Loading...
HomeMy WebLinkAboutStaff Report 7871City of Palo Alto (ID # 7871) City Council Staff Report Report Type: Action Items Meeting Date: 4/17/2017 City of Palo Alto Page 1 Summary Title: Sludge Dewatering & Loadout Facility: Approval of Contracts, State Financing and Adopt Resolution Title: Approval of a Construction Contract with C. Overaa & Co. in the Total Amount of $22,867,900 and a Construction Management Contract with Tanner Pacific in the Total Amount of $1,980,000 for the Sludge Dewatering and Loadout Facility Project (WQ-14001) at the Regional Water Quality Control Plant, and Adoption of a Resolution: 1) Authorizing an Installment Sale Agreement with the California State Water Resources Control Board for Financing the Design and Construction of the Sludge Dewatering and Loadout Facility; and 2) Authorizing the Amendment of two Related Financing Agreements With the California State Water Resources Control Board From: City Manager Lead Department: Public Works Recommendation Staff recommends that Council: 1.Approve and authorize the City Manager or his designee to execute the contract with C. Overaa & Co. (Attachment A) in an amount not to exceed $20,789,000 for construction of the Sludge Dewatering and Loadout Facility at the Regional Water Quality Control Plant funded in Capital Improvement Program project WQ-14001. 2.Approve and authorize the City Manager or his designee to negotiate and execute one or more change orders to the contract with C. Overaa & Co. for related additional,but unforeseen work,which may develop during the project, the total value of which shall not exceed $2,078,900. City of Palo Alto Page 2 3.Approve and authorize the City Manager or his designee to execute the contract with Tanner Pacific (Attachment C) in an amount not to exceed $1,980,000 for construction management services,including $1,800,000 for basic services and $180,000 for potential additional services for the Sludge Dewatering and Loadout Facility at the Regional Water Quality Control Plant funded in Capital Improvement Program project WQ-14001. 4. Approve a Resolution authorizing an Installment Sale Agreement in an amount not to exceed $30,000,000 with the California State Water Resources Control Board for financing the design and construction of the Sludge Dewatering and Loadout Facility, and authorizing the amendment of two related financing agreements with the California State Water Resources Control Board. Executive Summary A Sludge Dewatering and Loadout Facility to facilitate replacement of the sewage sludge (“biosolids”) incinerators at the Regional Water Quality Control Plant (RWQCP)has been designed, advertised,and bid.Staff recommends Council approve the construction and construction management contracts. Staff also recommends Council adopt a resolution authorizing an Installment Sale Agreement (low interest financing loan) with State Water Resources Control Board (SWRCB)for project financing and other related agreements for this facility. Background The Regional Water Quality Control Plant (RWQCP)was originally constructed in 1934 and has undergone several expansions and upgrades. The RWQCP is now an advanced (tertiary treatment) facility that provides treatment and disposal of wastewater for Palo Alto, Mountain View, Los Altos, Los Altos Hills, the East Palo Alto Sanitary District, and Stanford University. A Long Range Facilities Plan (LRFP) was prepared in 2012 to provide a plan for future capital projects.In 2014, a Biosolids Facility Plan (BFP)was completed to plan a specific biosolids handling facility to replace the sewage sludge incinerators. Sludge Dewatering and Truck Loadout Facility Project In May 2014 Council directed staff to initiate design of the sludge dewatering and truck loadout facility (SR ID # 4744). City of Palo Alto Page 3 In January 2015 Council approved a contract with CH2M HILL Engineers to provide design and environmental consulting services for the sludge dewatering and truck loadout facility (SR ID # 5295).The facility will be used to load trucks with dewatered sludge; trucks leaving the facility will haul sludge to a regional facility for further treatment, such as composting, gasification, thermal hydrolysis/chemical treatment, and/or anaerobic digestion. The facility will allow retirement of the City’s two sewage sludge incinerators. Staff will return to Council for approval of the sludge hauling contract and the identified final treatment/disposal location(s) after commencement of facility construction, closer to the anticipated date of the sludge dewatering facility startup in 2019. In March 2016 Council approved the Mitigated Negative Declaration, the Mitigation and Monitoring Program, and the Record of Land Use approving the Site and Design Review and Architectural Review application for the new dewatering facility at the Regional Water Quality Control Plant (SR ID # 6424). In October 2016 Council authorized contract amendments with the RWQCP partners (City of Mountain View, City of Los Altos, East Palo Alto Sanitary District, and Stanford University) for construction of the dewatering facilities (SR ID # 7144).At the same time, Council adopted Resolution No. 9630 authorizing the City Manager or his designee, the Director of Public Works or the Manager of the Water Quality Control Plant, to apply for SRF loans to cover the cost of certain capital improvement projects identified in the Long Range Facilities Plan. The resolution also authorized the City Manager or his designee to execute SRF financial assistance agreements and any amendments with the SWRCB following Council approval of a funding strategy and final construction contract for the facility. State Revolving Fund Program The SWRCB Division of Financial Assistance administers the State Revolving Fund (SRF)program. The SRF program provides low interest financing to agencies for wastewater projects. Under this program, eligible projects can apply for loans with interest rates that are approximately half of the State General Obligation rate resulting in lower project costs and maximizing benefits to ratepayers and partner agencies. City of Palo Alto Page 4 SWRCB has completed their review of the City’s sludge dewatering and truck loadout facility construction loan application, and in conjunction with the City Attorney’s Office, prepared the attached loan document,entitled the Installment Sale Agreement (ISA).The next step after Council approval is for the SWRCB to complete its internal ISA approval process and gather all required State signatures in the next two to four weeks, and then to present the ISA, in substantially the form of the attached, to the City’s Authorized officer (the City Manager, Director of Public Works or Manager of the Regional Water Quality Control Plant) for signature on behalf of the City. SWRCB staff have established March 20, 2017 as the project’s “Eligible Start Date.”Designated Palo Alto and SWRCB representatives must still execute the ISA for the City to receive SRF funds. Once the ISA is fully executed, construction costs incurred by the City after the Eligible Start Date are eligible for reimbursement. SRF Program staff have communicated that the SWRCB anticipates providing the approved and final ISA for signature in approximately early May 2017.Because financing is not secured until the ISA is approved and executed by both parties, the Project’s construction and construction management contracts provide that the City will terminate the contracts in the event the SWRCB does not provide an approved ISA for signature. The City has previously obtained SRF loans for the Ultraviolet Disinfection Facility ($8.5 million, 20-year term) and the Palo Alto/Mountain View recycled water pipeline project ($9.0 million, 20-year term). Total estimated sludge dewatering and truck loadout facility project cost including planning, design, construction, and construction management is $30 million. Discussion Through contract amendments approved in October 2016 (SR ID #7144), the RWQCP partner agencies approved the sludge dewatering and loadout facility (Project), pursuit of an SRF loan to fund the Project, and their proportionate share of financial obligation for the Project.Final approval of the Project and the SRF loan must be issued by the City of Palo Alto as the lead agency and SRF loan applicant. City of Palo Alto Page 5 It is recommended that Council approve wastewater treatment fund contracts for construction and construction management services as well as the SRF loan to allow implementation of the Project. Bid Process Construction Contract with C. Overaa & Co. (Attachment A) On November 10, 2016, the City advertised a notice inviting formal bids for the Sludge Dewatering and Loadout Facility project. The bidding period was 106 days. On February 23, 2017, bids were received from three qualified contractors as presented in the bid summary (Attachment B). Summary of Bid Process Bid Name/Number Sludge Dewatering and Truck Loadout Facility Project/IFB166691 Proposed Length of Project 22 months Number of Bid Packages downloaded by Contractors 19 Number of Bid Packages downloaded by Builder’s Exchanges 3 Number of vendors notified through City’s eProcurement system 70 Total Days to Respond to Bid 106 Pre-Bid Meeting Yes -Mandatory Number of Company Attendees at Pre- Bid Meeting 11 Number of Bids Received:3 Range of Proposal Amounts From $20,789,000 to $22,990,000 Staff has reviewed all bids submitted and recommends that the bid of $20,789,000 submitted by C. Overaa & Co. (Overaa) be accepted and that Overaa be declared the lowest responsible bidder. The bid is 2.2% above the engineer's estimate of $20,330,000 and within the expected level of estimating accuracy. The contingency amount of $2,078,900, which equals ten percent of the total contract, is requested for related additional, but unforeseen work, which may develop during the project. City of Palo Alto Page 6 Staff confirmed with the Contractor's State License Board that the contractor has an active license on file and checked references supplied by the contractor for previous work performed and found no significant complaints. Construction Management Contract with Tanner Pacific (Attachment C) The work to be performed under the construction management contract is for the administration, inspection, quality control, cost control, and record control during the installation of the sludge dewatering and truck loadout facility.A request for proposal (RFP) was issued on October 24, 2016.Three proposals were received on November 22, 2016 with costs ranging from $1.5 million to $2.7 million. Summary of Solicitation Process Proposal Description/Number Construction Management Services for the Sludge Dewatering and Truck Loadout Facility Project / RFP 166486 Proposed Length of Project 24 months Number of vendors notified through City’s eProcurement system 24 Total Days to Respond to Proposal 30 Pre-Proposal Meeting Date:October 31, 2016 Number of Company Attendees at Pre-Proposal Meeting 7 Number of Bids Received 3 Range of Proposal Amounts From $1,496,135 to $2,714,270 The RFP process allows the City to negotiate the price of the work upon selection of the successful firm. An evaluation committee consisting of staff from the Public Works Department RWQCP reviewed the proposals. Three firms were invited to participate in oral interviews on January 4, 2017.The committee carefully reviewed each firm's qualifications and submittal in response to the criteria identified in the RFP,including quality and completeness of proposal, quality and effectiveness of services, experience with projects of similar scope and complexity, prior record of performance, and ability to provide future maintenance and/or services. Tanner Pacific was selected because its proposed team met the experience requirements, has a good record on similar projects and City of Palo Alto Page 7 an efficient approach to the project. Tanner Pacific’s construction management base service is $1,800,000 with an additional services budget of $180,000. Resolution Authorizing SWRCB Installment Sale Agreement and Two Related Financing Agreements (Attachment D) The low interest SRF ISA will provide funding in an amount not to exceed $30 million (not including interest) based on the estimated cost of the Sludge Dewatering and Loadout Facility project,pending the City’s approval of construction and construction management contracts,as well as both parties’ approval and execution of the ISA.The SRF loan will have a 1.8% interest rate for a 30-year term. The SRF loan will cover construction, planning, design, administration, and construction management.The project also qualifies for SRF loan principal forgiveness of $4 million through the SRF Program’s Green Project Reserve.The Green Project Reserve program is designed to direct State water sector funding toward projects that reduce the environmental footprint of water and wastewater treatment and collection, and encourage energy conservation. Securing the $4 million principal reduction will reduce the principal repayment to $26 million,providing a significant savings to the City and the RWQCP partners. The City’s payments under the ISA will be secured by a pledge of and payable from net revenues of the City’s Wastewater Collection and Wastewater Treatment enterprise funds,on a parity basis with the City’s obligation to repay the State Water Board under two prior SRF financing agreements (the 2007 Ultraviolet Disinfection Facility and the 2009 Palo Alto-Mountain View Recycled Water Pipeline Project).The attached ISA approval resolution amends the 2007 and 2009 SRF financing agreements so that all three SRF loans are secured by the same net revenue pledge, and clarifies that all three SRF loans are subordinate to both the City’s 1995 storm drain and water bond issuance, and 1999 storm drain and wastewater collection and treatment bond issuance. The resolution authorizes the City Manager or any designee thereof, the Director of Public Works or the Manager of the Regional Water Quality Control Plant (each an “Authorized Officer”) to execute the ISA and the 2007 and 2009 SRF Amendments, which are attached as Exhibits A, B and C to the SRF ISA approval resolution. City of Palo Alto Page 8 Timeline Resource Impact The Project will be financed by a SWRCB SRF loan, which is disbursed on a reimbursement basis.Funds for the Project have been appropriated in the Wastewater Treatment Enterprise Fund Capital Improvement Program project WQ-14001. Construction Implementation Costs for Sludge Dewatering Facility Construction Bid w/10% contingency (with Overaa)$22,867,900 Construction Management (Tanner Pacific)$1,980,000 Total Construction and Construction Services Costs $24,847,900 Engineering services provided by the design firm during project construction was previously approved by Council as part of the CH2MHill Engineering Services Contract (SR ID # 5295). As the lead agency, the City of Palo Alto will budget and spend the funds.The City is responsible for 38.16% of project costs. Reimbursements from the RWQCP partner agencies will be made pursuant to partner agency agreements (SR ID # 7144). The SRF loan (principal and interest) will be repaid with equal annual payments based on an amortization period of 30 years. Pursuant to SRF policy, the first SRF ISA repayment will occur in 2020, one year after project completion, and would be included as an expense in the FY 2019-2020 Wastewater Treatment Fund operating budget. The estimated contribution by partner agencies is shown below. Estimated SRF Loan Payments by Contributing Partner Agency Contributing Partner Agency Capacitya Annual Loan PaymentbMGD% Construction Management NTP April 2017 Construction Contractor NTP May 2017 Project Completion April 30, 2019 Construction Management Completion May 30, 2019 City of Palo Alto Page 9 City of Palo Alto 15.3 38.16 $430,909.29 City of Mountain View 15.1 37.89 $427,860.40 City of Los Altos 3.8 9.47 $106,936.87 East Palo Alto Sanitary District 3.06 7.64 $86,272.19 Stanford University 2.11 5.26 $59,396.83 Town of Los Altos Hills 0.63 1.58 $17,841.63 Totals 40.00 100.00 $1,129,217.21 aCapacity expressed in annual average flow, million gallons per day bBased on SRF loan amount of $26 million ($30 million less $4 million principal forgiveness)at 1.8% interest rate for 30 year term. Policy Implications Approval of the wastewater treatment fund contract and adoption of a resolution for SRF ISA does not represent a change in existing policies. Environmental Review The City of Palo Alto performed an environmental review for the sludge dewatering and loadout facility under provisions of the California Environmental Quality Act (CEQA).An Initial Study/Mitigated Negative Declaration was prepared for the project, and Council approved the environmental documentation on March 28, 2016 (SR ID # 6424). Adoption of the authorizing resolution and amendments of the 2007 and 2009 SRF agreements are not actions that require CEQA review. These actions do not meet the definition of a project for the purposes of CEQA, under Public Resources Code Section 21065 and CEQA Guidelines Section 15378(b)(5), because they are administrative governmental activities which will not cause a direct or indirect physical change in the environment. Attachments: ·Attachment A: Construction Contract C. Overaa ·Attachment B: Bid Summary ·Attachment C: Construction Management Contract Tanner Pacific ·Attachment D: Resolution Authorizing an Installment Sale Agreement with State of California in Connection with Financing the Sludge Dewatering and Load-Out Facility and Authorizing Related Amendments Invitation for Bid (IFB) Package 1 Rev. January 30, 2017 CONSTRUCTION CONTRACT CONSTRUCTION CONTRACT Contract No. C17166691 City of Palo Alto Sludge Dewatering and Loadout Facility – Construction Project Attachment A Invitation for Bid (IFB) Package 2 Rev. January 30, 2017 CONSTRUCTION CONTRACT CONSTRUCTION CONTRACT TABLE OF CONTENTS SECTION 1 INCORPORATION OF RECITALS AND DEFINITIONS…………………………………….