherwise approved by the City Engineer.  If the characteristics of the project’s soil are unknown, the project applicant shall submit soil samples to a laboratory for analysis and recommendations. a. Soil sampling shall be conducted in accordance with laboratory protocol, including protocols regarding adequate sampling depth for the intended plants. b. The soil analysis may include: soil texture; infiltration rate determined by laboratory test or soil texture infiltration rate table; pH; total soluble salts; sodium; percent organic matter; and recommendations.  The soil analysis report shall be made available, in a timely manner, to the professionals preparing the landscape design plans and irrigation design plans to make any necessary adjustments to the design plans.  The project applicant shall submit documentation verifying implementation of soil analysis report recommendations to the City with Certificate of Completion. Grading Plan. For the efficient use of water, grading of a project site shall be designed to minimize soil erosion, runoff, and water waste.  The project applicant shall submit a landscape grading plan that indicates finished configurations and elevations of the landscape area including: a.Height of graded slopes; b. Drainage patterns; c. Pad elevations; d. Finish grade; and e. Stormwater retention improvements, if applicable.  To prevent excessive erosion and runoff, grading shall comply with the following to the maximum extent practicable: a. Grade so that all irrigation and normal rainfall remains within property lines and does not drain onto non-permeable hardscapes; b. Avoid disruption of natural drainage patterns and undisturbed soil; c. Avoid soil compaction in landscape areas; and 10.b Packet Pg. 223 Attachment: b - Engineering Standards 1010 H-Revised (1154 : Amend Water Efficient Landscape Ordinance Chapter 17.87 and Engineering d. Preserve natural drainage channels. Miscellaneous City Facility Provisions: Irrigation System Operational Requirements Design shall ensure areas of turf are not under watered, relative to the rest of the turf, resulting in brown patches. The designer may review the irrigation installation and make recommendations for corrective action on the part of the installer; however, if the system cannot, in spite of proper installation and adjustment of the irrigation, be operated to provide proper coverage, the designer shall redesign and direct revised installation at his/her cost until the system can be shown to operate properly via an audit and empirical data. Hardscape Walkways and pads for appurtenances in parks shall be concrete or pervious concrete built in accordance with City Standards for sidewalk construction and graded to prevent water from ponding on the walkway or pad. Unless variances are justified and approved by the City Engineer, walkways must meet current ADA accessibility requirements. Pads in sod areas, such as picnic table pads, shall be round, oval or have rounded edges to allow mowing without damage to mow blades and pads. Median islands Median island noses shall have a 5-foot section of standard sidewalk concrete at intersections as a pedes trian refuge. Island noses should not extend into intersection crosswalk areas. Island areas 4 feet or less shall be hardscaped. All hardscaped surfaces within median islands except for pedestrian areas, shall be decorative. Median island irrigation systems shall be sized to planned street island build-out (multi-island plans), including mainline sizing, water and control connections, and control systems configuration and capacity. Median islands, including traffic circles, and center cul-de-sac landscaping may be used for infiltration of stormwater where suited to the site conditions. Design shall be such as to prevent damage to adjacent roadway sections from infiltration, to the satisfaction of the City Engineer. Playgrounds and Miscellaneous areas An engineered wood surfacing, meeting accessibility requirements, shall be used under play equipment. Alternative surfaces shall be submitted to the City Engineer for review and approval. Benches and picnic tables shall be of a low maintenance material such as rubber coated steel. No wood is allowed. Alternative materials shall be submitted to the City Engineer for review and approval. System Pressure Where an existing meter or irrigation system is present, the designer shall obtain the current line pressure to use in design. Where no existing system exists, the City of San Luis Obispo Utilities Department shall be contacted to determine approximate existing system pressures. For systems that will be temporarily connected to the potable water system and eventually connected to the recycled water system, or for areas that may be set up to use both systems, the designer shall consider the pressure in both systems and design the irrigation system so that it will work with either pressure. The designer shall contact the responsible maintenance division for the landscaped area (City of San Luis Obispo Public Works for City projects or areas to be dedicated) to determine the watering window to be used 10.b Packet Pg. 224 Attachment: b - Engineering Standards 1010 H-Revised (1154 : Amend Water Efficient Landscape Ordinance Chapter 17.87 and Engineering for the area. The designer shall use that window in determining the number of valves turned on at any given time and the resulting load on the system. Calculations of system capacities and any assumptions made about the system shall be submitted for review and approval. Calculations submitted shall clearly show an accounting for system losses and concurrent loading to prevent undersizing of the system. Where systems do not operate as needed to provide even distribution of water, including problems resulting from an undersized service, the designer will be responsible to provide any needed redesign and to pay for necessary field corrections. The irrigation design shall include a pressure reducer or booster pump to be installed, if needed, based on the actual pressure in the new irrigation system. System shall be designed for maximum efficiency. Controller Irrigation designers must contact the Parks Maintenance Supervisor to determine what, if any, telemetry control equipment will be required. Systems are to be designed to current City Standards for Controller equipment where an irrigated area is City owned or to be dedicated. If control is to be via phone line, the designer must coordinate with the City’s telephone system representative or City project manager to arrange for hook up. Appendix E Water Efficient Landscape Worksheet. WATER EFFICIENT LANDSCAPE WORKSHEET This worksheet is filled out by the project applicant and it is a required element of the Landscape Documentation Package. Reference Evapotranspiration (ETo) Hydrozone # /Planting Descriptiona Plant Factor (PF) Irrigation Methodb Irrigation Efficiency (IE)c ETAF (PF/IE) Landscape Area (sq, ft,) ETAF x Area Estimated Total Water Use (ETWU)e Regular Landscape Areas Totals (A) (B) Special Landscape Areas 1 1 1 Totals (C) (D) ETWU Total Maximum Allowed Water Allowance (MAWA)e aHydrozone #/Planting Description E.g 1.) front lawn 2.) low water use plantings 3.) medium water use planting e bIrrigation Method cIrrigation Efficiency overhead spray 0.75 for spray head or drip 0.81 for drip 10.b Packet Pg. 225 Attachment: b - Engineering Standards 1010 H-Revised (1154 : Amend Water Efficient Landscape Ordinance Chapter 17.87 and Engineering dETWU (Annual Gallons Required) = Eto x 0.62 x ETAF x Area where 0.62 is a conversion factor that acre-inches per acre per year to gallons per square foot per year. MAWA (Annual Gallons Allowed) = (Eto) ( 0.62) [ (ETAF x LA) + ((1-ETAF) x SLA)] where 0.62 is a conversion factor that acre-inches per acre per year to gallons per square foot per year, LA is the total landscape area in square feet, SLA is the total special landscape area in square feet, and ETAF is .55 for residential areas and 0.45 for non- residential areas. ETAF Calculations Regular Landscape Areas Total ETAF x Area (B) Total Area (A) Average ETAF B ÷ A All Landscape Areas Average ETAF for Regular Landscape Areas must be 0.55 or below for residential areas, and 0.45 or below for non-residential areas. Total ETAF x Area (B+D) Total Area (A+C) Sitewide ETAF (B+D) ÷ (A+C) 