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)