…………..6 1.1 Recitals…………………………………………………………………………………………………………………….6 1.2 Definitions……………………………………………………………………………………………………………….6 SECTION 2 THE PROJECT………………………………………………………………………………………………………...6 SECTION 3 THE CONTRACT DOCUMENTS………………………………………………………………………………..7 3.1 List of Documents…………………………………………………………………………………………….........7 3.2 Order of Precedence……………………………………………………………………………………………......7 SECTION 4 CONTRACTOR’S DUTY…………………………………………………………………………………………..8 4.1 Contractor's Duties…………………………………………………………………………………………………..8 SECTION 5 PROJECT TEAM……………………………………………………………………………………………………..8 5.1 Contractor's Co-operation………………………………………………………………………………………..8 SECTION 6 TIME OF COMPLETION…………………………………………………………………………………….......8 6.1 Time Is of Essence…………………………………………………………………………………………………….8 6.2 Commencement of Work…………………………………………………………………………………………8 6.3 Contract Time…………………………………………………………………………………………………………..8 6.4 Liquidated Damages…………………………………………………………………………………………………8 6.4.1 Other Remedies……………………………………………………………………………………………………..9 6.5 Adjustments to Contract Time………………………………………………………………………………….9 SECTION 7 COMPENSATION TO CONTRACTOR……………………………………………………………………….9 7.1 Contract Sum……………………………………………………………………………………………………………9 7.2 Full Compensation……………………………………………………………………………………………………9 SECTION 8 STANDARD OF CARE……………………………………………………………………………………………..9 8.1 Standard of Care…………………………………………………………………………………..…………………9 SECTION 9 INDEMNIFICATION…………………………………………………………………………………………..…10 9.1 Hold Harmless……………………………………………………………………………………………………….10 9.2 Survival…………………………………………………………………………………………………………………10 SECTION 10 NON-DISCRIMINATION……..………………………………………………………………………………10 10.1 Municipal Code Requirement…………….………………………………..……………………………….10 SECTION 11 INSURANCE AND BONDS.…………………………………………………………………………………11 Invitation for Bid (IFB) Package 3 Rev. January 30, 2017 CONSTRUCTION CONTRACT 11.1 Evidence of Coverage…………………………………………………………………………………………..10 SECTION 12 PROHIBITION AGAINST TRANSFERS…………………………………………………………….…11 12.1 Assignment………………………………………………………………………………………………………….11 12.2 Assignment by Law.………………………………………………………………………………………………11 SECTION 13 NOTICES …………………………………………………………………………………………………………….11 13.1 Method of Notice …………………………………………………………………………………………………11 13.2 Notice Recipents ………………………………………………………………………………………………….11 13.3 Change of Address……………………………………………………………………………………………….13 SECTION 14 DEFAULT…………………………………………………………………………………………………………...13 14.1 Notice of Default………………………………………………………………………………………………….13 14.2 Opportunity to Cure Default…………………………………………………………………………………13 SECTION 15 CITY'S RIGHTS AND REMEDIES…………………………………………………………………………..13 15.1 Remedies Upon Default……………………………………………………………………………………….13 15.1.1 Delete Certain Services…………………………………………………………………………………….13 15.1.2 Perform and Withhold……………………………………………………………………………………..13 15.1.3 Suspend The Construction Contract…………………………………………………………………13 15.1.4 Terminate the Construction Contract for Default………………………………………………13 15.1.5 Invoke the Performance Bond………………………………………………………………………….14 15.1.6 Additional Provisions……………………………………………………………………………………….14 15.2 Delays by Sureties……………………………………………………………………………………………….14 15.3 Damages to City…………………………………………………………………………………………………..14 15.3.1 For Contractor's Default…………………………………………………………………………………..14 15.3.2 Compensation for Losses…………………………………………………………………………………14 15.4 Suspension by City……………………………………………………………………………………………….14 15.4.1 Suspension for Convenience……………………………………………………………………………..14 15.4.2 Suspension for Cause………………………………………………………………………………………..14 15.5 Termination Without Cause…………………………………………………………………………………15 15.5.1 Compensation………………………………………………………………………………………………….15 15.5.2 Subcontractors………………………………………………………………………………………………..15 15.6 Contractor’s Duties Upon Termination………………………………………………………………...16 SECTION 16 CONTRACTOR'S RIGHTS AND REMEDIES……………………………………………………………16 16.1 Contractor’s Remedies……………………………………..………………………………..………………….16 Invitation for Bid (IFB) Package 4 Rev. January 30, 2017 CONSTRUCTION CONTRACT 16.1.1 For Work Stoppage……………………………………………………………………………………………16 16.1.2 For City's Non-Payment…………………………………………………………………………………….16 16.2 Damages to Contractor………………………………………………………………………………………..17 SECTION 17 ACCOUNTING RECORDS………………………………………………………………………………….…17 17.1 Financial Management and City Access………………………………………………………………..17 17.2 Compliance with City Requests…………………………………………………………………………….17 SECTION 18 INDEPENDENT PARTIES……………………………………………………………………………………..17 18.1 Status of Parties……………………………………………………………………………………………………17 SECTION 19 NUISANCE……………………………………………………………………………………………………….…17 19.1 Nuisance Prohibited……………………………………………………………………………………………..17 SECTION 20 PERMITS AND LICENSES…………………………………………………………………………………….17 20.1 Payment of Fees…………………………………………………………………………………………………..17 SECTION 21 WAIVER…………………………………………………………………………………………………………….18 21.1 Waiver………………………………………………………………………………………………………………….17 SECTION 22 GOVERNING LAW AND VENUE; COMPLIANCE WITH LAWS……………………………….18 22.1 Governing Law…………………………………………………………………………………………………….18 22.2 Compliance with Laws…………………………………………………………………………………………18 22.2.1 Palo Alto Minimum Wage Ordinance…………….………………………………………………….18 SECTION 23 COMPLETE AGREEMENT……………………………………………………………………………………18 23.1 Integration………………………………………………………………………………………………………….18 SECTION 24 SURVIVAL OF CONTRACT…………………………………………………………………………………..18 24.1 Survival of Provisions……………………………………………………………………………………………18 SECTION 25 PREVAILING WAGES………………………………………………………………………………………….18 SECTION 26 NON-APPROPRIATION……………………………………………………………………………………….19 26.1 Appropriation………………………………………………………………………………………………………19 SECTION 27 AUTHORITY……………………………………………………………………………………………………….19 27.1 Representation of Parties…………………………………………………………………………………….19 SECTION 28 COUNTERPARTS………………………………………………………………………………………………..19 28.1 Multiple Counterparts………………………………………………………………………………………….19 SECTION 29 SEVERABILITY……………………………………………………………………………………………………19 29.1 Severability………………………………………………………………………………………………………….19 SECTION 30 STATUTORY AND REGULATORY REFERENCES …………………………………………………..19 Invitation for Bid (IFB) Package 5 Rev. January 30, 2017 CONSTRUCTION CONTRACT 30.1 Amendments of Laws…………………………………………………………………………………………..19 SECTION 31 WORKERS’ COMPENSATION CERTIFICATION………………………………………………….….19 31.1 Workers Compensation…………………………………………………………………………………….19 SECTION 32 DIR REGISTRATION AND OTHER SB 854 REQUIREMENTS………………………………..…20 32.1 General Notice to Contractor…………………………………………………………………………….20 32.2 Labor Code section 1771.1(a)…………………………………………………………………………….20 32.3 DIR Registration Required…………………………………………………………………………………20 32.4 Posting of Job Site Notices…………………………………………………………………………………20 32.5 Payroll Records…………………………………………………………………………………………………20 SECTION 33 COMPLIANCE WITH CALIFORNIA STATE WATER RESOURCE CONTROL BOARD (SWRCB) CLEAN WATER STATE REVOLVING FUND (CWSRF) PROGRAM ................................. 22 33.1 CWSRF Requirements ....................................................................................... 22 33.2 Department of Labor Wage Determination (as of February 14, 2017) ................ 22 Invitation for Bid (IFB) Package 6 Rev. January 30, 2017 CONSTRUCTION CONTRACT CONSTRUCTION CONTRACT THIS CONSTRUCTION CONTRACT entered into on April 17, 2017 (“Execution Date”) by and between the CITY OF PALO ALTO, a California chartered municipal corporation ("City"), and C. OVERAA & CO ("Contractor"), is made with reference to the following: R E C I T A L S: A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. Contractor is a Corporation duly organized and in good standing in the State of California, Contractor’s License Number 106793 and Department of Industrial Relations Registration Number 1000000871. Contractor represents that it is duly licensed by the State of California and has the background, knowledge, experience and expertise to perform the obligations set forth in this Construction Contract. C. On November 10, 2016, City issued an Invitation for Bids (IFB) to contractors for the Sludge Dewatering and Loadout Facility - Construction (“Project”). In response to the IFB, Contractor submitted a Bid. The City has applied for financial assistance from the State Water Resources Control Board’s Clean Water State Revolving Fund to fund the design, planning and construction of this Project, and as a result this Construction Contract includes certain provisions required to maintain the City’s eligibility for such financial assistance. D. City and Contractor desire to enter into this Construction Contract for the Project, and other services as identified in the Contract Documents for the Project upon the following terms and conditions. NOW THEREFORE, in consideration of the mutual promises and undertakings hereinafter set forth and for other good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged, it is mutually agreed by and between the undersigned parties as follows: SECTION 1 INCORPORATION OF RECITALS AND DEFINITIONS. 1.1 Recitals. All of the recitals are incorporated herein by reference. 1.2 Definitions. Capitalized terms shall have the meanings set forth in this Construction Contract and/or in the General Conditions. If there is a conflict between the definitions in this Construction Contract and in the General Conditions, the definitions in this Construction Contract shall prevail. SECTION 2 THE PROJECT. The Project is the Sludge Dewatering and Loadout Facility - Construction Project, located at 2501 Embarcadero Way, Palo Alto, CA. 9403 ("Project"). Invitation for Bid (IFB) Package 7 Rev. January 30, 2017 CONSTRUCTION CONTRACT SECTION 3 THE CONTRACT DOCUMENTS. 3.1 List of Documents. The Contract Documents (sometimes collectively referred to as “Agreement” or “Bid Documents”) consist of the following documents which are on file with the Purchasing Division and are hereby incorporated by reference. 1) Change Orders 2) Field Orders 3) Contract 4) Bidding Addenda 5) Special Provisions 6) General Conditions 7) Project Plans and Drawings 8) Technical Specifications 9) Instructions to Bidders 10) Invitation for Bids 11) Contractor's Bid/Non-Collusion Declaration 12) Reports listed in the Contract Documents 13) Public Works Department’s Standard Drawings and Specifications (most current version at time of Bid) 14) Utilities Department’s Water, Gas, Wastewater, Electric Utilities Standards (most current version at time of Bid) 15) City of Palo Alto Traffic Control Requirements 16) City of Palo Alto Truck Route Map and Regulations 17) Notice Inviting Pre-Qualification Statements, Pre-Qualification Statement, and Pre- Qualification Checklist (if applicable) 18) Performance and Payment Bonds 3.2 Order of Precedence. For the purposes of construing, interpreting and resolving inconsistencies between and among the provisions of this Contract, the Contract Documents shall have the order of precedence as set forth in the preceding section. If a claimed inconsistency cannot be resolved through the order of precedence, the City shall have the sole power to decide which document or provision shall govern as may be in the best interests of the City. Invitation for Bid (IFB) Package 8 Rev. January 30, 2017 CONSTRUCTION CONTRACT SECTION 4 CONTRACTOR’S DUTY. 4.1 Contractor’s Duties Contractor agrees to perform all of the Work required for the Project, as specified in the Contract Documents, all of which are fully incorporated herein. Contractor shall provide, furnish, and supply all things necessary and incidental for the timely performance and completion of the Work, including, but not limited to, provision of all necessary labor, materials, equipment, transportation, and utilities, unless otherwise specified in the Contract Documents. Contractor also agrees to use its best efforts to complete the Work in a professional and expeditious manner and to meet or exceed the performance standards required by the Contract Documents. SECTION 5 PROJECT TEAM. 5.1 Contractor’s Co-operation. In addition to Contractor, City has retained, or may retain, consultants and contractors to provide professional and technical consultation for the design and construction of the Project. The Contract requires that Contractor operate efficiently, effectively and cooperatively with City as well as all other members of the Project Team and other contractors retained by City to construct other portions of the Project. SECTION 6 TIME OF COMPLETION. 6.1 Time Is of Essence. Time is of the essence with respect to all time limits set forth in the Contract Documents. 6.2 Commencement of Work. Contractor shall commence the Work on the date specified in City’s Notice to Proceed. 6.3 Contract Time. Work hereunder shall begin on the date specified on the City’s Notice to Proceed and shall be completed not later than . within twenty two months (22) after the commencement date specified in City’s Notice to Proceed. As stated in Recital C, the City has applied for financial assistance from the State Water Resources Control Board’s Clean Water State Revolving Fund to fund the design, planning and construction of this Project. The City’s performance under this Contract is therefore dependent upon funding approval from the State Water Resources Control Board. If Project funding is not approved by the State Water Resources Control Board, the City will terminate this Construction Contract, as provided in Section 15.5. By executing this Construction Contract, Contractor expressly waives any claim for delayed early completion, as well as any claim for compensation due to delays caused by the State Water Resources Control Board’s failure to provide State Revolving Fund financial assistance. 