10.b Packet Pg. 226 Attachment: b - Engineering Standards 1010 H-Revised (1154 : Amend Water Efficient Landscape Ordinance Chapter 17.87 and Engineering Certificate of Completion. CERTIFICATE OF COMPLETION This certificate is filled out by the project applicant upon completion of the landscape project. PART 1. PROJECT INFORMATION SHEET Date Project Name Name of Project Applicant Telephone No. Fax No. Title Email Address Company Street Address City State Zip Code Project Address and Location: Street Address Parcel, tract or lot number, if available. City State Zip Code Property Owner or his/her designee: Name Telephone No. Fax No. Title Email Address Company Street Address City State Zip Code Property Owner “I/we certify that I/we have received copies of all the documents within the Landscape Documentation Package and the Certificate of Completion and that it is our responsibility to see that the project is maintained in accordance with the Landscape and Irrigation Maintenance Schedule.” _ _ _ Property Owner Signature Date Please answer the questions below: 1. Date the Landscape Documentation Package was submitted to the local agency _ 2. Date the Landscape Documentation Package was approved by the local agency _ 3. Date that a copy of the Water Efficient Landscape Worksheet (including the Water Budget Calculation) was submitted to the local water purveyor 10.b Packet Pg. 227 Attachment: b - Engineering Standards 1010 H-Revised (1154 : Amend Water Efficient Landscape Ordinance Chapter 17.87 and Engineering PART 2. CERTIFICATION OF INSTALLATION ACCORDING TO THE LANDSCAPE DOCUMENTATION PACKAGE “I/we certify that based upon periodic site observations, the work has been completed in accordance with the ordinance and that the landscape planting and irrigation installation conform with the criteria and specifications of the approved Landscape Documentation Package.” Signature* Date Name (print) Telephone No. Fax No. Title Email Address License No. or Certification No. Company Street Address City State Zip Code *Signer of the landscape design plan, signer of the irrigation plan, or a licensed landscape contractor. PART 3. IRRIGATION SCHEDULING Attach parameters for setting the irrigation schedule on controller. PART 4. SCHEDULE OF LANDSCAPE AND IRRIGATION MAINTENANCE Attach schedule of Landscape and Irrigation Maintenance. PART 5. SOIL MANAGEMENT REPORT Attach soil analysis report, if not previously submitted with the Landscape Documentation. Attach documentation verifying implementation of recommendations from soil analysis report . 10.b Packet Pg. 228 Attachment: b - Engineering Standards 1010 H-Revised (1154 : Amend Water Efficient Landscape Ordinance Chapter 17.87 and Engineering R ______ RESOLUTION NO. _______ (2015 Series) A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN LUIS OBISPO APPROVING A REVISION TO ENGINEERING STANDARD 1010 H. LANDSCAPING AND IRRIGATION WHEREAS, the Public Works Department is responsible for maintaining Standard Specifications and Engineering Standards establishing quality requirements and contract conditions for construction; and WHEREAS, the Standard Specifications and Engineering Standards must be periodically updated to allow for changes in construction practices and contract and state law; and WHEREAS, the City of San Luis Obispo proposes to revise Engineering Standard 1010 H to be in compliance with California Department of Water Resources Model Water Efficient Landscape Ordinance. BE IT RESOLVED, by the Council of the City of San Luis Obispo as follows: SECTION 1. Engineering Standard 1010 H. Landscaping and Irrigation, approved under Resolution No. 10495 (2014 Series) is revised to comply with state requirements, and the previous version of the this section of the Engineering Standard is hereby rescinded. SECTION 2. The revised Engineering Standard 1010 H. Landscaping and Irrigation dated November 3, 2015, a copy of which is on file in the Office of the City Clerk, is hereby approved. Upon motion of ________________________, seconded by ________________________, and on the following roll call vote: AYES: NOES: ABSENT: The foregoing resolution was adopted this ____ day of ________ 2015. Mayor Jan Marx ATTEST: Jon Ansolabehere Interim City Clerk 10.c Packet Pg. 229 Attachment: c - Engineering Standards Resolution 2015 (1154 : Amend Water Efficient Landscape Ordinance Chapter 17.87 and Engineering Resolution No. _____ (2015 Series) Page 2 R ______ APPROVED AS TO FORM: ___________________________________ J. Christine Dietrick City Attorney IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of the City of San Luis Obispo, California, this ______ day of ______________, _________. ______________________________ Jon Ansolabehere Interim City Clerk 10.c Packet Pg. 230 Attachment: c - Engineering Standards Resolution 2015 (1154 : Amend Water Efficient Landscape Ordinance Chapter 17.87 and Engineering Meeting Date: 11/3/2015 FROM: Daryl Grigsby, Director of Public Works Prepared By: Ron Combs, City Arborist Barbara Lynch, Deputy Director of Public Works SUBJECT: MISSION PLAZA CEDAR TREE RECOMMENDATION After receiving public input and considering staff’s proposal to leave the tree in place through the Mission Plaza Assessment and Master Plan adoption, provide direction on disposition of recently planted deodar cedar in Mission Plaza. DISCUSSION A cedar tree was recently planted in the Mission Plaza. Council received some comments about the tree and requested staff to bring a discussion item to the Council. Some options regarding the disposition of the tree are included in the Alternatives section of this report. For over 25 years the City has assisted the Downtown Association with placement of a holiday tree in the Mission Plaza. The Downtown Association orders the tree, and in late November, the City’s Urban Forest crew spends most of a day in set up and decoration. The tree is then maintained by the Park Maintenance staff, with regular irrigation. Once January arrives, the tree is removed and recycled. In total about 40 hours of staff time are required to install, maintain, and remove the cut tree. Additional hours are needed for lighting and decorations; however, that time commitment will not change with the live tree. The idea of planting a live holiday tree in Mission Plaza, consistent with the City’s sustainability commitments, has been conceptually discussed for over 20 years by staff, the public, Tree Committee members, residents, business owners, and Downtown Association directors. Generally, comments received by staff on planting a live tree have all been very positive at Advisory Body events and at Arbor Day. The only concerns expressed had to do with maintaining the size of the tree and future replacement. This past year the City’s Urban Forest staff spent considerable time and resources on dead and dying trees, primarily due to the drought. This work limited the time available to plant new trees, and resulted in some savings in the planting budget. These savings were enough to fund a 60” box tree and crane service to place the live Mission Plaza holiday tree. The planted tree is a 60” box 20’ tall deodar cedar (Cedrus deadora.) The City Arborist worked closely with the Downtown Association in preparation for the conversion from a cut tree to a live tree in the plaza, and the Downtown Association has been pleased with the planting. When the 11 Packet Pg. 231 tree becomes established the existing irrigation in the area will be capped, as this species can survive on annual rainfall. Reduced water, and light annual pruning will help keep the tree the size that it is. This species was chosen because it lends itself well to sheer pruning into a conical shape earning another common name in the holiday tree growing industry, California Christmas Tree. Rationale for a Live Tree and Location Selection The goal of staff, citizens, and stakeholders was to plant a live tree to add beauty to the surroundings and reap other environmental, social, and economic benefits that trees provide. This includes shifting from supporting a carbon source (approximately 3,000 pounds for transporting the cut tree) to providing a carbon sink as the tree absorbs carbon and gives off oxygen. The City Arborist also saw a benefit to the City of eliminating staff time installing and removing the annual tree, with that time put to use addressing the Urban Forest program’s core mission of a safe and healthy urban forest. Concerns expressed by the public about this tree planting have centered on the location of the planting, less so the idea of a permanent tree. Several sites were considered before the current site was selected. Considering all the constraints and impacts of special events on the various other possible planting locations (discussed below), the current location for the tree was selected. 