6.4 Liquidated Damages. Invitation for Bid (IFB) Package 9 Rev. January 30, 2017 CONSTRUCTION CONTRACT Pursuant to Government Code Section 53069.85, if Contractor fails to achieve Substantial Completion of the entire Work within the Contract Time, including any approved extensions thereto, City may assess liquidated damages on a daily basis for each day of Unexcused Delay in achieving Substantial Completion, based on the amount of Five Hundred dollars ($500) per day, or as otherwise specified in the Special Provisions. Liquidated damages may also be separately assessed for failure to meet milestones specified elsewhere in the Contract Documents, regardless of impact on the time for achieving Substantial Completion. The assessment of liquidated damages is not a penalty but considered to be a reasonable estimate of the amount of damages City will suffer by delay in completion of the Work. The City is entitled to setoff the amount of liquidated damages assessed against any payments otherwise due to Contractor, including, but not limited to, setoff against release of retention. If the total amount of liquidated damages assessed exceeds the amount of unreleased retention, City is entitled to recover the balance from Contractor or its sureties. Occupancy or use of the Project in whole or in part prior to Substantial Completion, shall not operate as a waiver of City’s right to assess liquidated damages. 6.4.1 Other Remedies. City is entitled to any and all available legal and equitable remedies City may have where City’s Losses are caused by any reason other than Contractor’s failure to achieve Substantial Completion of the entire Work within the Contract Time. 6.5 Adjustments to Contract Time. The Contract Time may only be adjusted for time extensions approved by City and memorialized in a Change Order approved in accordance with the requirements of the Contract Documents. SECTION 7 COMPENSATION TO CONTRACTOR. 7.1 Contract Sum. Contractor shall be compensated for satisfactory completion of the Work in compliance with the Contract Documents the Contract Sum of Twenty Million Seven Hundred Eighty Nine Thousand Dollars ($20,789,000). [This amount includes the Base Bid and Additive Alternates .] 7.2 Full Compensation. The Contract Sum shall be full compensation to Contractor for all Work provided by Contractor and, except as otherwise expressly permitted by the terms of the Contract Documents, shall cover all Losses arising out of the nature of the Work or from the acts of the elements or any unforeseen difficulties or obstructions which may arise or be encountered in performance of the Work until its Acceptance by City, all risks connected with the Work, and any and all expenses incurred due to suspension or discontinuance of the Work, except as expressly provided herein. The Contract Sum may only be adjusted for Change Orders approved in accordance with the requirements of the Contract Documents. SECTION 8 STANDARD OF CARE. 8.1 Standard of Care. Contractor agrees that the Work shall be performed by qualified, experienced and well-supervised personnel. All services performed in connection with this Construction Contract shall be performed in a manner consistent with the standard of care under California law applicable to those who specialize in providing such services for projects of the type, scope and complexity of the Project. Invitation for Bid (IFB) Package 10 Rev. January 30, 2017 CONSTRUCTION CONTRACT SECTION 9 INDEMNIFICATION. 9.1 Hold Harmless. To the fullest extent allowed by law, Contractor will defend, indemnify, and hold harmless City, its City Council, boards and commissions, officers, agents, employees, representatives, volunteers, the State Water Resources Control Board, the California Infrastructure and Economic Development Bank, and any trustee, and their officers, employees, and agents for the bonds issued by the California Infrastructure and Economic Development Bank for this Project, if any (hereinafter individually referred to as an “Indemnitee” and collectively referred to as "Indemnitees"), through legal counsel acceptable to City, from and against any and liability, loss, damage, claims, expenses (including, without limitation, attorney fees, expert witness fees, paralegal fees, and fees and costs of litigation or arbitration) (collectively, “Liability”) of every nature arising out of or in connection with the acts or omissions of Contractor, its employees, Subcontractors, representatives, or agents, in performing the Work or its failure to comply with any of its obligations under the Contract, except such Liability caused by the active negligence, sole negligence, or willful misconduct of an Indemnitee. Contractor shall cause the State Water Resources Control Board, the California Infrastructure and Economic Development Bank, and any trustee, and their officers, employees, and agents for the bonds issued by the California Infrastructure and Economic Development Bank for this Project, if any, to be included within the scope of any provision for the indemnification and defense of City in any subcontract entered into for this Project. Contractor shall pay City for any costs City incurs to enforce this provision. Except as provided in Section 9.2 below, nothing in the Contract Documents shall be construed to give rise to any implied right of indemnity in favor of Contractor against City or any other Indemnitee. Pursuant to Public Contract Code Section 9201, City shall timely notify Contractor upon receipt of any third-party claim relating to the Contract. 9.2 Survival. The provisions of Section 9 shall survive the termination of this Construction Contract. SECTION 10 NON-DISCRIMINATION. 10.1 Municipal Code Requirement. As set forth in Palo Alto Municipal Code section 2.30.510, Contractor certifies that in the performance of this Agreement, it shall not discriminate in the employment of any person because of the race, skin color, gender, age, religion, disability, national origin, ancestry, sexual orientation, housing status, marital status, familial status, weight or height of such person. Contractor acknowledges that it has read and understands the provisions of Section 2.30.510 of the Palo Alto Municipal Code relating to Nondiscrimination Requirements and the penalties for violation thereof, and will comply with all requirements of Section 2.30.510 pertaining to nondiscrimination in employment. 10.2 State Water Resources Control Board Non-Discrimination Requirement. (a) In compliance with requirements of the State Water Resources Control Board financial assistance agreement executed by the City on [DATE], during the performance of this Agreement, Contractor and its subcontractors shall not unlawfully discriminate, harass, or allow harassment against any employee or applicant for employment because of sex, race, color, ancestry, religious creed, national origin, sexual orientation, physical disability (including HIV and AIDS), mental disability, medical condition (cancer), age (over 40), marital status, denial of family care leave, or genetic information, gender, gender identity, gender expression, or military and veteran status. Invitation for Bid (IFB) Package 11 Rev. January 30, 2017 CONSTRUCTION CONTRACT (b) Contractor and its subcontractors shall ensure that the evaluation and treatment of their employees and applicants for employment are free from such discrimination and harassment. (c) Contractors and its subcontractors shall comply with the provisions of the Fair Employment and Housing Act and the applicable regulations promulgated thereunder. (Gov. Code, §12990, subds. (a)-(f) et seq.;Cal. Code Regs., tit. 2, § 7285 et seq.) Such regulations are incorporated into this Agreement by reference and made a part hereof as if set forth in full. (d) Contractor and its subcontractors shall give written notice of their obligations under this clause to labor organizations with which they have a collective bargaining or other agreement. SECTION 11 INSURANCE AND BONDS. 11.1 Evidence of coverage. Within ten (10) business days following issuance of the Notice of Award, Contractor shall provide City with evidence that it has obtained insurance and shall submit Performance and Payment Bonds satisfying all requirements in Article 11 of the General Conditions. SECTION 12 PROHIBITION AGAINST TRANSFERS. 12.1 Assignment. City is entering into this Construction Contract in reliance upon the stated experience and qualifications of the Contractor and its Subcontractors set forth in Contractor’s Bid. Accordingly, Contractor shall not assign, hypothecate or transfer this Construction Contract or any interest therein directly or indirectly, by operation of law or otherwise without the prior written consent of City. Any assignment, hypothecation or transfer without said consent shall be null and void, and shall be deemed a substantial breach of contract and grounds for default in addition to any other legal or equitable remedy available to the City. 12.2 Assignment by Law. The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Contractor or of any general partner or joint venturer or syndicate member of Contractor, if the Contractor is a partnership or joint venture or syndicate or co-tenancy shall result in changing the control of Contractor, shall be construed as an assignment of this Construction Contract. Control means more than fifty percent (50%) of the voting power of the corporation or other entity. SECTION 13 NOTICES. 13.1 Method of Notice. All notices, demands, requests or approvals to be given under this Construction Contract shall be given in writing and shall be deemed served on the earlier of the following: (i) On the date delivered if delivered personally; (ii) On the third business day after the deposit thereof in the United States mail, postage prepaid, and addressed as hereinafter provided; (iii) On the date sent if sent by facsimile transmission; (iv) On the date sent if delivered by electronic mail; or (v) On the date it is accepted or rejected if sent by certified mail. Invitation for Bid (IFB) Package 12 Rev. January 30, 2017 CONSTRUCTION CONTRACT 13.2 Notice to Recipients. All notices, demands or requests (including, without limitation, Change Order Requests and Claims) from Contractor to City shall include the Project name and the number of this Construction Contract and shall be addressed to City at: To City: City of Palo Alto City Clerk 250 Hamilton Avenue P.O. Box 10250 Palo Alto, CA 94303 Copy to: City of Palo Alto Public Works, WQCP 2501 Embarcadero Way Palo Alto, CA 94303 Attn: Padmakar M Chaobal, PE AND [Include Construction Manager, If Applicable.] Construction Manager Tanner Pacific, Inc. 751 Laurel Street, Suite 609 San Carlos, CA 94070 Attn: Michael K. Jaeger In addition, copies of all Claims by Contractor under this Construction Contract shall be provided to the following: Palo Alto City Attorney’s Office 250 Hamilton Avenue P.O. Box 10250 Palo Alto, California 94303 All Claims shall be sent by registered mail or certified mail with return receipt requested. All notices, demands, requests or approvals from City to Contractor shall be addressed to: Attention: Larry Etcheverry, VP C.Overaa & CO 200 Parr Blvd Richmond, CA 94801 Invitation for Bid (IFB) Package 13 Rev. January 30, 2017 CONSTRUCTION CONTRACT 13.3 Change of Address. In advance of any change of address, Contractor shall notify City of the change of address in writing. Each party may, by written notice only, add, delete or replace any individuals to whom and addresses to which notice shall be provided. SECTION 14 DEFAULT. 14.1 Notice of Default. In the event that City determines, in its sole discretion, that Contractor has failed or refused to perform any of the obligations set forth in the Contract Documents, or is in breach of any provision of the Contract Documents, City may give written notice of default to Contractor in the manner specified for the giving of notices in the Construction Contract, with a copy to Contractor’s performance bond surety. 14.2 Opportunity to Cure Default. Except for emergencies, Contractor shall cure any default in performance of its obligations under the Contract Documents within two (2) Days (or such shorter time as City may reasonably require) after receipt of written notice. However, if the breach cannot be reasonably cured within such time, Contractor will commence to cure the breach within two (2) Days (or such shorter time as City may reasonably require) and will diligently and continuously prosecute such cure to completion within a reasonable time, which shall in no event be later than ten (10) Days after receipt of such written notice. SECTION 15 CITY'S RIGHTS AND REMEDIES. 15.1 Remedies Upon Default. If Contractor fails to cure any default of this Construction Contract within the time period set forth above in Section 14, then City may pursue any remedies available under law or equity, including, without limitation, the following: 15.1.1 Delete Certain Services. City may, without terminating the Construction Contract, delete certain portions of the Work, reserving to itself all rights to Losses related thereto. 15.1.2 Perform and Withhold. City may, without terminating the Construction Contract, engage others to perform the Work or portion of the Work that has not been adequately performed by Contractor and withhold the cost thereof to City from future payments to Contractor, reserving to itself all rights to Losses related thereto. 15.1.3 Suspend The Construction Contract. City may, without terminating the Construction Contract and reserving to itself all rights to Losses related thereto, suspend all or any portion of this Construction Contract for as long a period of time as City determines, in its sole discretion, appropriate, in which event City shall have no obligation to adjust the Contract Sum or Contract Time, and shall have no liability to Contractor for damages if City directs Contractor to resume Work. 15.1.4 Terminate the Construction Contract for Default. City shall have the right to terminate this Construction Contract, in whole or in part, upon the failure of Contractor to promptly cure any default as required by Section 14. City’s election to terminate the Construction Contract for default shall be communicated by giving Contractor a written notice of termination in the manner specified for the giving of notices in the Construction Contract. Any notice of termination given to Contractor by City shall be effective immediately, unless otherwise provided therein. Invitation for Bid (IFB) Package 14 Rev. January 30, 2017 CONSTRUCTION CONTRACT 15.1.5 Invoke the Performance Bond. City may, with or without terminating the Construction Contract and reserving to itself all rights to Losses related thereto, exercise its rights under the Performance Bond. 15.1.6 Additional Provisions. All of City’s rights and remedies under this Construction Contract are cumulative, and shall be in addition to those rights and remedies available in law or in equity. Designation in the Contract Documents of certain breaches as material shall not waive the City’s authority to designate other breaches as material nor limit City’s right to terminate the Construction Contract, or prevent the City from terminating the Agreement for breaches that are not material. City’s determination of whether there has been noncompliance with the Construction Contract so as to warrant exercise by City of its rights and remedies for default under the Construction Contract, shall be binding on all parties. No termination or action taken by City after such termination shall prejudice any other rights or remedies of City provided by law or equity or by the Contract Documents upon such termination; and City may proceed against Contractor to recover all liquidated damages and Losses suffered by City. 15.2 Delays by Sureties. Time being of the essence in the performance of the Work, if Contractor’s surety fails to arrange for completion of the Work in accordance with the Performance Bond, within seven (7) calendar days from the date of the notice of termination, Contractor’s surety shall be deemed to have waived its right to complete the Work under the Contract, and City may immediately make arrangements for the completion of the Work through use of its own forces, by hiring a replacement contractor, or by any other means that City determines advisable under the circumstances. Contractor and its surety shall be jointly and severally liable for any additional cost incurred by City to complete the Work following termination. In addition, City shall have the right to use any materials, supplies, and equipment belonging to Contractor and located at the Worksite for the purposes of completing the remaining Work. 15.3 Damages to City. 15.3.1 For Contractor's Default. City will be entitled to recovery of all Losses under law or equity in the event of Contractor’s default under the Contract Documents. 15.3.2 Compensation for Losses. In the event that City's Losses arise from Contractor’s default under the Contract Documents, City shall be entitled to deduct the cost of such Losses from monies otherwise payable to Contractor. If the Losses incurred by City exceed the amount payable, Contractor shall be liable to City for the difference and shall promptly remit same to City. 15.4 Suspension by City 15.4.1 Suspension for Convenience. City may, at any time and from time to time, without cause, order Contractor, in writing, to suspend, delay, or interrupt the Work in whole or in part for such period of time, up to an aggregate of fifty percent (50%) of the Contract Time. The order shall be specifically identified as a Suspension Order by City. Upon receipt of a Suspension Order, Contractor shall, at City’s expense, comply with the order and take all reasonable steps to minimize costs allocable to the Work covered by the Suspension Order. During the Suspension or extension of the Suspension, if any, City shall either cancel the Suspension Order or, by Change Order, delete the Work covered by the Suspension Order. If a Suspension Order is canceled or expires, Contractor shall resume and continue with the Work. A Change Order will be issued to cover any adjustments of the Contract Sum or the Contract Time necessarily caused by such suspension. A Suspension Order shall not be the exclusive method for City to stop the Work. Invitation for Bid (IFB) Package 15 Rev. January 30, 2017 CONSTRUCTION CONTRACT 15.4.2 Suspension for Cause. In addition to all other remedies available to City, if Contractor fails to perform or correct work in accordance with the Contract Documents, City may immediately order the Work, or any portion thereof, suspended until the cause for the suspension has been eliminated to City’s satisfaction. Contractor shall not be entitled to an increase in Contract Time or Contract Price for a suspension occasioned by Contractor’s failure to comply with the Contract Documents. City’s right to suspend the Work shall not give rise to a duty to suspend the Work, and City’s failure to suspend the Work shall not constitute a defense to Contractor’s failure to comply with the requirements of the Contract Documents. 15.5 Termination Without Cause. City may, at its sole discretion and without cause, terminate this Construction Contract in part or in whole upon written notice to Contractor. Upon receipt of such notice, Contractor shall, at City’s expense, comply with the notice and take all reasonable steps to minimize costs to close out and demobilize. The compensation allowed under this Paragraph 15.5 shall be the Contractor’s sole and exclusive compensation for such termination and Contractor waives any claim for other compensation or Losses, including, but not limited to, loss of anticipated profits, loss of revenue, lost opportunity, or other consequential, direct, indirect or incidental damages of any kind resulting from termination without cause. Termination pursuant to this provision does not relieve Contractor or its sureties from any of their obligations for Losses arising from or related to the Work performed by Contractor. 15.5.1 Compensation. Following such termination and within forty-five (45) Days after receipt of a billing from Contractor seeking payment of sums authorized by this Paragraph 15.5.1, City shall pay the following to Contractor as Contractor’s sole compensation for performance of the Work : .1 For Work Performed. The amount of the Contract Sum allocable to the portion of the Work properly performed by Contractor as of the date of termination, less sums previously paid to Contractor. .2 For Close-out Costs. Reasonable costs of Contractor and its Subcontractors: (i) Demobilizing and (ii) Administering the close-out of its participation in the Project (including, without limitation, all billing and accounting functions, not including attorney or expert fees) for a period of no longer than thirty (30) Days after receipt of the notice of termination. .3 For Fabricated Items. Previously unpaid cost of any items delivered to the Project Site which were fabricated for subsequent incorporation in the Work. .4 Profit Allowance. An allowance for profit calculated as four percent (4%) of the sum of the above items, provided Contractor can prove a likelihood that it would have made a profit if the Construction Contract had not been terminated. 15.5.2 Subcontractors. Contractor shall include provisions in all of its subcontracts, purchase orders and other contracts permitting termination for convenience by Contractor on terms that are consistent with this Construction Contract and that afford no greater rights of recovery against Contractor than are afforded to Contractor against City under this Section. Invitation for Bid (IFB) Package 16 Rev. January 30, 2017 CONSTRUCTION CONTRACT 15.6 Contractor’s Duties Upon Termination. Upon receipt of a notice of termination for default or for convenience, Contractor shall, unless the notice directs otherwise, do the following: (i) Immediately discontinue the Work to the extent specified in the notice; (ii) Place no further orders or subcontracts for materials, equipment, services or facilities, except as may be necessary for completion of such portion of the Work that is not discontinued; (iii) Provide to City a description in writing, no later than fifteen (15) days after receipt of the notice of termination, of all subcontracts, purchase orders and contracts that are outstanding, including, without limitation, the terms of the original price, any changes, payments, balance owing, the status of the portion of the Work covered and a copy of the subcontract, purchase order or contract and any written changes, amendments or modifications thereto, together with such other information as City may determine necessary in order to decide whether to accept assignment of or request Contractor to terminate the subcontract, purchase order or contract; (iv) Promptly assign to City those subcontracts, purchase orders or contracts, or portions thereof, that City elects to accept by assignment and cancel, on the most favorable terms reasonably possible, all subcontracts, purchase orders or contracts, or portions thereof, that City does not elect to accept by assignment; and (v) Thereafter do only such Work as may be necessary to preserve and protect Work already in progress and to protect materials, plants, and equipment on the Project Site or in transit thereto. Upon termination, whether for cause or for convenience, the provisions of the Contract Documents remain in effect as to any Claim, indemnity obligation, warranties, guarantees, submittals of as-built drawings, instructions, or manuals, or other such rights and obligations arising prior to the termination date. SECTION 16 CONTRACTOR'S RIGHTS AND REMEDIES. 16.1 Contractor’s Remedies. Contractor may terminate this Construction Contract only upon the occurrence of one of the following: 16.1.1 For Work Stoppage. The Work is stopped for sixty (60) consecutive Days, through no act or fault of Contractor, any Subcontractor, or any employee or agent of Contractor or any Subcontractor, due to issuance of an order of a court or other public authority other than City having jurisdiction or due to an act of government, such as a declaration of a national emergency making material unavailable. This provision shall not apply to any work stoppage resulting from the City’s issuance of a suspension notice issued either for cause or for convenience. 16.1.2 For City's Non-Payment. If City does not make pay Contractor undisputed sums within ninety (90) Days after receipt of notice from Contractor, Contractor may terminate the Construction Contract (30) days following a second notice to City of Contractor’s intention to terminate the Construction Contract. Invitation for Bid (IFB) Package 17 Rev. January 30, 2017 CONSTRUCTION CONTRACT 16.2 Damages to Contractor. In the event of termination for cause by Contractor, City shall pay Contractor the sums provided for in Paragraph 15.5.1 above. Contractor agrees to accept such sums as its sole and exclusive compensation and agrees to waive any claim for other compensation or Losses, including, but not limited to, loss of anticipated profits, loss of revenue, lost opportunity, or other consequential, direct, indirect and incidental damages, of any kind. SECTION 17 ACCOUNTING RECORDS. 17.1 Financial Management and City Access. Contractor shall keep full and detailed accounts and exercise such controls as may be necessary for proper financial management under this Construction Contract in accordance with generally accepted accounting principles and practices. City and City's accountants during normal business hours, may inspect, audit and copy Contractor's records, books, estimates, take-offs, cost reports, ledgers, schedules, correspondence, instructions, drawings, receipts, subcontracts, purchase orders, vouchers, memoranda and other data relating to this Project. Contractor shall retain these documents for a period of three (3) years after the later of (i) Final Payment or (ii) final resolution of all Contract Disputes and other disputes, or (iii) for such longer period as may be required by law. 17.2 Compliance with City Requests. Contractor's compliance with any request by City pursuant to this Section 17 shall be a condition precedent to filing or maintenance of any legal action or proceeding by Contractor against City and to Contractor's right to receive further payments under the Contract Documents. City many enforce Contractor’s obligation to provide access to City of its business and other records referred to in Section 17.1 for inspection or copying by issuance of a writ or a provisional or permanent mandatory injunction by a court of competent jurisdiction based on affidavits submitted to such court, without the necessity of oral testimony. SECTION 18 INDEPENDENT PARTIES. 18.1 Status of parties. Each party is acting in its independent capacity and not as agents, employees, partners, or joint ventures’ of the other party. City, its officers or employees shall have no control over the conduct of Contractor or its respective agents, employees, subconsultants, or subcontractors, except as herein set forth. SECTION 19 NUISANCE. 19.1 Nuisance Prohibited. Contractor shall not maintain, commit, nor permit the maintenance or commission of any nuisance in connection in the performance of services under this Construction Contract. SECTION 20 PERMITS AND LICENSES. 20.1 Payment of Fees. Except as otherwise provided in the Special Provisions and Technical Specifications, The Contractor shall provide, procure and pay for all licenses, permits, and fees, required by the City or other government jurisdictions or agencies necessary to carry out and complete the Work. Payment of all costs and expenses for such licenses, permits, and fees shall be included in one or more Bid items. No other compensation Invitation for Bid (IFB) Package 18 Rev. January 30, 2017 CONSTRUCTION CONTRACT shall be paid to the Contractor for these items or for delays caused by non-City inspectors or conditions set forth in the licenses or permits issued by other agencies. SECTION 21 WAIVER. 21.1 Waiver. A waiver by either party of any breach of any term, covenant, or condition contained herein shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant, or condition contained herein, whether of the same or a different character. SECTION 22 GOVERNING LAW AND VENUE; COMPLIANCE WITH LAWS. 22.1 Governing Law. This Construction Contract shall be construed in accordance with and governed by the laws of the State of California, and venue shall be in a court of competent jurisdiction in the County of Santa Clara, and no other place. 22.2 Compliance with Laws. Contractor shall comply with all applicable federal and California laws and city laws, including, without limitation, ordinances and resolutions, in the performance of work under this Construction Contract. 22.2.1 Palo Alto Minimum Wage Ordinance. Contractor shall comply with all requirements of the Palo Alto Municipal Code Chapter 4.62 (Citywide Minimum Wage), as it may be amended from time to time. In particular, for any employee otherwise entitled to the State minimum wage, who performs at least two (2) hours of work in a calendar week within the geographic boundaries of the City, Contractor shall pay such employees no less than the minimum wage set forth in Palo Alto Municipal Code section 4.62.030 for each hour worked within the geographic boundaries of the City of Palo Alto. In addition, Contractor shall post notices regarding the Palo Alto Minimum Wage Ordinance in accordance with Palo Alto Municipal Code section 4.62.060. SECTION 23 COMPLETE AGREEMENT. 23.1 Integration. This Agreement represents the entire and integrated agreement between the parties and supersedes all prior negotiations, representations, and contracts, either written or oral. This Agreement may be amended only by a written instrument, which is signed by the parties. SECTION 24 SURVIVAL OF CONTRACT. 24.1 Survival of Provisions. The provisions of the Construction Contract which by their nature survive termination of the Construction Contract or Final Completion, including, without limitation, all warranties, indemnities, payment obligations, and City’s right to audit Contractor’s books and records, shall remain in full force and effect after Final Completion or any termination of the Construction Contract. Invitation for Bid (IFB) Package 19 Rev. January 30, 2017 CONSTRUCTION CONTRACT SECTION 25 PREVAILING WAGES. This Project is not subject to prevailing wages. Contractor is not required to pay prevailing wages in the performance and implementation of the Project in accordance with SB 7, if the public works contract does not include a project of $25,000 or less, when the project is for construction work, or the contract does not include a project of $15,000 or less, when the project is for alteration, demolition, repair, or maintenance (collectively, ‘improvement’) work. Or Contractor is required to pay general prevailing wages as defined in Subchapter 3, Title 8 of the California Code of Regulations and Section 16000 et seq. and Section 1773.1 of the California Labor Code. Pursuant to the provisions of Section 1773 of the Labor Code of the State of California, the City Council has obtained the general prevailing rate of per diem wages and the general rate for holiday and overtime work in this locality for each craft, classification, or type of worker needed to execute the contract for this Project from the Director of the Department of Industrial Relations (“DIR”). Copies of these rates may be obtained at the Purchasing Division’s office of the City of Palo Alto. Contractor shall provide a copy of prevailing wage rates to any staff or subcontractor hired, and shall pay the adopted prevailing wage rates as a minimum. Contractor shall comply with the provisions of all sections, including, but not limited to, Sections 1775, 1776, 1777.5, 1782, 1810, and 1813, of the Labor Code pertaining to prevailing wages. SECTION 26 NON-APPROPRIATION. 