1) Turf Area The Plaza is a busy location, with events scheduled through much of the year. The turf area was considered; however, crowds like to gather there during events and be seated during concerts. Vandalism and compaction of the soil around the tree were concerns. 2) Opposing Planter The planter to the left of the steps (opposite the planter the tree is currently in) was con sidered. This is where the cut holiday tree is usually set. Three large Eucalyptus trees would have to have been removed, the stumps thoroughly ground, and much of the grindings and soil removed because of the tendency of Eucalyptus to dominate other species, taking water and nutrients, and releasing toxins into the soil, preventing the other species from thriving. The cost of these removals along with the need to replace the removed soil would be cost prohibitive for the operating budget. Removal would also not be consistent with City policy regarding tree removals because the existing trees are healthy, contribute to the surrounding environment, and there are no arboricultural reasons for removing the trees. 3) Planter at Warden Bridge The location near the Warden Bridge where the large Monterey Pine tree was removed a couple of years ago was another location considered. The area is highly compacted from public use. It is regularly used as a walk-through and gathering area frequented by people during events. Attempts to start a new tree in this planter after the removal of the pine, have failed, attributed to the heavy pedestrian activity and resulting soil compaction. 11 Packet Pg. 232 4) Planter at Chorro Street The planter next to the restaurant on Chorro (to the left of the Chorro Plaza entrance) has considerable vegetation already; including the replacement for the Heritage Tree (aka Flossie) removed several years ago from the little planter at the top of the steps next to the Mission. Response from the Community Staff and Council received written concerns about the new cedar. The concerns expressed included the new tree not fitting with the other trees, blocking the view of the annual Menorah, blocking the view of the Mission, and blocking the view of events. Other comments City staff heard were, “It looks good.” “That’s a great idea.” “It’s about time.” “What took so long.” “Makes sense.” In response to concerns raised and the fact that the City is undertaking a Mission Plaza Assessment and Master Plan which is intended to review the infrastructure, planting and facilities of Mission Plaza, a majority of the City Council asked for the Council to consider if any actions should be taken concerning the planting of the tree. The alternatives are reviewed below. The new tree is not the same species as other trees in the Mission Plaza; however, the Mission Plaza is home to a variety of trees. The City’s tree inventory of the plaza lists over 20 different species including the Lemon Scented Gum, Sycamore, Primrose, Chitalpa, Jacaranda, Floss Silk, and Redwood. There is room in the planter opposite the new tree to place the Menorah to continue this tradition in the Plaza, or possibly in the planter nearer the church, previously occupied by “Flossie.” S taff will work with the Jewish community to find an appropriate location. A quick walk around the Mission area presents a variety of views. The Mission is somewhat blocked a various locations along Chorro due to other vegetation. Near the fountain is the primary location within the plaza where the Mission is somewhat obscured by the tree. The Mission property itself has several trees that block the view of the Mission, while several of the trees near the Mission on the City’s property are more open. At the Chorro entry point: Near the Fountain: 11 Packet Pg. 233 In front of the Mission: West side of Chorro at Monterey: East Side of Chorro at Monterey: South side of Monterey at Chorro: FISCAL IMPACT The cost to purchase and place the tree was $3,400. Financial impacts of the various alternatives are discussed below. ALTERNATIVES 1) Leave the tree where it is currently planted. The tree will be pruned after the first growing season to maintain its size then regularly pruned annually to keep it the same size for decorating purposes and to maximize the view of the Mission. After the tree is established some of the lower limbs will be removed further exposing the Mission. Other vegetation obstructing the view within the Mission Plaza, not on Church property, will be pruned and shaped to ensure that views of the Mission will be enhanced. Vegetation obstructing views on church property is maintained under the church’s jurisdiction. There are no costs associated with this option beyond annual trimming by staff. 2) Leave the tree where it is currently planted then make a determination regarding the tree when the Mission Plaza Assessment and Master Plan is complete. The Mission Plaza Assessment and Master Plan is just getting started and will include a diverse group of engaged community members. While there have been a few concerns expressed 11 Packet Pg. 234 regarding the tree, there have also been positive comments about the planting. Rather than remove the tree based on the few negative comments, an alternative is to leave the tree in place for the time being and evaluate the location of the tree through a broader engagement process as part of the Mission Plaza Assessment and Master Plan to: 1) confirm its location, 2) recommend an alternative location, or 3) recommend removing the tree and using a cut tree every year for the holiday celebrations. This alternative represents staff’s recommended approach. 3) Move the tree. It may be possible to move the tree to a different location, either within the plaza or to a City park, but there are risks to the tree associated with this alternative. The tree is stressed from the initial planting and will be further stressed by replanting. It will be difficult if not impossible to re-box the root system due to the rock walls surrounding its root ball. If it cannot be re -boxed, due to the tight quarters, it will have to be craned out by the trunk using other forms of rigging to try and keep the soil and roots intact during transplanting. This will damage the trunk of the tree and many of its roots. Delaying transplanting for several months will not significantly change the probability of survival. There are additional costs associated with this and a high probability the tree will die if transplanted. 4) Remove the tree. If the tree is cut down, rather than a move attempted, the investment in the tree will be lost and the manpower and resource savings will not be realized as the crew returns to the past practice of putting up an annual cut tree. If either the Move or Remove option is chosen, staff recommends postponing that action until after the first of the year to allow the tree to be used for the upcoming holiday season. Attachments: a - Mission Photos 11 Packet Pg. 235 11.a Packet Pg. 236 Attachment: a - Mission Photos (1157 : Plaza Cedar) 11.a Packet Pg. 237 Attachment: a - Mission Photos (1157 : Plaza Cedar) “Flossie”11.a Packet Pg. 238 Attachment: a - Mission Photos (1157 : Plaza Cedar) Meeting Date: 11/3/2015 FROM: Keith Storton, Acting Chief of Police Prepared By: Brian Amoroso, Police Sergeant SUBJECT: THE CITY OF SAN LUIS OBISPO POLICE DEPARTMENT FIVE -YEAR STRATEGIC PLAN 2016-2021 RECOMMENDATION Receive and file the Police Department’s Five-Year Strategic Plan DISCUSSION Purpose of the Police Department’s Strategic Plan The San Luis Obispo Police Department has developed a Five-year Strategic Plan. The purpose of this plan is to identify and implement a variety of strategies to enhance and/or create service deliverables for the betterment of the Department, City, and the Community. Employees at all levels within the organization were engaged in the