26.1 Appropriations. This Agreement is subject to the fiscal provisions of the Charter of the City of Palo Alto and the Palo Alto Municipal Code. This Agreement will terminate without any penalty (a) at the end of any fiscal year in the event that the City does not appropriate funds for the following fiscal year for this event, or (b) at any time within a fiscal year in the event that funds are only appropriated for a portion of the fiscal year and funds for this Construction Contract are no longer available. This section shall take precedence in the event of a conflict with any other covenant, term, condition, or provision of this Agreement. SECTION 27 AUTHORITY. 27.1 Representation of Parties. The individuals executing this Agreement represent and warrant that they have the legal capacity and authority to do so on behalf of their respective legal entities. SECTION 28 COUNTERPARTS 28.1 Multiple Counterparts. This Agreement may be signed in multiple counterparts, which shall, when executed by all the parties, constitute a single binding agreement. SECTION 29 SEVERABILITY. 29.1 Severability. In case a provision of this Construction Contract is held to be invalid, illegal or unenforceable, the validity, legality and enforceability of the remaining provisions shall not be affected. Invitation for Bid (IFB) Package 20 Rev. January 30, 2017 CONSTRUCTION CONTRACT SECTION 30 STATUTORY AND REGULATORY REFERENCES. 30.1 Amendments to Laws. With respect to any amendments to any statutes or regulations referenced in these Contract Documents, the reference is deemed to be the version in effect on the date that the Contract was awarded by City, unless otherwise required by law. SECTION 31 WORKERS’ COMPENSATION CERTIFICATION. 31.1 Workers Compensation. Pursuant to Labor Code Section 1861, by signing this Contract, Contractor certifies as follows: “I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers’ compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the Work on this Contract.” SECTION 32 DIR REGISTRATION AND OTHER SB 854 REQUIREMENTS. 32.1 General Notice to Contractor. City requires Contractor and its listed subcontractors to comply with the requirements of SB 854. 32.2 Labor Code section 1771.1(a) City provides notice to Contractor of the requirements of California Labor Code section 1771.1(a), which reads: “A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or Section 10164 or 20103.5 of the Public Contract Code, provided the contactor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded.” 32.3 DIR Registration Required. City will not accept a bid proposal from or enter into this Construction Contract with Contractor without proof that Contractor and its listed subcontractors are registered with the California Department of Industrial Relations (“DIR”) to perform public work, subject to limited exceptions. 32.4 Posting of Job Site Notices. City gives notice to Contractor and its listed subcontractors that Contractor is required to post all job site notices prescribed by law or regulation and Contractor is subject to SB 854-compliance monitoring and enforcement by DIR. 32.5 Payroll Records. City requires Contractor and its listed subcontractors to comply with the requirements of Labor Code section 1776, including: Invitation for Bid (IFB) Package 21 Rev. January 30, 2017 CONSTRUCTION CONTRACT (i) Keep accurate payroll records, showing the name, address, social security number, work classification, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed by, respectively, Contractor and its listed subcontractors, in connection with the Project. (ii) The payroll records shall be verified as true and correct and shall be certified and made available for inspection at all reasonable hours at the principal office of Contractor and its listed subcontractors, respectively. (iii) At the request of City, acting by its project manager, Contractor and its listed subcontractors shall make the certified payroll records available for inspection or furnished upon request to the project manager within ten (10) days of receipt of City’s request. City requests Contractor and its listed subcontractors to submit the certified payroll records to the project manager at the end of each week during the Project. (iv) If the certified payroll records are not produced to the project manager within the 10-day period, then Contractor and its listed subcontractors shall be subject to a penalty of one hundred dollars ($100.00) per calendar day, or portion thereof, for each worker, and City shall withhold the sum total of penalties from the progress payment(s) then due and payable to Contractor. This provision supplements the provisions of Section 15 hereof. (v) Inform the project manager of the location of contractor’s and its listed subcontractors’ payroll records (street address, city and county) at the commencement of the Project, and also provide notice to the project manager within five (5) business days of any change of location of those payroll records. SECTION 33 COMPLIANCE WITH CALIFORNIA STATE WATER RESOURCE CONTROL BOARD (SWRCB) CLEAN WATER STATE REVOLVING FUND (CWSRF) PROGRAM 33.1 CWSRF Requirements City requires Contractor to comply with the CWSRF requirements in Exhibit A. 33.2 Department of Labor Wage Determination (as of February 14, 2017) City requires Contractor to comply with the Davis Bacon Act. The Department of Labor Wage Determination as of February 14, 2017 are included at Exhibit B. Invitation for Bid (IFB) Package 22 Rev. January 30, 2017 CONSTRUCTION CONTRACT IN WITNESS WHEREOF, the parties have caused this Construction Contract to be executed the date and year first above written. CITY OF PALO ALTO ____________________________ Purchasing Manager City Manager APPROVED AS TO FORM: ____________________________ City Attorney or designee APPROVED: ____________________________ Public Works Director CONTRACTOR Officer 1 By:___________________________ Name:________________________ Title:__________________________ Date: _________________________ Officer 2 By:___________________________ Name:________________________ Title:__________________________ Date: _________________________ 23 Invitation for Bid (IFB) Package Rev. July 2012 CONSTRUCTION CONTRACT CITY OF PALO ALTO EXHIBIT A CLEAN WATER STATE REVOLVING FUND REQUIREMENTS 1. COMPLIANCE WITH CALIFORNIA STATE WATER RESOURCES CONTROL BOARD (“SWRCB”) CLEAN WATER STATE REVOLVING FUND PROGRAMS (“CWSRF”) LOAN PROGRAM: CONTRACTOR shall comply with the requirements of the CWSRF loan program: A. Davis-Bacon Act Compliance: The project is eligible for federal funding; therefore it will comply, as applicable, with the provisions of the Davis-Bacon Act (40 U.S.C. ϶϶276a to 276a-7), the Copeland Act (40 U.S.C. ϶276c and 18 U.S.C. ϶϶874) and the Contract Work Hours and Safety Standards Act (40 U.S.C. ϶϶ 327-333), regarding labor standards for federally assisted construction sub agreements set forth below. Contractor shall insert in full in any subcontract in excess of $2,000 which is entered into for the actual construction, alteration and/or repair, including painting and decorating, of a treatment work under the CWSRF or a construction project under the DWSRF financed in whole or in part from Federal funds or in accordance with guarantees of a Federal agency or financed from funds obtained by pledge of any contract of a Federal Agency to make a loan, grant or annual contribution (except where a different meaning is expressly indicated), and which is subject to the labor standards provisions of any of the acts listed in § 5.1 or the FY 2014 Consolidated Appropriations Act, the following clauses: (1) Minimum wages. (i) All laborers and mechanics employed or working upon the site of the work will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b) (2) of the Davis- Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph (A) (1) (iv) of this Invitation for Bid (IFB) Package 24 Rev. January 30, 2017 CONSTRUCTION CONTRACT section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in § 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided that the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under paragraph (A)(1)(ii) of this section) and the Davis-Bacon poster (WH-1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. Recipients may obtain wage determinations from the U.S. Department of Labor’s web site, www.dol.gov. (ii)(A) CITY, on behalf of EPA, shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The State award official shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (1) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (2) The classification is utilized in the area by the construction industry; and (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (B) If CONTRACTOR and the laborers and mechanics to be employed in the classification (if known), or their representatives, and CITY agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), documentation of the action taken and the request, including the local wage determination shall be sent by the CITY to the State award official. The State award official will transmit the request, to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Invitation for Bid (IFB) Package 25 Rev. January 30, 2017 CONSTRUCTION CONTRACT Labor, Washington, DC 20210 and to the EPA DB Regional Coordinator concurrently. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification request within 30 days of receipt and so advise the State award official or will notify the State award official within the 30-day period that additional time is necessary. (C) In the event the CONTRACTOR, the laborers or mechanics to be employed in the classification or their representatives, and the CITY do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the award official shall refer the request and the local wage determination, including the views of all interested parties and the recommendation of the State award official, to the Administrator for determination. The request shall be sent to the EPA DB Regional Coordinator concurrently. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt of the request and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (D) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs (A)(1)(ii)(B) or (C) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (iii) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, CONTRACTOR shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (iv) If CONTRACTOR does not make payments to a trustee or other third person, CONTRACTOR may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, provided, that the Secretary of Labor has found, upon the written request of CONTRACTOR, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require CONTRACTOR to set aside in a separate account assets for the meeting of obligations under the plan or program. (2) Withholding. CITY, shall upon written request of the EPA Award Official or an authorized representative of the Department of Labor, withhold or cause to be withheld from the CONTRACTOR under this contract or any Invitation for Bid (IFB) Package 26 Rev. January 30, 2017 CONSTRUCTION CONTRACT other Federal contract with the same prime contractor, or any other federally-assisted contract subject to Davis-Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by CONTRACTOR or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, the EPA may, after written notice to CONTRACTOR, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. (3) Payrolls and basic records. (i) Payrolls and basic records relating thereto shall be maintained by CONTRACTOR during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b) (2)(B) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis-Bacon Act, CONTRACTOR shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (ii)(A) CONTRACTOR shall submit weekly, for each week in which any contract work is performed, a copy of all payrolls to CITY, that is, the entity that receives the sub-grant or loan from the State capitalization grant recipient. Such documentation shall be available on request of the State recipient or EPA. As to each payroll copy received, CITY shall provide Invitation for Bid (IFB) Package 27 Rev. January 30, 2017 CONSTRUCTION CONTRACT written confirmation in a form satisfactory to the State indicating whether or not the project is in compliance with the requirements of 29 CFR 5.5(a)(1) based on the most recent payroll copies for the specified week. The payrolls shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i), except that full social security numbers and home addresses shall not be included on the weekly payrolls. Instead the payrolls shall only need to include an individually identifying number for each employee (e.g., the last four digits of the employee's social security number). The required weekly payroll information may be submitted in any form desired. Optional Form W H- 347 is available for this purpose from the W age and Hour Division Web site at http://www.dol.gov/whd/forms/wh347instr.htm or its successor site. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request to CITY for transmission to the State or EPA if requested by EPA, the State, CONTRACTOR, or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this section for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records, without weekly submission to CITY. (B) Each payroll submitted shall be accompanied by a “Statement of Compliance,” signed by CONTRACTOR or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (1) That the payroll for the payroll period contains the information required to be provided under § 5.5 (a) (3)(ii) of Regulations, 29 CFR part 5, the appropriate information is being maintained under § 5.5 (a)(3)(i) of Regulations, 29 CFR part 5, and that such information is correct and complete; (2) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR part 3; (3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the Invitation for Bid (IFB) Package 28 Rev. January 30, 2017 CONSTRUCTION CONTRACT classification of work performed, as specified in the applicable wage determination incorporated into the contract. (C) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form W H-347 shall satisfy the requirement for submission of the “Statement of Compliance” required by paragraph (A)(3)(ii)(B) of this section. (D) The falsification of any of the above certifications may subject CONTRACTOR or subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 of title 31 of the United States Code. (iii) CONTRACTOR or subcontractor shall make the records required under paragraph (A)(3)(i) of this section available for inspection, copying, or transcription by authorized representatives of the State, EPA or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If CONTRACTOR or subcontractor fails to submit the required records or to make them available, the Federal agency or State may, after written notice to CONTRACTOR, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. (4) Apprentices and Trainees. (i) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship Training, Employer and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Office of Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to CONTRACTOR as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage Invitation for Bid (IFB) Package 29 Rev. January 30, 2017 CONSTRUCTION CONTRACT rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. W here a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the CONTRACTOR’s or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship program, the CONTRACTOR will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (ii) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid Invitation for Bid (IFB) Package 30 Rev. January 30, 2017 CONSTRUCTION CONTRACT not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, CONTRACTOR will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (iii) Equal employment opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR part 30. (5) Compliance with Copeland Act Requirements. CONTRACTOR shall comply with the requirements of 29 CFR part 3, which are incorporated by reference in this contract. (6) Subcontracts. CONTRACTOR shall insert in any subcontracts the clauses contained in 29 CFR 5.5(a)(1) through (10) and such other clauses as the EPA determines may by appropriate, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5. (7) Contract Termination: Debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. (8) Compliance with Davis-Bacon and Related Act Requirements. All rulings and interpretations of the Davis-Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference in this contract. (9) Disputes Concerning Labor Standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between CONTRACTOR (or any of its subcontractors) and CITY, State, EPA, the U.S. Department of Labor, or the employees or their representatives. Invitation for Bid (IFB) Package 31 Rev. January 30, 2017 CONSTRUCTION CONTRACT (10) Certification of Eligibility. (i) By entering into this Agreement, CONTRACTOR certifies that neither it (nor he or she) nor any person or firm who has an interest in CONTRACTOR's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1). (ii) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1). (iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. (11) Contract Work Hours and Safety Standards Act. As used in this paragraph, the terms laborers and mechanics include watchmen and guards. (i) Overtime requirements. As used in this paragraph, the terms laborers and mechanics include watchmen and guards. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (ii) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (11)(i) of this section CONTRACTOR and any subcontractor responsible therefore shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (11)(i) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (11)(i) of this section. (iii) Withholding for unpaid wages and liquidated damages. CITY, upon written request of the EPA Award Official or an authorized Invitation for Bid (IFB) Package 32 Rev. January 30, 2017 CONSTRUCTION CONTRACT representative of the Department of Labor, shall withhold or cause to be withheld, from any moneys payable on account of work performed by CONTRACTOR or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally- assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (b)(2) of this section. (iv) Subcontracts. CONTRACTOR shall insert in any subcontracts the clauses set forth in paragraph (11)(i) through (iv) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (11)(i) through (iv) of this section. (12) CITY shall periodically interview a sufficient number of employees entitled to DB prevailing wages (covered employees) to verify that contractors or subcontractors are paying the appropriate wage rates. As provided in 29 CFR 5.6(a)(6), all interviews must be conducted in confidence. The Recipient must use Standard Form 1445 (SF 1445) or equivalent documentation to memorialize the interviews. Copies of the SF 1445 are available from EPA on request. B. American Iron and Steel Compliance. CONTRACTOR acknowledges to and for the benefit of the City that it understands the goods and services under this Agreement are being funded with monies made available by the CWSRF that have statutory requirements commonly known as “American Iron and Steel;” that requires all of the iron and steel products used in the Project to be produced in the United States (“American Iron and Steel Requirement”) including iron and steel products provided by CONTRACTOR pursuant to this Agreement. CONTRACTOR hereby represents and warrants to and for the benefit of CITY and the State that: (1) CONTRACTOR has reviewed and understands the American Iron and Steel Requirement; (2) All of the iron and steel products used in the Project will be and/or have been produced in the United States in a manner that complies with the American Iron and Steel Requirement, unless a waiver of the requirement is approved; and (3) CONTRACTOR will provide any further verified information, certification or assurance of compliance with this paragraph, or Invitation for Bid (IFB) Package 33 Rev. January 30, 2017 CONSTRUCTION CONTRACT information necessary to support a waiver of the American Iron and Steel Requirement, as may be requested by CITY or the State. Notwithstanding any other provision of this Agreement, any failure to comply with this paragraph by CONTRACTOR shall permit CITY to recover as damages against CONTRACTOR any loss, expense, or cost (including without limitation attorney’s fees) incurred by CITY or the State resulting from any such failure (including without limitation any impairment or loss of funding, whether in whole or in part, from the State or any damages owed to the State by CITY). While CONTRACTOR has no direct contractual privity with the State, as a lender to CITY for the funding of its project, CITY and CONTRACTOR agree that the State is a third-party beneficiary and neither this paragraph (nor any other provision of this Agreement necessary to give this paragraph force or effect) shall be amended or waived without the prior written consent of the State. 34 Invitation for Bid (IFB) Package Rev. July 2012 CONSTRUCTION CONTRACT Exhibit B Department of Labor Wage Determination Available as of February 14, 2017 and issued as Addenda #5 within 10 days of Bid Opening Invitation for Bid (IFB) Package 35 Rev. January 30, 2017 CONSTRUCTION CONTRACT General Decision Number: CA170029 01/27/2017 CA29 Superseded General Decision Number: CA20160029 State: California Construction Types: Building, Heavy (Heavy and Dredging) and Highway Counties: Alameda, Calaveras, Contra Costa, Fresno, Kings, Madera, Mariposa, Merced, Monterey, San Benito, San Francisco, San Joaquin, San Mateo, Santa Clara, Santa Cruz, Stanislaus and Tuolumne Counties in California. BUILDING CONSTRUCTION PROJECTS; DREDGING PROJECTS (does not include hopper dredge work); HEAVY CONSTRUCTION PROJECTS (does not include water well drilling); HIGHWAY CONSTRUCTION PROJECTS Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.20 for calendar year 2017 applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.20 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2017. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/06/2017 1 01/20/2017 2 01/27/2017 ASBE0016-004 01/01/2015 AREA 1: CALAVERAS, FRESNO, KINGS, MADERA, MARIPOSA, MERCED, MONTEREY, SAN BENITO, SAN JOAQUIN, SANTA CRUZ, STANISLAUS & TOULMNE COUNTIES AREA 2: ALAMEDA, CONTRA COSTA, SAN FRANSICO, SAN MATEO & SANTA CLARA COUNTIES Rates Fringes Asbestos Removal worker/hazardous material handler (Includes preparation, wetting, Invitation for Bid (IFB) Package 36 Rev. January 30, 2017 CONSTRUCTION CONTRACT stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not) Area 1......................$ 28.30 7.75 Area 2......................$ 32.38 7.75 ---------------------------------------------------------------- ASBE0016-008 08/01/2016 AREA 1: ALAMEDA, CONTRA COSTA, MONTEREY, SAN BENITO, SAN FRANSICO, SAN MATEO, SANTA CLARA, & SANTA CRUZ AREA 2: CALAVERAS, COLUSA, FRESNO, KINGS, MADERA, MARIPOSA, MERCED, SAN JOAQUIN, STANISLAU, & TUOLUMNE Rates Fringes Asbestos Workers/Insulator (Includes the application of all insulating materials, Protective Coverings, Coatings, and Finishes to all types of mechanical systems) Area 1......................$ 62.36 23.10 Area 2......................$ 46.96 23.10 ---------------------------------------------------------------- BOIL0549-001 01/01/2013 AREA 1: ALAMEDA, CONTRA COSTA, SAN FRANCISCO, SAN MATEO & SANTA CLARA COUNTIES AREA 2: REMAINING COUNTIES Rates Fringes BOILERMAKER Area 1......................$ 42.06 33.43 Area 2......................$ 38.37 31.32 ---------------------------------------------------------------- BRCA0003-001 08/01/2016 Rates Fringes MARBLE FINISHER..................$ 31.17 14.94 ---------------------------------------------------------------- BRCA0003-003 08/01/2016 Rates Fringes MARBLE MASON.....................$ 41.77 26.36 ---------------------------------------------------------------- Invitation for Bid (IFB) Package 37 Rev. January 30, 2017 CONSTRUCTION CONTRACT BRCA0003-005 05/01/2016 Rates Fringes BRICKLAYER ( 1) Fresno, Kings, Madera, Mariposa, Merced....$ 37.04 21.13 ( 7) San Francisco, San Mateo.......................$ 40.89 25.78 ( 8) Alameda, Contra Costa, San Benito, Santa Clara.......................$ 42.70 21.67 ( 9) Calaveras, San Joaquin, Stanislaus, Toulumne....................$ 38.21 20.71 (16) Monterey, Santa Cruz...$ 39.51 23.49 ---------------------------------------------------------------- BRCA0003-008 07/01/2016 Rates Fringes TERRAZZO FINISHER................$ 34.43 16.58 TERRAZZO WORKER/SETTER...........$ 42.41 26.31 ---------------------------------------------------------------- BRCA0003-011 10/01/2016 AREA 1: Alameda, Contra Costa, Monterey, San Benito, San Francisco, San Mateo, Santa Clara, Santa Cruz AREA 2: Calaveras, San Joaquin, Stanislaus, Tuolumne AREA 3: Fresno, Kings, Madera, Mariposa, Merced Rates Fringes TILE FINISHER Area 1......................$ 25.46 14.54 Area 2......................$ 23.31 12.90 Area 3......................$ 23.88 13.68 Tile Layer Area 1......................$ 43.90 16.29 Area 2......................$ 37.71 14.19 Area 3......................$ 34.40 15.59 ---------------------------------------------------------------- CARP0022-001 07/01/2016 San Francisco County Rates Fringes Carpenters Bridge Builder/Highway Carpenter...................$ 44.40 28.20 Hardwood Floorlayer, Invitation for Bid (IFB) Package 38 Rev. January 30, 2017 CONSTRUCTION CONTRACT Shingler, Power Saw Operator, Steel Scaffold & Steel Shoring Erector, Saw Filer.......................$ 44.55 28.20 Journeyman Carpenter........$ 44.40 28.20 Millwright..................$ 44.50 29.79 ---------------------------------------------------------------- CARP0034-001 07/01/2016 Rates Fringes Diver Assistant Tender, ROV Tender/Technician...........$ 43.65 31.40 Diver standby...............$ 48.61 31.40 Diver Tender................$ 47.82 31.40 Diver wet...................$ 93.17 31.40 Manifold Operator (mixed gas)........................$ 52.82 31.40 Manifold Operator (Standby).$ 47.82 31.40 DEPTH PAY (Surface Diving): 050 to 100 ft $2.00 per foot 101 to 150 ft $3.00 per foot 151 to 220 ft $4.00 per foot SATURATION DIVING: The standby rate shall apply until saturation starts. The saturation diving rate applies when divers are under pressure continuously until work task and decompression are complete. The diver rate shall be paid for all saturation hours. DIVING IN ENCLOSURES: Where it is necessary for Divers to enter pipes or tunnels, or other enclosures where there is no vertical ascent, the following premium shall be paid: Distance traveled from entrance 26 feet to 300 feet: $1.00 per foot. When it is necessary for a diver to enter any pipe, tunnel or other enclosure less than 48" in height, the premium will be $1.00 per foot. WORK IN COMBINATION OF CLASSIFICATIONS: Employees working in any combination of classifications within the diving crew (except dive supervisor) in a shift are paid in the classification with the highest rate for that shift. ---------------------------------------------------------------- CARP0034-003 07/01/2014 Rates Fringes Piledriver.......................$ 40.60 30.73 ---------------------------------------------------------------- Invitation for Bid (IFB) Package 39 Rev. January 30, 2017 CONSTRUCTION CONTRACT CARP0035-007 07/01/2016 AREA 1: Alameda, Contra Costa, San Francisco, San Mateo, Santa Clara counties AREA 2: Monterey, San Benito, Santa Cruz Counties AREA 3: Calaveras, Fresno, Kings, Madera, Mariposa, Merced, San Joaquin, Stanislaus, Tuolumne Counties Rates Fringes Modular Furniture Installer Area 1 Installer I................$ 24.91 19.62 Installer II...............$ 21.48 19.63 Lead Installer.............$ 28.36 20.13 Master Installer...........$ 32.58 19.63 Area 2 Installer I................$ 22.26 19.63 Installer II...............$ 19.31 19.63 Lead Installer.............$ 25.23 20.13 Master Installer...........$ 28.86 20.13 Area 3 Installer I................$ 21.31 19.63 Installer II...............$ 18.54 19.63 Lead Installer.............$ 24.11 20.13 Master Installer...........$ 31.13 20.13 ---------------------------------------------------------------- CARP0035-008 08/01/2016 AREA 1: Alameda, Contra Costa, San Francisco, San Mateo, Santa Clara counties AREA 2: Monterey, San Benito, Santa Cruz Counties AREA 3: San Joaquin AREA 4: Calaveras, Fresno, Kings, Madera, Mariposa, Merced, Stanislaus, Tuolumne Counties Rates Fringes Drywall Installers/Lathers: Area 1......................$ 44.40 28.64 Area 2......................$ 38.52 28.64 Area 3......................$ 39.02 28.64 Area 4......................$ 37.67 28.64 Drywall Stocker/Scrapper Area 1......................$ 22.20 16.57 Area 2......................$ 19.26 16.57 Area 3......................$ 19.51 16.57 Area 4......................$ 18.84 16.57 Invitation for Bid (IFB) Package 40 Rev. January 30, 2017 CONSTRUCTION CONTRACT ---------------------------------------------------------------- CARP0152-001 07/01/2016 Contra Costa County Rates Fringes Carpenters Bridge Builder/Highway Carpenter...................$ 44.40 28.20 Hardwood Floorlayer, Shingler, Power Saw Operator, Steel Scaffold & Steel Shoring Erector, Saw Filer.......................$ 44.55 28.20 Journeyman Carpenter........$ 44.40 28.20 Millwright..................$ 44.50 29.79 ---------------------------------------------------------------- CARP0152-002 07/01/2016 San Joaquin County Rates Fringes Carpenters Bridge Builder/Highway Carpenter...................$ 44.40 28.20 Hardwood Floorlayer, Shingler, Power Saw Operator, Steel Scaffold & Steel Shoring Erector, Saw Filer.......................$ 38.67 28.20 Journeyman Carpenter........$ 38.52 28.20 Millwright..................$ 41.02 29.79 ---------------------------------------------------------------- CARP0152-004 07/01/2016 Calaveras, Mariposa, Merced, Stanislaus and Tuolumne Counties Rates Fringes Carpenters Bridge Builder/Highway Carpenter...................$ 44.40 28.20 Hardwood Floorlayer, Shingler, Power Saw Operator, Steel Scaffold & Steel Shoring Erector, Saw Filer.......................$ 37.32 28.20 Journeyman Carpenter........$ 37.17 28.20 Millwright..................$ 39.67 29.79 ---------------------------------------------------------------- CARP0217-001 07/01/2016 San Mateo County Invitation for Bid (IFB) Package 41 Rev. January 30, 2017 CONSTRUCTION CONTRACT Rates Fringes Carpenters Bridge Builder/Highway Carpenter...................$ 44.40 28.20 Hardwood Floorlayer, Shingler, Power Saw Operator, Steel Scaffold & Steel Shoring Erector, Saw Filer.......................$ 44.55 28.20 Journeyman Carpenter........$ 44.40 28.20 Millwright..................