process and continued participation will be a key component to the overall success of the plan. Additionally, the plan will include continued outreach to other City employees, residents, business organizations, and identified stakeholders to enhance its relevance and support the implementation of the many outcomes identified within the plan. Informational Inputs for the Police Department’s Strategic Plan Since 2013, the Police Department has been gathering data to assist in the development and direction of its strategic plan. The results from these sources serve as a foundation for the plan. Some of the data and informational points include: 1. SLOPD Department wide survey issued in February 2014 2. Staff Team Building Workshop in March 2014 3. Peace Officer Standards and Training Management Study completed March 2014 4. Employee feedback provided beyond the initial survey in February 2014 5. Community survey completed in May 2014 6. Chief’s Roundtable Assessment in October 2014 7. Employee Survey prepared by The Centre for Organizational Effectiveness in Summer 2014 8. Consultant Input and Guidance – Sostrin Consulting 9. Steering Committee Discussions and Recommendations 12 Packet Pg. 239 Sostrin Consulting’s Assistance With the receipt of a grant, approved by Council, the Police Department hired Dr. Jesse Sostrin of Sostrin Consulting to provide facilitation services during the creation of the Police Department’s strategic plan. Dr. Sostrin has provided consulting services to a variety of clients to include Hyatt, Sprint, Walmart and Microsoft, just to name a few. Sostrin Consulting Services is based out of San Luis Obispo and the company has a knowledge and perspective of our area and its needs. Dr. Sostrin’s company focuses on leadership and organizational development with a mission to “partner with socially responsible organizations to accelerate their performance and leverage that success for the greater good.” Steering Committee Through consultation with Dr. Sostrin, the overall strategic planning process was led by a Steering Committee consisting of ten Police Department employees that represent diverse segments within the organization. The Committee also included five managers from different departments within the City. These managers were active participants in meetings and provided unique perspectives and feedback during the process. The committee met several times between June and October of 2014. The purpose of the Steering Committee was to provide focused attention and evaluation of the data received thus far. With this knowledge they were tasked with incorporating assistance from their peer work groups and other stakeholders. These efforts encouraged conversation and further participation in the creation of the plan. This feedback was used by the committee to ensure plan objectives were being met and new thoughts and ideas were being represented. The committee evaluated the Department’s existing Mission and Vision statements to ensure recommendations would be consistent and aligned with our purpose and goals. At its conclusion the Committee provided feedback to the Department’s executive staff in the form of Strategic Directions and Objectives. The Committee, along with solicited employee input, provided specific strategies to assist Department management in defining detailed strategies that are represented in the written strategic plan. 12 Packet Pg. 240 Strategic Plan Highlights There are five strategic directions contained in the Police Department’s Strategic Plan as follows: 1. Reduce Crime 2. Promote Organizational Excellence 3. Enhance Internal & External Relationships 4. Advance Technology 5. Enhance Infrastructure Each of the strategic direction sections contains two strategic objectives which are more specific in nature and define the scope even further in order to capture multiple individual strategies. A total of 53 different strategies have been identified with a plan to complete them over the life of the five-year strategic plan. EXAMPLE Strategic Objective Strategy 1.1 1.1.8 Strategic Direction #1 Strategic Objective Strategy 1.2 1.2.3 Implementation and Action Plan Each of the 53 strategies include defined expectations that are assigned to interested personnel or relevant staff members to oversee the completion of a given strategy. The lead is the position responsible for completing the given strategy during the assigned time period. While the number of annual objectives is highest in years one and two, some of these are exploratory in nature with the implementation of the item coming the following year or further into the plan. Reduce Crime Enhance Crime Prevention Initiatives Enhance Enforcement Initiatives Create a Diversion Program for Muni- Code Violations Expand Community Civility and Outreach 12 Packet Pg. 241 The plan will be used as part of the Department’s employee work programs and annual report to ensure the work effort is being completed and reported to the Council and community. The annual report will include a summary of our progress and restate objectives and strategies for the upcoming year. This report will be shared with Council, citizens and other stakeholders. The strategic plan is intended to be dynamic and flexible document that can be adjusted over time to meet the Community and Department’s needs. In addition to working on the specific strategies each year, the Department management team will review the upcoming year’s objectives to insure they are still valid given existing and/or changed conditions. All objectives and strategies will be evaluated and tracked monthly in our department staff meeting to ensure consistency and effort towards these goals. Some strategies may be added, amended, deferred or removed based upon staffing, resources, budget or other unforeseen circumstances. Community, stakeholder and employee input will always be valued and can drive the creation or alteration of any of the objectives or strategies. FISCAL IMPACT Receiving and filing the plan does not result in a direct fiscal impact. The plan was designed so that many of the strategies were attainable with limited need for additional resources. Because the strategies will be completed in-house, by Police Department staff, direct costs will be kept to a minimum. In cases where completion of strategies results in a recommendation for additional resources, the Department will determine first if resources exist anywhere within the Department’s program budgets. Should those resources not be available, additional resources will be requested as part of a financial planning process. Attachments: a - SLOPD Strat Plan Oct Final.kas 12 Packet Pg. 242 1 S T R A T E G I C P L A N 2016 -2021 San Luis Obispo Police Department Strategic Plan 2016-2021 12.a Packet Pg. 243 Attachment: a - SLOPD Strat Plan Oct Final.kas (1161 : Police Department Strategic Plan) 2 S T R A T E G I C P L A N 2016 -2021 TABLE OF CONTENTS SAN LUIS OBISPO POLICE DEPARTMENT MESSAGE FROM THE DEPARTMENT ···················································3 STRATEGIC FRAMEWORK ································································4 ORGANIZATIONAL OVERVIEW ··························································5 VISION, MISSION & VALUES ······························································6 STRATEGIC PLAN COMPONENTS ·······················································7 EVOLUTION OF OUR STRATEGIC PLAN ··············································8 PLANNING PROCESS ········································································9 IMPLEMENTATION & EVALUATION ·················································· 12 STRATEGIC PLAN DIRECTIONS ························································ 13 STRATEGIC DIRECTIONS #1 Reduce Crime ············································································ 14 #2 Promote Organizational Excellence ··················································· 16 #3 Enhance Internal & External Relationships ·········································· 18 #4 Advance Technology ···································································· 20 #5 Enhance Infrastructure ·································································· 22 ACKNOWLEDGEMENTS ································································· 24 12.a Packet Pg. 244 Attachment: a - SLOPD Strat Plan Oct Final.kas (1161 : Police Department Strategic Plan) 3 S T R A T E G I C P L A N 2016 -2021 MESSAGE FROM THE DEPARTMENT SAN LUIS OBISPO POLICE DEPARTMENT On behalf of the men and women of the San Luis Obispo Police Department we are pleased to introduce our 2016-2021 Strategic Plan. Our employees have been engaged in the process of building this 5-year plan for some time and are pleased to see it come to fruition. The im- plementation of a strategic plan is new territory for our agency and we are excited as to what it will deliver for our community in the form of continued quality service, profession- alism and organizational excellence. This Strategic Plan will be a flexible, living document that will prepare the department for the future as we remain true to our vision and goals. Through the plan we will confront emerging issues, introduce progressive police practices and perform our duties with purpose in order to reduce crime, build relationships and enhance the quality of life for all we serve. We look forward to working in partnership with the community to accomplish these goals as outlined in this Strategic Plan. Members of the San Luis Obispo Police Department Please visit us at slopd.org for more information. 