$ 44.50 29.79 ---------------------------------------------------------------- CARP0405-001 07/01/2016 Santa Clara County Rates Fringes Carpenters Bridge Builder/Highway Carpenter...................$ 44.40 28.20 Hardwood Floorlayer, Shingler, Power Saw Operator, Steel Scaffold & Steel Shoring Erector, Saw Filer.......................$ 44.55 28.20 Journeyman Carpenter........$ 44.40 28.20 Millwright..................$ 44.50 29.79 ---------------------------------------------------------------- CARP0405-002 07/01/2016 San Benito County Rates Fringes Carpenters Bridge Builder/Highway Carpenter...................$ 44.40 28.20 Hardwood Floorlayer, Shingler, Power Saw Operator, Steel Scaffold & Steel Shoring Erector, Saw Filer.......................$ 38.58 28.20 Journeyman Carpenter........$ 38.52 28.20 Millwright..................$ 41.02 29.79 ---------------------------------------------------------------- CARP0505-001 07/01/2016 Santa Cruz County Rates Fringes Carpenters Invitation for Bid (IFB) Package 42 Rev. January 30, 2017 CONSTRUCTION CONTRACT Bridge Builder/Highway Carpenter...................$ 44.40 28.20 Hardwood Floorlayer, Shingler, Power Saw Operator, Steel Scaffold & Steel Shoring Erector, Saw Filer.......................$ 38.67 28.20 Journeyman Carpenter........$ 38.52 28.20 Millwright..................$ 41.02 29.79 ---------------------------------------------------------------- CARP0605-001 07/01/2016 Monterey County Rates Fringes Carpenters Bridge Builder/Highway Carpenter...................$ 44.40 28.20 Hardwood Floorlayer, Shingler, Power Saw Operator, Steel Scaffold & Steel Shoring Erector, Saw Filer.......................$ 38.67 28.20 Journeyman Carpenter........$ 38.52 28.20 Millwright..................$ 41.02 29.79 ---------------------------------------------------------------- CARP0701-001 07/01/2016 Fresno and Madera Counties Rates Fringes Carpenters Bridge Builder/Highway Carpenter...................$ 44.40 28.20 Hardwood Floorlayer, Shingler, Power Saw Operator, Steel Scaffold & Steel Shoring Erector, Saw Filer.......................$ 37.32 28.20 Journeyman Carpenter........$ 37.17 28.20 Millwright..................$ 39.67 29.79 ---------------------------------------------------------------- CARP0713-001 07/01/2016 Alameda County Rates Fringes Carpenters Bridge Builder/Highway Carpenter...................$ 44.40 28.20 Hardwood Floorlayer, Shingler, Power Saw Invitation for Bid (IFB) Package 43 Rev. January 30, 2017 CONSTRUCTION CONTRACT Operator, Steel Scaffold & Steel Shoring Erector, Saw Filer.......................$ 44.55 28.20 Journeyman Carpenter........$ 44.40 28.20 Millwright..................$ 44.50 29.79 ---------------------------------------------------------------- CARP1109-001 07/01/2016 Kings County Rates Fringes Carpenters Bridge Builder/Highway Carpenter...................$ 44.40 28.20 Hardwood Floorlayer, Shingler, Power Saw Operator, Steel Scaffold & Steel Shoring Erector, Saw Filer.......................$ 37.32 28.20 Journeyman Carpenter........$ 37.17 28.20 Millwright..................$ 39.67 29.79 ---------------------------------------------------------------- ELEC0006-004 12/01/2016 SAN FRANCISCO COUNTY Rates Fringes Sound & Communications Installer...................$ 35.57 3%+18.05 Technician..................$ 40.50 3%+18.05 SCOPE OF WORK: Including any data system whose only function is to transmit or receive information; excluding all other data systems or multiple systems which include control function or power supply; inclusion or exclusion of terminations and testings of conductors determined by their function; excluding fire alarm work when installed in raceways (including wire and cable pulling) and when performed on new or major remodel building projects or jobs for which the conductors for the fire alarm system are installed in conduit; excluding installation of raceway systems, line voltage work, industrial work, life-safety systems (all buildings having floors located more than 75' above the lowest floor level having building access); excluding energy management systems. FOOTNOTE: Fire alarm work when installed in raceways (including wire and cable pulling), on projects which involve new or major remodel building construction, for which the conductors for the fire alarm system are installed in the conduit, shall be performed by the inside electrician. Invitation for Bid (IFB) Package 44 Rev. January 30, 2017 CONSTRUCTION CONTRACT ---------------------------------------------------------------- ELEC0006-007 06/01/2016 SAN FRANCISCO COUNTY Rates Fringes ELECTRICIAN......................$ 64.00 30.38 ---------------------------------------------------------------- ELEC0100-002 07/01/2016 FRESNO, KINGS, AND MADERA COUNTIES Rates Fringes ELECTRICIAN......................$ 36.00 20.63 ---------------------------------------------------------------- ELEC0100-005 12/01/2016 FRESNO, KINGS, MADERA Rates Fringes Communications System Installer...................$ 30.64 3%+17.86 Technician..................$ 34.89 3%+17.86 SCOPE OF WORK Includes the installation testing, service and maintenance, of the following systems which utilize the transmission and/or transference of voice, sound, vision and digital for commercial, education, security and entertainment purposes for the following: TV monitoring and surveillance, background-foreground music, intercom and telephone interconnect, inventory control systems, microwave transmission, multi-media, multiplex, nurse call system, radio page, school intercom and sound, burglar alarms, and low voltage master clock systems. A. SOUND AND VOICE TRANSMISSION/TRANSFERENCE SYSTEMS Background foreground music, Intercom and telephone interconnect systems, Telephone systems Nurse call systems, Radio page systems, School intercom and sound systems, Burglar alarm systems, Low voltage, master clock systems, Multi-media/multiplex systems, Sound and musical entertainment systems, RF systems, Antennas and Wave Guide, B. FIRE ALARM SYSTEMS Installation, wire pulling and testing C. TELEVISION AND VIDEO SYSTEMS Television monitoring and surveillance systems Video security systems, Video entertainment systems, Video educational systems, Microwave transmission systems, CATV and CCTV D. SECURITY SYSTEMS Perimeter security systems Vibration Invitation for Bid (IFB) Package 45 Rev. January 30, 2017 CONSTRUCTION CONTRACT sensor systems Card access systems Access control systems, Sonar/infrared monitoring equipment E. COMMUNICATIONS SYSTEMS THAT TRANSMIT OR RECEIVE INFORMATION AND/OR CONTROL SYSTEMS THAT ARE INTRINSIC TO THE ABOVE LISTED SYSTEMS SCADA (Supervisory Control and Data Acquisition) PCM (Pulse Code Modulation) Inventory Control Systems, Digital Data Systems Broadband and Baseband and Carriers Point of Sale Systems, VSAT Data Systems Data Communication Systems RF and Remote Control Systems, Fiber Optic Data Systems WORK EXCLUDED Raceway systems are not covered (excluding Ladder-Rack for the purpose of the above listed systems). Chases and/or nipples (not to exceed 10 feet) may be installed on open wiring systems. Energy management systems. SCADA (Supervisory Control and Data Acquisition) when not intrinsic to the above listed systems (in the scope). Fire alarm systems when installed in raceways (including wire and cable pulling) shall be performed at the electrician wage rate, when either of the following two (2) conditions apply: 1. The project involves new or major remodel building trades construction. 2. The conductors for the fire alarm system are installed in conduit. ---------------------------------------------------------------- ELEC0234-001 12/25/2016 MONTEREY, SAN BENITO AND SANTA CRUZ COUNTIES Rates Fringes ELECTRICIAN Zone A......................$ 44.65 24.44 Zone B......................$ 49.12 24.57 Zone A: All of Santa Cruz, Monterey, and San Benito Counties within 25 air miles of Highway 1 and Dolan Road in Moss Landing, and an area extending 5 miles east and west of Highway 101 South to the San Luis Obispo County Line Zone B: Any area outside of Zone A ---------------------------------------------------------------- ELEC0234-003 12/01/2015 MONTEREY, SAN BENITO, AND SANTA CRUZ COUNTIES Rates Fringes Sound & Communications Installer...................$ 34.32 17.33 Technician..................$ 37.94 16.30 Invitation for Bid (IFB) Package 46 Rev. January 30, 2017 CONSTRUCTION CONTRACT SCOPE OF WORK: Including any data system whose only function is to transmit or receive information; excluding all other data systems or multiple systems which include control function or power supply; inclusion or exclusion of terminations and testings of conductors determined by their function; excluding fire alarm work when installed in raceways (including wire and cable pulling) and when performed on new or major remodel building projects or jobs for which the conductors for the fire alarm system are installed in conduit; excluding installation of raceway systems, line voltage work, industrial work, life-safety systems (all buildings having floors located more than 75' above the lowest floor level having building access); excluding energy management systems. FOOTNOTE: Fire alarm work when installed in raceways (including wire and cable pulling), on projects which involve new or major remodel building construction, for which the conductors for the fire alarm system are installed in the conduit, shall be performed by the inside electrician. ---------------------------------------------------------------- ELEC0302-001 02/09/2016 CONTRA COSTA COUNTY Rates Fringes CABLE SPLICER....................$ 54.17 26.23 ELECTRICIAN......................$ 47.76 26.03 ---------------------------------------------------------------- ELEC0302-003 12/01/2016 CONTRA COSTA COUNTY Rates Fringes Sound & Communications Installer...................$ 35.07 18.05 Technician..................$ 39.93 18.20 SCOPE OF WORK: Including any data system whose only function is to transmit or receive information; excluding all other data systems or multiple systems which include control function or power supply; inclusion or exclusion of terminations and testings of conductors determined by their function; excluding fire alarm work when installed in raceways (including wire and cable pulling) and when performed on new or major remodel building projects or jobs for which the conductors for the fire alarm system are installed in conduit; excluding installation of raceway systems, line voltage work, industrial work, life-safety systems (all buildings having floors located more than 75' Invitation for Bid (IFB) Package 47 Rev. January 30, 2017 CONSTRUCTION CONTRACT above the lowest floor level having building access); excluding energy management systems. FOOTNOTE: Fire alarm work when installed in raceways (including wire and cable pulling), on projects which involve new or major remodel building construction, for which the conductors for the fire alarm system are installed in the conduit, shall be performed by the inside electrician. ---------------------------------------------------------------- ELEC0332-001 05/30/2016 SANTA CLARA COUNTY Rates Fringes CABLE SPLICER....................$ 67.87 33.28 ELECTRICIAN......................$ 59.02 32.75 FOOTNOTES: Work under compressed air or where gas masks are required, orwork on ladders, scaffolds, stacks, "Bosun's chairs," or other structures and where the workers are not protected by permanent guard rails at a distance of 40 to 60 ft. from the ground or supporting structures: to be paid one and one-half times the straight-time rate of pay. Work on structures of 60 ft. or over (as described above): to be paid twice the straight-time rate of pay. ---------------------------------------------------------------- ELEC0332-003 11/30/2015 SANTA CLARA COUNTY Rates Fringes Sound & Communications Installer...................$ 34.32 17.33 Technician..................$ 39.08 17.47 SCOPE OF WORK: Including any data system whose only function is to transmit or receive information; excluding all other data systems or multiple systems which include control function or power supply; inclusion or exclusion of terminations and testings of conductors determined by their function; excluding fire alarm work when installed in raceways (including wire and cable pulling) and when performed on new or major remodel building projects or jobs for which the conductors for the fire alarm system are installed in conduit; excluding installation of raceway systems, line voltage work, industrial work, life-safety systems (all buildings having floors located more than 75' above the lowest floor level having building access); excluding energy management systems. Invitation for Bid (IFB) Package 48 Rev. January 30, 2017 CONSTRUCTION CONTRACT FOOTNOTE: Fire alarm work when installed in raceways (including wire and cable pulling), on projects which involve new or major remodel building construction, for which the conductors for the fire alarm system are installed in the conduit, shall be performed by the inside electrician. ---------------------------------------------------------------- ELEC0595-001 06/01/2016 ALAMEDA COUNTY Rates Fringes CABLE SPLICER....................$ 58.95 34.14 ELECTRICIAN......................$ 52.40 33.95 ---------------------------------------------------------------- ELEC0595-002 06/01/2016 CALAVERAS AND SAN JOAQUIN COUNTIES Rates Fringes CABLE SPLICER....................$ 39.66 26.33 ELECTRICIAN (1) Tunnel work.............$ 37.01 26.33 (2) All other work.........$ 35.25 26.33 ---------------------------------------------------------------- ELEC0595-006 12/01/2016 ALAMEDA COUNTY Rates Fringes Sound & Communications Installer...................$ 35.07 3%+17.55 Technician..................$ 39.93 3%+17.55 SCOPE OF WORK: Including any data system whose only function is to transmit or receive information; excluding all other data systems or multiple systems which include control function or power supply; inclusion or exclusion of terminations and testings of conductors determined by their function; excluding fire alarm work when installed in raceways (including wire and cable pulling) and when performed on new or major remodel building projects or jobs for which the conductors for the fire alarm system are installed in conduit; excluding installation of raceway systems, line voltage work, industrial work, life-safety systems (all buildings having floors located more than 75' above the lowest floor level having building access); excluding energy management systems. FOOTNOTE: Fire alarm work when installed in raceways (including wire and cable pulling), on projects which Invitation for Bid (IFB) Package 49 Rev. January 30, 2017 CONSTRUCTION CONTRACT involve new or major remodel building construction, for which the conductors for the fire alarm system are installed in the conduit, shall be performed by the inside electrician. ---------------------------------------------------------------- ELEC0595-008 12/01/2016 CALAVERAS AND SAN JOAQUIN COUNTIES Rates Fringes Communications System Installer...................$ 30.64 3%+17.55 Technician..................$ 34.89 3%+17.55 SCOPE OF WORK: Including any data system whose only function is to transmit or receive information; excluding all other data systems or multiple systems which include control function or power supply; inclusion or exclusion of terminations and testings of conductors determined by their function; excluding fire alarm work when installed in raceways (including wire and cable pulling) and when performed on new or major remodel building projects or jobs for which the conductors for the fire alarm system are installed in conduit; excluding installation of raceway systems, line voltage work, industrial work, life-safety systems (all buildings having floors located more than 75' above the lowest floor level having building access); excluding energy management systems. FOOTNOTE: Fire alarm work when installed in raceways (including wire and cable pulling), on projects which involve new or major remodel building construction, for which the conductors for the fire alarm system are installed in the conduit, shall be performed by the inside electrician. ---------------------------------------------------------------- ELEC0617-001 06/01/2016 SAN MATEO COUNTY Rates Fringes ELECTRICIAN......................