12.a Packet Pg. 245 Attachment: a - SLOPD Strat Plan Oct Final.kas (1161 : Police Department Strategic Plan) 4 S T R A T E G I C P L A N 2016 -2021 STRATEGIC FRAMEWORK SAN LUIS OBISPO POLICE DEPARTMENT The San Luis Obispo Police Department has embarked on the implementation of a 5 -year Strategic Plan. The purpose of the plan is to identify, navigate and complete a variety of objectives to enhance our organization’s ability to serve the community. Employees at all levels within the organization have been and will continue to be engaged in the develop- ment and execution of this plan to maximize our ability to achieve success. The development of the plan included several analytical components. The San Luis Obispo Police Department partnered with California Peace Officer Standards and Training (POST) to conduct a work assessment study in December 2013. The results provided an analysis and evaluation of the Department’s calls for service and staffing needs based on several different models. Outcomes from the assessment were used as a foundation for a series of planning efforts, including a management team building workshop, workforce and community surveys and the development of a Steering Committee made -up of a cross section of police department employees and other City management personnel. Sostrin Consulting was selected to provide facilitation experience to integrate all aspects of the planning process and to provide a series of facilitated meetings with the Steering Committee to position the organization to achieve its strategic objectives. This strategic plan is intended to be dynamic and has the ability to be augmented based upon critical inputs such as fiscal constraints and crime trends to meet emerging needs. The plan not only provides direction but is intended to enhance accountability and improve efficiencies that translate to improved public safety and an enhanced quality of life. 12.a Packet Pg. 246 Attachment: a - SLOPD Strat Plan Oct Final.kas (1161 : Police Department Strategic Plan) 5 S T R A T E G I C P L A N 2016 -2021 ORGANIZATIONAL OVERVIEW SAN LUIS OBISPO POLICE DEPARTMENT The San Luis Obispo Police Department consists of 86.5 (FTE) employees, 60 of which are sworn police officers. The Department is divided into two bureaus, with a Police Captain commanding each. The Operations Bureau handles Patrol Services, the Traffic Safety Unit, and Neighborhood Services. The Administrative Services Bureau handles all administrative and fiscal services as well as the Investigative Division, the Communications Division, and the Records Unit. The Department employs a temporary part -time Operations Support Clerk and several temporary part-time Student Neighborhood Assistance Program (SNAP) employ- ees that respond to noise complaints. Total Employees: 86.5 FTE’s Sworn: 60 Civilian: 26.5 Chief of Police Operations Bureau Captain Administrative Bureau Captain SNAP (temp) Night Patrol Lieutenant Day Patrol Lieutenant Comm & Records Manager Admin. Sergeant Admin. Asst Sr Admin. Analyst Comm Techs Comm Supervisors Records Clerks & Ops Sup Records Supervisor SET Officers S.O. Narc Ofc. SET Sergeant Property & Evidence Clerk Property Crimes Persons Crimes School Resource Officer Night Patrol Sergeants Patrol Officers Day/Night Bicycle Officers Bicycle Sergeant Patrol Officers Day Patrol Sergeants Traffic Sergeant Chief ‘s Admin. Assistant Neighborhood Outreach Manager Investigations Lieutenant Evidence Tech Traffic & DUI Officer 12.a Packet Pg. 247 Attachment: a - SLOPD Strat Plan Oct Final.kas (1161 : Police Department Strategic Plan) 6 S T R A T E G I C P L A N 2016 -2021 Our Vision: “TO BE RECOGNIZED BY OUR COMMUNITY AND EMPLOYEES AS A MODEL OF EXCELLENCE IN THE LAW ENFORCEMENT PROFESSION .” Our Mission: “THE MISSION OF THE SAN LUIS O BISPO POLICE D EPART- MENT IS TO MAINTAIN A SAFE CITY BY WORKING IN PARTNER- SHIP WITH THE COMMUNITY TO PROTECT LIFE AND PROPERTY , PREVENT AND REDUCE CRIME, AND IMPROVE THE QUALITY OF LIFE IN OUR NEIGHBORHOODS WHILE PRESERVING THE RIGHTS OF ALL THROUGH A COMMITMENT TO S ERVICE, PRIDE, AND IN TEG R ITY.” Our Values: SERVICE , P RIDE, AND INTEGRITY 12.a Packet Pg. 248 Attachment: a - SLOPD Strat Plan Oct Final.kas (1161 : Police Department Strategic Plan) 7 S T R A T E G I C P L A N 2016 -2021 STRATEGIC PLAN COMPONENTS SAN LUIS OBISPO POLICE DEPARTMENT A statement of the general purpose of the organization. An image of how the organization desires to operate in the future. Derived from the Department’s Mis- sion & Vision. High level statements of what the organization would like to achieve. Derived from & support the Strategic Directions. Objectives are statements of the general means by which the organization will work to meet the Strategic Directions. Statements of how each Objective will be addressed. Strategies might incor- porate multiple initiatives & are de- signed to produce measurable results. 12.a Packet Pg. 249 Attachment: a - SLOPD Strat Plan Oct Final.kas (1161 : Police Department Strategic Plan) 8 S T R A T E G I C P L A N 2016 -2021 STRATEGIC PLAN EVOLUTION SAN LUIS OBISPO POLICE DEPARTMENT Finalized Strategic Plan Grant Funded Consultant Identified to Facilitate Plan SLOPD Department Wide Survey to Establish Climate and Goals State Funded Staff Team Building Workshop and Strategic Planning Assessment State Funded Management Study Community Survey & Chief’s Roundtable Assessment Creation of a Strategic Plan Steering Committee Steering Committee Meetings with Facilitator to Identify Strategic Objectives Creation and Affirmation of Department Vision, Mission and Values Executive Summary Developed to Guide Planning Process Consultant Assessment and Executive Management Review of Plan Employee Team Meetings for Input The Centre for Organization Effectiveness Employee Survey Steering Committee Final Review 12.a Packet Pg. 250 Attachment: a - SLOPD Strat Plan Oct Final.kas (1161 : Police Department Strategic Plan) 9 S T R A T E G I C P L A N 2016 -2021 A strategic planning team was formed and a mix of internal and external stakeholders worked together in a series of facilitated group discussions. The design of the strategic planning process built upon the consolidated reports from the initial efforts to include a POST assessment, a leadership retreat, two staff surveys, and a community input process. Focused activities were completed to confirm the departments vision, mission, and values, and to further explore areas of challenges and opportunities that would serve as the starting place for strategic directions. The following summary captures the results of each phase of the process. *bold and italicized wording emphasizes stakeholder input COMMUNITY: An assessment of both internal and external trends indicated our agency has an established solid reputation and has developed strong partnerships within our community. Our work product is largely meeting our community’s needs , however, we can do better in addressing the transient population engaged in adverse or illegal behaviors that negatively impact our community. CULTURE: Our strongest asset is our people. Positive relationships have been built between our police officers association and management teams. We have a strong leadership team which encourages professional growth, and is receptive to innovative ideas. We stress the importance of customer service and are a culturally healthy and functional department which is a good model in the law enforcement industry. INFORMATION TECHNOLOGY: The department is fortunate to have a detached state of the art dispatch facility commonly referred to as the Emergency Communication Center. In 2015, our field personnel began to leverage cutting edge mobile technology as well as other new tools. Technology in many areas of law enforcement is advancing at an exponential rate. It is difficult to keep up with the advances of our own existing technology coupled with the desire to take on new technologies that create even more efficiencies in productivity and performance. INFRASTRUCTURE: Police Headquarters is an aging building with space limitations that inhibits growth and storage for personnel, vehicles, equipment and evidence/property. Aging infrastructure issues which include plumbing, fixtures and electrical have created a need to look at alternatives to work comfortably yet efficiently within the existing structure while simultaneously plan and prepare for future growth needs. TRENDS, FINDINGS & OBSERVATIONS SAN LUIS OBISPO POLICE DEPARTMENT 12.a Packet Pg. 251 Attachment: a - SLOPD Strat Plan Oct Final.kas (1161 : Police Department Strategic Plan) 10 S T R A T E G I C P L A N 2016 -2021 FISCAL CONSIDERATIONS: Budget processes and framework limitations set by legislation and policy will define how and when public funds are expended. Voter approval of Measure G will enhance fiscal stability for the next eight years. Immediate needs will not necessarily be realized with competing interests across the City. Community input has helped shape the City’s FY 15/17 financial plan with increasing revenues balanced by employee negotiations and funding retirement liabilities. Strategic initiatives that require funding from the general fund will need to be balanced with other needs within the City and community expectations. CHALLENGES & OPPORTUNITIES: There is a strong desire to enhance and renew police headquarters to accommodate existing and future growth needs while continuing to provide superior service. As the city grows in both size and population as a result of new development, there will be a need to assess and implement ways to continue to meet service demands. We intend to review new scheduling practices, improve the ability to investigate technology related crimes, improve investigative clearance rates, become more efficient in crime analysis, identify a redundant Emergency Operations Center, assign dedicated IT staff and develop a succession plan for future leadership and career opportunities. EXTERNAL STAKEHOLDER ANALYSIS: The department identified residents, the business community, visitors, the City Council, other City departments, Cal Poly, Cuesta, Neighborhood advocates and various community organizations as our primary stakeholders. The overwhelming majority of stakeholders indicated they have strong community relationships with the police. Outreach to stakehold- ers identified general priorities to include keeping SLO a safe place to live; improving efforts and results in combating crime; reducing “town and gown” friction and related order maintenance offenses; increasing effectiveness in responding to calls for service; and improving crime prevention efforts. Specific stakeholder needs were to demonstrate better responsiveness to alcohol, drugs and transient issues. THE PLANNING PROCESS SAN LUIS OBISPO POLICE DEPARTMENT 12.a Packet Pg. 252 Attachment: a - SLOPD Strat Plan Oct Final.kas (1161 : Police Department Strategic Plan) 11 S T R A T E G I C P L A N 2016 -2021 INTERNAL STAKEHOLDER ANALYSIS: Internal stakeholders were identified as all police department employees. An objective of the strategic planning process was a desire to understand what our own people expect and need. Culture: In general there was a sentiment that we could improve on communication and increase accountability at all levels. There was also a desire to improve upon the existing employee evaluation tools beyond statistical based performance measures. Staff: There was an identified need to propose increased support personnel, specifically in Dispatch and Records. Infrastructure: There was a reiterated desire to update existing facilities, to create space, enhance safety and improve functionality in a contemporary and new police department building. As the City looks to the future to potentially build a new facility there is an immediate need to improve existing infrastructure and increase efficiency with the existing police building. Programs: There was an expressed interest in expanding or creating new programs to enhance service and efficiencies. Ideas included looking at comprehensive methods in analyzing data to focus resources, examining alternative ways to support patrol services or creating youth or citizen oriented programs to foster community relationships, just to name a few. FUNDING AVAILABILITY AND/OR RESOURCE DEPENDENCE: Some objectives may be dependent upon fiscal or personnel resources that may not be readily available at or during implementation. Additionally, other identified needs or goals may take precedent over others dependent upon assessed needs at the time. These initiatives will be evaluated on a case-by-case basis and adjusted accordingly. THE PLANNING PROCESS SAN LUIS OBISPO POLICE DEPARTMENT 12.a Packet Pg. 253 Attachment: a - SLOPD Strat Plan Oct Final.kas (1161 : Police Department Strategic Plan) 12 S T R A T E G I C P L A N 2016 -2021 IMPLEMENTATION AND EVALUATION SAN LUIS OBISPO POLICE DEPARTMENT Sponsorship & Accountability: The Department’s leadership team is committed to the successful implementation and execu- tion of the Strategic Plan. The Chief is responsible for the oversight of the strategic plan objectives are guided by staff members who in team settings inspire participation and bal- ance resources as the Department moves forward with the Plan. Strategic Plan Review, Tracking & Measurement: Progress toward the Strategic Plan is reviewed and tracked during monthly staff meetings. Tracking will include detailed information about each objective, and includes key accomplishments, percent complete, current status, timelines, history of extensions and any issues that need to be addressed. It is expected that some strategies will be accelerated, deferred, delayed, or even deleted in some cases based on a variety of factors. Annual Review & Update of the 5-Year Plan: The Strategic Plan is reviewed and updated on a continual basis at the end of each calendar year. The Department’s overall Objectives and Strategies are assessed and reprioritized if necessary, based on operating expenses, service indicators, industry statistics, or special initiatives. Other considerations will include community input and Council direction through the development of Major City Goals and other important objectives. An annual strategic planning report will detail the outcome of each active strategy. This process ensures reliability of the Strategic Plan as a tool that can be used for annual operating budget development, Capital Improvement Project (CIP) development and equipment and personnel planning. The report is available for download from the City’s website at http://www.slopd.org 12.a Packet Pg. 254 Attachment: a - SLOPD Strat Plan Oct Final.kas (1161 : Police Department Strategic Plan) 13 S T R A T E G I C P L A N 2016 -2021 SAN LUIS OBISPO POLICE DEPARTMENT STRATEGIC PLAN DIRECTIONS Strategic Direction #1 Strategic Direction #3 Strategic Direction #2 Strategic Direction #4 Strategic Direction #5 12.a Packet Pg. 255 Attachment: a - SLOPD Strat Plan Oct Final.kas (1161 : Police Department Strategic Plan) 14 S T R A T E G I C P L A N 2016 -2021 REDUCE CRIME STRATEGIC DIRECTION #1 San Luis Obispo Police Department Strategic Plan: 2016-2021 YEAR Strategy Leader & Co-Leader Strategic Objective 1.1 Enhance Crime Prevention Initiatives Strategy 1.1.1 Implement Spillman Dashboard Module & Crime Analysis Capabilities 2016 Melissa Ellsworth Senior Admin. Analyst Strategy 1.1.2 Enhance Educational Outreach to Reduce Property Related Crimes 2016 Lt. Bledsoe Christine Wallace, Neighborhood Outreach Mgr. Strategy 1.1.3 Develop and Expand Crisis Intervention Training Trainer Program for Officers, Dispatch & Patrol 2015 Sgt. Goodwin Ofc. Inglehart Strategy 1.1.4 Enhance Directed Giving Campaign beyond the end of the April 2015 pilot program 2016 Capt. Storton Strategy 1.1.5 Create Drug Awareness Educational Program for Grade School Children 2018 Lt. Bledsoe SRO Officer 12.a Packet Pg. 256 Attachment: a - SLOPD Strat Plan Oct Final.kas (1161 : Police Department Strategic Plan) 15 S T R A T E G I C P L A N 2016 -2021 REDUCE CRIME STRATEGIC DIRECTION #1 San Luis Obispo Police Department Strategic Plan: 2016-2021 YEAR Strategy Leader & Co-Leader Strategic Objective 1.2 Enhance Enforcement Initiatives Strategy 1.2.1 Expand Public Safety Video Capabilities 2016 Lt. Smith Sgt. Amoroso Strategy 1.2.2 Refine Active Shooter Protocol and Training 2016 Lt. Smith Sgt. Mickel Strategy 1.2.3 Expand Community Civility Outreach & Education 2016 Christine Wallace, Neighborhood Outreach Mgr Strategy 1.2.4 Complete assessment of Team Based Scheduling 2016 Sgt. Amoroso Ofc. Schafer Strategy 1.2.5 Research & Draft Proposal for a K-9 Program 2016 Lt. Bledose Detective Shalhoob Strategy 1.2.6 Enhance Mobile Field Force Capabilities Through Advanced Training & Collaboration 2016 Sgt. Mickel 12.a Packet Pg. 257 Attachment: a - SLOPD Strat Plan Oct Final.kas (1161 : Police Department Strategic Plan) 16 S T R A T E G I C P L A N 2016 -2021 San Luis Obispo Police Department Strategic Plan: 2016-2021 YEAR Strategy Leader & Co-Leader Strategic Objective 2.1 Develop and Recognize Employees Strategy 2.1.1 Enhance Employee Recognition Program 2016 Sgt. Goodwin Strategy 2.1.2 Create Internal Educational Program to Enhance Succession Planning 2016 Capt. Storton Strategy 2.1.3 Create Employee Peer Support & Critical Incident Stress Program 2016 Sgt. Hixenbaugh Ofc. Kemp Strategy 2.1.4 Encourage department voluntary Involvement in PACE 2016 Captain Storton PROMOTE ORGANIZATIONAL EXCELLENCE STRATEGIC DIRECTION #2 12.a Packet Pg. 258 Attachment: a - SLOPD Strat Plan Oct Final.kas (1161 : Police Department Strategic Plan) 17 S T R A T E G I C P L A N 2016 -2021 PROMOTE ORGANIZATIONAL EXCELLENCE STRATEGIC DIRECTION #2 San Luis Obispo Police Department Strategic Plan: 2016-2021 YEAR Strategy Leader & Co-Leader Strategic Objective 2.2 Develop the Organization Strategy 2.2.1 Create Risk Management Liaison to develop and implement risk and liability reduction strategies 2016 Lt. Smith Strategy 2.2.2 Create Use of Force Annual Review Process 2016 Lt. Smith Strategy 2.2.3 Assess Feasibility of Replacing Administrative Sergeant Position with a Civilian Employee 2016 Sgt. Goodwin Strategy 2.2.4 Assess Management Structure in Investigations 2016 Lt. Bledsoe Sgt. Pfarr Strategy 2.2.5 Study Need for Civilian Cyber Crime Investigator 2016 Lt. Bledsoe Evid. Tech. Lehr Strategy 2.2.6 Develop an Employee Physical Fitness Pro- gram 2017 Ofc. Dinsmore Strategy 2.2.7 Study Work Load for Sworn Staffing Needs in the Patrol Division in Preparation for the 2019-2021 Financial Plan 2018 Capt. Staley Strategy 2.2.8 Study Work Load and Staffing Needs in the Support Services Division in Preparation for the 2019-2021 Financial Plan 2018 Tera Rapp, Records Mgr. Mark Anselmi, Comm. Sup. Christine Steeb, Comm. Sup. Strategy 2.2.9 Study Work Load and Staffing Needs in the Administration Division in Preparation for the 2019-2021 Financial Plan 2018 Melissa Ellsworth, Senior Adm. Analyst Strategy 2.2.10 Study Work Load for Non-Sworn Staffing Needs in the Patrol Division in Preparation for the 2021-2023 Financial Plan 2020 Capt. Staley 12.a Packet Pg. 259 Attachment: a - SLOPD Strat Plan Oct Final.kas (1161 : Police Department Strategic Plan) 18 S T R A T E G I C P L A N 2016 -2021 ENHANCE INTERNAL & EXTERNAL RELATIONSHIPS STRATEGIC DIRECTION #3 San Luis Obispo Police Department Strategic Plan: 2016-2021 YEAR Strategy Leader & Co-Leader Strategic Objective 3.1 Strengthen Community Relationships Strategy 3.1.1 Develop Chaplain Program 2016 Sgt. Goodwin Strategy 3.1.2 Examine Potential Use of Technology to Support Neighborhood Collaboration & Interaction 2016 Sgt. Booth Strategy 3.1.3 Expand Volunteer Program 2016 Christine Wallace, Neighborhood Outreach Mgr. Strategy 3.1.4 Enable Community Access to Web Based Crime Mapping through the Spillman Dashboard 2016 Melissa Ellsworth Senior Admin. Analyst Strategy 3.1.5 Create an SLOPD Citizens Academy 2017 Sgt. Gillham Ofc. Berrios Strategy 3.1.6 Create an SLOPD Explorer's Post 2017 Sgt. Gillham Ofc. Berrios 12.a Packet Pg. 260 Attachment: a - SLOPD Strat Plan Oct Final.kas (1161 : Police Department Strategic Plan) 19 S T R A T E G I C P L A N 2016 -2021 ENHANCE INTERNAL & EXTERNAL RELATIONSHIPS STRATEGIC DIRECTION #3 San Luis Obispo Police Department Strategic Plan: 2016-2021 YEAR Strategy Leader & Co-Leader Strategic Objective 3.2 Strengthen Inter/Intra Governmental Relationships Strategy 3.2.1 Draft, implement and monitor MOU agreement with Cal Poly to Expand UPD Enforcement Role Beyond Campus Boundaries 2016 Capt. Staley Strategy 3.2.2 Collaborate with City and Community stakeholders to produce video messaging aimed at promoting safety 2016 Capt. Staley Strategy 3.2.3 Collaborate with School District to Expand Campus Centered Critical Incident Training 2016 Lt. Smith Strategy 3.2.4 Participate in Collaborative Grant Efforts with Behavioral Mental Health 2016 Capt. Storton Strategy 3.2.5 Develop a joint protocol with the Fire Department for Arson Investigations 2016 Lt. Smith 12.a Packet Pg. 261 Attachment: a - SLOPD Strat Plan Oct Final.kas (1161 : Police Department Strategic Plan) 20 S T R A T E G I C P L A N 2016 -2021 ADVANCE TECHNOLOGY STRATEGIC DIRECTION #4 San Luis Obispo Police Department Strategic Plan: 2016-2021 YEAR Strategy Leader & Strategic Objective 4.1 Technology Support & Infrastructure Strategy 4.1.1 Improve Dispatch Center Audio Recording Equipment 2016 Kerri Rosenblum, Records/Dispatch Mgr. Strategy 4.1.2 Acquire and Integrate Tactical Robot Into the Regional SWAT Protocol 2016 Capt. Staley Strategy 4.1.3 Replace Work Scheduling Program 2016 Lt. Proll Strategy 4.1.4 Create a Digital SLOPD Historical Photo- graph Library 2016 Sgt. Booth Strategy 4.1.5 Partner with IT to Coordinate a Police Database Integrity/Security Assessment Conducted by an Outside Consultant 2016 Capt. Storton Strategy 4.1.6 Complete Next Generation Text to 911 Upgrades 2016 Kerri Rosenblum, Records/Dispatch Mgr. Strategy 4.1.7 Complete Next Generation Video & Images 911 Upgrades 2018 Kerri Rosenblum, Records/Dispatch Mgr. 12.a Packet Pg. 262 Attachment: a - SLOPD Strat Plan Oct Final.kas (1161 : Police Department Strategic Plan) 21 S T R A T E G I C P L A N 2016 -2021 ADVANCE TECHNOLOGY STRATEGIC DIRECTION #4 San Luis Obispo Police Department Strategic Plan: 2016-2021 YEAR Strategy Leader & Strategic Objective 4.2 Advance Communication Technology Strategy 4.2.2 Implement a Pilot Program for a Body Worrn Camera Program and Expand if Fea- sible 2016 Capt. Storton Strategy 4.2.3 Research, Request and Implement Mobile Fingerprint Scanning Technology if Cal-ID Funding is Secured 2016 Sgt. Pfarr Strategy 4.2.4 Research, Request and Implement Facial Recognition Technology if Cal-ID Funding is Secured 2017 Sgt. Pfarr Strategy 4.2.1 Implement Electronic Citation and Report Writing 2017 Tera Rapp, Records Supervisor 12.a Packet Pg. 263 Attachment: a - SLOPD Strat Plan Oct Final.kas (1161 : Police Department Strategic Plan) 22 S T R A T E G I C P L A N 2016 -2021 ENHANCE INFRASTRUCTURE STRATEGIC DIRECTION #5 San Luis Obispo Police Department Strategic Plan: 2016-2021 YEAR Strategy Leader & Co-Leader Strategic Objective 5.1 Enhance Existing Police Facility Strategy 5.1.1 Remodel Men’s Shower/Bathroom 2015 Lt. Proll Strategy 5.1.2 Remodel of Upstairs Break Room 2015 Lt. Proll Strategy 5.1.3 Improve Patrol Equipment Inventory System and Storage Capabilities 2016 Sgt. Goodwin FST Barrett Strategy 5.1.4 Analyze interior work space for personnel to maximize efficiency 2017 Capt. Storton Sue Sanders, Admin. Asst. 12.a Packet Pg. 264 Attachment: a - SLOPD Strat Plan Oct Final.kas (1161 : Police Department Strategic Plan) 23 S T R A T E G I C P L A N 2016 -2021 ENHANCE INFRASTRUCTURE STRATEGIC DIRECTION #5 San Luis Obispo Police Department Strategic Plan: 2016-2021 YEAR Strategy Leader & Co-Leader Strategic Objective 5.2 Address Long Term Public Safety Facility Needs Strategy 5.2.1 Implement a facility assessment for a new police building at its existing location 2016 Capt. Storton Melissa Ellsworth, Sr. Admin. Analyst Strategy 5.2.2 Draft a Shooting Range & Training Center Improvement plan 2018 Lt. Smith Sgt. Mickel 12.a Packet Pg. 265 Attachment: a - SLOPD Strat Plan Oct Final.kas (1161 : Police Department Strategic Plan) 24 S T R A T E G I C P L A N 2016 -2021 ACKNOWLEDGMENTS SAN LUIS OBISPO POLICE DEPARTMENT We appreciate the participation provided by City staff and the public at large and for their contributions to our SLOPD 2016-2021 Strategic Plan. However, the involvement of the Strategic Plan Steering Committee provided the substance and direction for our 5 -year en- deavor. We would like to thank the following personnel for their interest and involvement in leading our department into the future: Brian Amoroso - Police Sergeant Doug Carscaden - Ranger Services Manager, Parks and Recreation Dept. Jake Dinsmore - Police Officer Melissa Ellsworth - Police Senior Administrative Analyst Greg Hermann - Special Projects Manager, Community Development Dept. Christy McCornack - Police/Fire Dispatcher Marjorie Menesez - Police Records Clerk Melissa Mudgett - Recreation and Public Art Manager, Parks and Recreation Dept. Chad Pfarr - Police Sergeant Sue Sanders - Administrative Assistant to the Chief of Police Trevor Shalhoob - Police Detective Chris Staley - Police Operations Captain Keith Storton - Police Administrative Captain Eric Vitale - Police Detective Greg Zocher - Human Resources Manager, Human Resources Dept. The execution of the SLOPD Strategic Plan would not be possible without the leadership and support of the San Luis Obispo City Council and City Manager Katie Lichtig. 12.a Packet Pg. 266 Attachment: a - SLOPD Strat Plan Oct Final.kas (1161 : Police Department Strategic Plan) Meeting Date: 11/3/2015 FROM: Jon Ansolabehere, Interim City Clerk Prepared By: John Paul Maier, Assistant City Clerk SUBJECT: DISCUSS AND CONSIDER CREATING A COUNCIL COMPENSATION COMMITTEE FOR 2016 RECOMMENDATION Discuss and consider creating a Council Compensation Committee for 2016, which would: 1. Review the full Council compensation package and make recommendations to the City Council no later than May 1, 2016, and 2. Review compensation for Planning Commission and Architectural Review Commission members in conjunction with its review of Council compensation. DISCUSSION Charter Section 410 provides that compensation for the Mayor and Council shall be reviewed biennially in even numbered years. The Council Policies and Procedures specifies that a five member citizen committee be appointed by January 31st of even numbered years and, further, that committee recommendations be forwarded to the Council no later than May 1st. Background The last review of the Council compensation was in 2014. In both 2010 and 2012, the Council elected to defer appointing a Council Compensation Committee. Resolution No. 10516 (2014 Series), adopted May 20, 2014, mandates that compensation for Planning Commission and Architectural Review Commission members will be reviewed in conjunction with its periodic review of the Council compensation. When the committee has been convened, past practice has been that Council Members nominated individuals to serve on the committee by submitting names to the City Clerk. The City Clerk recruited individuals using the following criteria: 1) by calling first those qualified to serve who received more than one nomination, and 2) by contacting one nominee from each Council Member who had submitted recommendations. In the past, in th e event that a member was unavailable for a committee meeting, Council has appointed alternates. If the Council opts to proceed with the full committee review, staff recommends that the Clerk receive names of individuals from Council members, and after confirming interest, that the names of all interested individuals be presented to Council and the public for discussion via a subsequent agenda item. 13 Packet Pg. 267 If the Council’s decision is to proceed with the process, Council Policies and Procedures Section 2.6.1 establishes guidelines for the make-up of the committee, as follows: The committee membership shall have as broad a representation as possible, including but not limited to, one previously elected official, one Personnel Board member, and one citizen-at-large. Section 2.6.2 outlines the responsibilities of the Council Compensation Committee, as follows: The committee shall review the full Council compensation package including salary, benefits, expense reimbursement, professional development allowances and any other compensation provided the City Council. Review should include, but shall not be limited to: 1) compensation of Council and Mayors of cities of similar population/budget size; 2) compensation practices of both Charter and General Law cities; 3) Government Code provisions for General Law cities; and 4) Council and Mayor responsibilities in San Luis Obispo at the time of the committee's review; and, 5) any structural changes that may have occurred in municipal government either as a result of State legislation or by actions of the local electorate that may have added to or deducted from the duties and responsibilities of the Council Members and/or Mayor. FISCAL IMPACT Staff from the City Clerk’s Office, Human Resources and City Attorney’s Office will provide support for the Committee. In the event there is a finding that an increase in compensation is warranted, a budget amendment would be required to appropriate the required amount using fund balance to offset the additional expenses. ALTERNATIVE Council may decide to forego the creation of the Council Compensation Committee and limit review to a Council determination to maintain the status quo or to defer discussion and creation of a committee to January 2016. AVAILABLE FOR REVIEW IN THE COUNCIL OFFICE List of citizens who have served on the Council Compensation Committee since 2000. Attachments: a - Resolution 10516 (2014 Series) 13 Packet Pg. 268 RESOLUTION NO 10516 (2014 Series) A RESOLUTION OF THE CITY OF SAN LUIS OBISPO, CALIFORNIA, INCREASING COMPENSATION FOR ARCHITECTURAL REVIEW CONINIISSION AND PLANNING COMMISSION MEMBERS WHEREAS, Council Policies and Procedures Section 2 6 establishes a procedure for the biennial review of Mavor and City Council Architectural Review Commission and Planning Commission members compensation by a five- member Council Compensation Committee and WHEREAS, a five- member Council Compensation Committee was appointed and has met and reviewed Mavor and City Council Architectural Review Commission and Planning Commission members compensation in accordance with the procedure provided by the Council Policies and Procedures and WHEREAS, compensation for Architectural Review Commission and Planning Commission members has not changed since June 5 2001 (Resolution No 9189) and WHEREAS, the Council Compensation Committee has determined that the present criteria for compensation remain valid However an adjustment is now appropriate for the Architectural Review Commission and Planning Commission members NOW, THEREFORE, BE IT RESOLVED, by the City Council of the City of San Luis Obispo as follows SECTION I Effective July 1 2014 compensation for Architectural Review Commission and Planning Commission members is hereby increased from $50 00 to $60 00 per meeting not to e%ceed $240 00 monthly Upon motion of Council Member Ashbaugh seconded by Vice Mayor Christianson and on the following roll call vote AYES Council Member Ashbaugh Vice Mayor Christianson and Mayor Mar% NOES Council Members Carpenter and Smith ABSENT None R 1016 13.a Packet Pg. 269 Attachment: a - Resolution 10516 (2014 Series) (1168 : COUNCIL COMPENSATION COMMITTEE FOR 2016) Resolution No 10516 (2014 Series) Paae 2 The foregoing resolution was adopted this 20th day of May 2014 w C May an Marx 1! ATTGST Ti nthoniJ t City Clerk AS TO EORM PIMsune Dietnck ty Attorney 13.a Packet Pg. 270 Attachment: a - Resolution 10516 (2014 Series) (1168 : COUNCIL COMPENSATION COMMITTEE FOR 2016)