$ 55.30 32.19 ---------------------------------------------------------------- ELEC0617-003 12/01/2016 SAN MATEO COUNTY Rates Fringes Sound & Communications Installer...................$ 35.07 18.86 Invitation for Bid (IFB) Package 50 Rev. January 30, 2017 CONSTRUCTION CONTRACT Technician..................$ 39.93 18.86 SCOPE OF WORK: Including any data system whose only function is to transmit or receive information; excluding all other data systems or multiple systems which include control function or power supply; inclusion or exclusion of terminations and testings of conductors determined by their function; excluding fire alarm work when installed in raceways (including wire and cable pulling) and when performed on new or major remodel building projects or jobs for which the conductors for the fire alarm system are installed in conduit; excluding installation of raceway systems, line voltage work, industrial work, life-safety systems (all buildings having floors located more than 75' above the lowest floor level having building access); excluding energy management systems. FOOTNOTE: Fire alarm work when installed in raceways (including wire and cable pulling), on projects which involve new or major remodel building construction, for which the conductors for the fire alarm system are installed in the conduit, shall be performed by the inside electrician. ---------------------------------------------------------------- ELEC0684-001 12/01/2016 MARIPOSA, MERCED, STANISLAUS AND TUOLUMNE COUNTIES Rates Fringes ELECTRICIAN......................$ 36.40 3%+20.73 CABLE SPLICER = 110% of Journeyman Electrician ---------------------------------------------------------------- ELEC0684-004 12/01/2016 MARIPOSA, MERCED, STANISLAUS AND TUOLUMNE COUNTIES Rates Fringes Communications System Installer...................$ 30.64 3%+17.86 Technician..................$ 34.89 3%+17.86 SCOPE OF WORK: Including any data system whose only function is to transmit or receive information; excluding all other data systems or multiple systems which include control function or power supply; inclusion or exclusion of terminations and testings of conductors determined by their function; excluding fire alarm work when installed in raceways (including wire and cable pulling) and when performed on new or major remodel building projects or jobs for which the conductors for the fire alarm system are installed in conduit; excluding installation of raceway Invitation for Bid (IFB) Package 51 Rev. January 30, 2017 CONSTRUCTION CONTRACT systems, line voltage work, industrial work, life-safety systems (all buildings having floors located more than 75' above the lowest floor level having building access); excluding energy management systems. FOOTNOTE: Fire alarm work when installed in raceways (including wire and cable pulling), on projects which involve new or major remodel building construction, for which the conductors for the fire alarm system are installed in the conduit, shall be performed by the inside electrician. ---------------------------------------------------------------- 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 ---------------------------------------------------------------- * ELEV0008-001 01/01/2017 Rates Fringes ELEVATOR MECHANIC................$ 63.44 31.585 FOOTNOTE: PAID VACATION: Employer contributes 8% of regular hourly rate as vacation pay credit for employees with more than 5 years of service, and 6% for 6 months to 5 years of service. PAID HOLIDAYS: New Years Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, Friday after Thanksgiving, and Christmas Day. ---------------------------------------------------------------- ENGI0003-008 07/01/2013 Rates Fringes Dredging: (DREDGING: Invitation for Bid (IFB) Package 52 Rev. January 30, 2017 CONSTRUCTION CONTRACT CLAMSHELL & DIPPER DREDGING; HYDRAULIC SUCTION DREDGING:) AREA 1: (1) Leverman...............$ 40.53 27.81 (2) Dredge Dozer; Heavy duty repairman.............$ 35.57 27.81 (3) Booster Pump Operator; Deck Engineer; Deck mate; Dredge Tender; Winch Operator...................$ 34.45 27.81 (4) Bargeman; Deckhand; Fireman; Leveehand; Oiler..$ 31.15 27.81 AREA 2: (1) Leverman...............$ 42.53 27.81 (2) Dredge Dozer; Heavy duty repairman.............$ 37.57 27.81 (3) Booster Pump Operator; Deck Engineer; Deck mate; Dredge Tender; Winch Operator...................$ 36.45 27.81 (4) Bargeman; Deckhand; Fireman; Leveehand; Oiler..$ 33.15 27.81 AREA DESCRIPTIONS AREA 1: ALAMEDA,BUTTE, CONTRA COSTA, KINGS, MARIN, MERCED, NAPA, SACRAMENTO, SAN BENITO, SAN FRANCISCO, SAN JOAQUIN, SAN MATEO, SANTA CLARA, SANTA CRUZ, SOLANO, STANISLAUS, SUTTER, YOLO, AND YUBA COUNTIES AREA 2: MODOC COUNTY THE REMAINGING COUNTIES ARE SPLIT BETWEEN AREA 1 AND AREA 2 AS NOTED BELOW: ALPINE COUNTY: Area 1: Northernmost part Area 2: Remainder CALAVERAS COUNTY: Area 1: Remainder Area 2: Eastern part COLUSA COUNTY: Area 1: Eastern part Area 2: Remainder ELDORADO COUNTY: Area 1: North Central part Area 2: Remainder FRESNO COUNTY: Area 1: Remainder Invitation for Bid (IFB) Package 53 Rev. January 30, 2017 CONSTRUCTION CONTRACT Area 2: Eastern part GLENN COUNTY: Area 1: Eastern part Area 2: Remainder LASSEN COUNTY: Area 1: Western part along the Southern portion of border with Shasta County Area 2: Remainder MADERA COUNTY: Area 1: Except Eastern part Area 2: Eastern part MARIPOSA COUNTY Area 1: Except Eastern part Area 2: Eastern part MONTERREY COUNTY Area 1: Except Southwestern part Area 2: Southwestern part NEVADA COUNTY: Area 1: All but the Northern portion along the border of Sierra County Area 2: Remainder PLACER COUNTY: Area 1: Al but the Central portion Area 2: Remainder PLUMAS COUNTY: Area 1: Western portion Area 2: Remainder SHASTA COUNTY: Area 1: All but the Northeastern corner Area 2: Remainder SIERRA COUNTY: Area 1: Western part Area 2: Remainder SISKIYOU COUNTY: Area 1: Central part Area 2: Remainder SONOMA COUNTY: Area 1: All but the Northwestern corner Area 2: Remainder TEHAMA COUNTY: Area 1: All but the Western border with Mendocino & Trinity Counties Invitation for Bid (IFB) Package 54 Rev. January 30, 2017 CONSTRUCTION CONTRACT Area 2: Remainder TRINITY COUNTY: Area 1: East Central part and the Northeastern border with Shasta County Area 2: Remainder TUOLUMNE COUNTY: Area 1: Except Eastern part Area 2: Eastern part ---------------------------------------------------------------- ENGI0003-018 06/30/2014 "AREA 1" WAGE RATES ARE LISTED BELOW "AREA 2" RECEIVES AN ADDITIONAL $2.00 PER HOUR ABOVE AREA 1 RATES. SEE AREA DEFINITIONS BELOW Rates Fringes OPERATOR: Power Equipment (AREA 1:) GROUP 1.....................$ 39.85 27.44 GROUP 2.....................$ 38.32 27.44 GROUP 3.....................$ 36.84 27.44 GROUP 4.....................$ 35.46 27.44 GROUP 5.....................$ 34.19 27.44 GROUP 6.....................$ 32.87 27.44 GROUP 7.....................$ 31.73 27.44 GROUP 8.....................$ 30.59 27.44 GROUP 8-A...................$ 28.38 27.44 OPERATOR: Power Equipment (Cranes and Attachments - AREA 1:) GROUP 1 Cranes.....................$ 40.73 27.44 Oiler......................$ 33.76 27.44 Truck crane oiler..........$ 37.33 27.44 GROUP 2 Cranes.....................$ 38.97 27.44 Oiler......................$ 33.50 27.44 Truck crane oiler..........$ 37.04 27.44 GROUP 3 Cranes.....................$ 37.23 27.44 Hydraulic..................$ 32.87 27.44 Oiler......................$ 33.26 27.44 Truck Crane Oiler..........$ 36.77 27.44 GROUP 4 Cranes.....................$ 34.19 27.44 OPERATOR: Power Equipment (Piledriving - AREA 1:) Invitation for Bid (IFB) Package 55 Rev. January 30, 2017 CONSTRUCTION CONTRACT GROUP 1 Lifting devices............$ 41.07 27.44 Oiler......................$ 31.81 27.44 Truck crane oiler..........$ 34.09 27.44 GROUP 2 Lifting devices............$ 39.25 27.44 Oiler......................$ 31.54 27.44 Truck Crane Oiler..........$ 33.84 27.44 GROUP 3 Lifting devices............$ 37.57 27.44 Oiler......................$ 31.32 27.44 Truck Crane Oiler..........$ 33.55 27.44 GROUP 4 Lifting devices............$ 35.80 27.44 GROUP 5 Lifting devices............$ 34.50 27.44 GROUP 6 Lifting devices............$ 33.16 27.44 OPERATOR: Power Equipment (Steel Erection - AREA 1:) GROUP 1 Cranes.....................$ 41.70 27.44 Oiler......................$ 32.15 27.44 Truck Crane Oiler..........$ 34.38 27.44 GROUP 2 Cranes.....................$ 39.93 27.44 Oiler......................$ 31.88 27.44 Truck Crane Oiler..........$ 34.16 27.44 GROUP 3 Cranes.....................$ 38.45 27.44 Hydraulic..................$ 32.67 27.44 Oiler......................$ 31.66 27.44 Truck Crane Oiler..........$ 33.89 27.44 GROUP 4 Cranes.....................$ 36.43 27.44 GROUP 5 Cranes.....................$ 35.13 27.44 OPERATOR: Power Equipment (Tunnel and Underground Work - AREA 1:) SHAFTS, STOPES, RAISES: GROUP 1....................$ 35.95 27.44 GROUP 1-A..................$ 38.32 27.44 GROUP 2....................$ 34.59 27.44 GROUP 3....................$ 33.36 27.44 GROUP 4....................$ 32.22 27.44 GROUP 5....................$ 31.08 27.44 UNDERGROUND: GROUP 1....................$ 35.85 27.44 GROUP 1-A..................$ 38.32 27.44 GROUP 2....................$ 34.59 27.44 GROUP 3....................$ 33.26 27.44 GROUP 4....................$ 32.12 27.44 GROUP 5....................$ 30.98 27.44 Invitation for Bid (IFB) Package 56 Rev. January 30, 2017 CONSTRUCTION CONTRACT FOOTNOTE: Work suspended by ropes or cables, or work on a Yo-Yo Cat: $.60 per hour additional. POWER EQUIPMENT OPERATOR CLASSIFICATIONS GROUP 1: Operator of helicopter (when used in erection work); Hydraulic excavator, 7 cu. yds. and over; Power shovels, over 7 cu. yds. GROUP 2: Highline cableway; Hydraulic excavator, 3-1/2 cu. yds. up to 7 cu. yds.; Licensed construction work boat operator, on site; Power blade operator (finish); Power shovels, over 1 cu. yd. up to and including 7 cu. yds. m.r.c. GROUP 3: Asphalt milling machine; Cable backhoe; Combination backhoe and loader over 3/4 cu. yds.; Continuous flight tie back machine assistant to engineer or mechanic; Crane mounted continuous flight tie back machine, tonnage to apply; Crane mounted drill attachment, tonnage to apply; Dozer, slope brd; Gradall; Hydraulic excavator, up to 3 1/2 cu. yds.; Loader 4 cu. yds. and over; Long reach excavator; Multiple engine scraper (when used as push pull); Power shovels, up to and including 1 cu. yd.; Pre-stress wire wrapping machine; Side boom cat, 572 or larger; Track loader 4 cu. yds. and over; Wheel excavator (up to and including 750 cu. yds. per hour) GROUP 4: Asphalt plant engineer/box person; Chicago boom; Combination backhoe and loader up to and including 3/4 cu. yd.; Concrete batch plant (wet or dry); Dozer and/or push cat; Pull- type elevating loader; Gradesetter, grade checker (GPS, mechanical or otherwise); Grooving and grinding machine; Heading shield operator; Heavy-duty drilling equipment, Hughes, LDH, Watson 3000 or similar; Heavy-duty repairperson and/or welder; Lime spreader; Loader under 4 cu. yds.; Lubrication and service engineer (mobile and grease rack); Mechanical finishers or spreader machine (asphalt, Barber-Greene and similar); Miller Formless M-9000 slope paver or similar; Portable crushing and screening plants; Power blade support; Roller operator, asphalt; Rubber-tired scraper, self-loading (paddle-wheels, etc.); Rubber- tired earthmoving equipment (scrapers); Slip form paver (concrete); Small tractor with drag; Soil stabilizer (P & H or equal); Spider plow and spider puller; Tubex pile rig; Unlicensed constuction work boat operator, on site; Timber skidder; Track loader up to 4 yds.; Tractor-drawn scraper; Tractor, compressor drill combination; Welder; Woods-Mixer (and other similar Pugmill equipment) GROUP 5: Cast-in-place pipe laying machine; Combination slusher and motor operator; Concrete conveyor or concrete pump, truck or equipment mounted; Concrete conveyor, Invitation for Bid (IFB) Package 57 Rev. January 30, 2017 CONSTRUCTION CONTRACT building site; Concrete pump or pumpcrete gun; Drilling equipment, Watson 2000, Texoma 700 or similar; Drilling and boring machinery, horizontal (not to apply to waterliners, wagon drills or jackhammers); Concrete mixer/all; Person and/or material hoist; Mechanical finishers (concrete) (Clary, Johnson, Bidwell Bridge Deck or similar types); Mechanical burm, curb and/or curb and gutter machine, concrete or asphalt); Mine or shaft hoist; Portable crusher; Power jumbo operator (setting slip-forms, etc., in tunnels); Screed (automatic or manual); Self-propelled compactor with dozer; Tractor with boom D6 or smaller; Trenching machine, maximum digging capacity over 5 ft. depth; Vermeer T-600B rock cutter or similar GROUP 6: Armor-Coater (or similar); Ballast jack tamper; Boom- type backfilling machine; Assistant plant engineer; Bridge and/or gantry crane; Chemical grouting machine, truck-mounted; Chip spreading machine operator; Concrete saw (self-propelled unit on streets, highways, airports and canals); Deck engineer; Drilling equipment Texoma 600, Hughes 200 Series or similar up to and including 30 ft. m.r.c.; Drill doctor; Helicopter radio operator; Hydro-hammer or similar; Line master; Skidsteer loader, Bobcat larger than 743 series or similar (with attachments); Locomotive; Lull hi-lift or similar; Oiler, truck mounted equipment; Pavement breaker, truck-mounted, with compressor combination; Paving fabric installation and/or laying machine; Pipe bending machine (pipelines only); Pipe wrapping machine (tractor propelled and supported); Screed (except asphaltic concrete paving); Self- propelled pipeline wrapping machine; Tractor; Self-loading chipper; Concrete barrier moving machine GROUP 7: Ballast regulator; Boom truck or dual-purpose A-frame truck, non-rotating - under 15 tons; Cary lift or similar; Combination slurry mixer and/or cleaner; Drilling equipment, 20 ft. and under m.r.c.; Firetender (hot plant); Grouting machine operator; Highline cableway signalperson; Stationary belt loader (Kolman or similar); Lift slab machine (Vagtborg and similar types); Maginnes internal full slab vibrator; Material hoist (1 drum); Mechanical trench shield; Pavement breaker with or without compressor combination); Pipe cleaning machine (tractor propelled and supported); Post driver; Roller (except asphalt); Chip Seal; Self-propelled automatically applied concrete curing mahcine (on streets, highways, airports and canals); Self-propelled compactor (without dozer); Signalperson; Slip-form pumps (lifting device for concrete forms); Tie spacer; Tower mobile; Trenching machine, maximum digging capacity up to and including 5 ft. depth; Truck- type loader GROUP 8: Bit sharpener; Boiler tender; Box operator; Brakeperson; Combination mixer and compressor (shotcrete/gunite); Compressor operator; Deckhand; Fire tender; Forklift (under 20 ft.); Generator; Invitation for Bid (IFB) Package 58 Rev. January 30, 2017 CONSTRUCTION CONTRACT Gunite/shotcrete equipment operator; Hydraulic monitor; Ken seal machine (or similar); Mixermobile; Oiler; Pump operator; Refrigeration plant; Reservoir-debris tug (self- propelled floating); Ross Carrier (construction site); Rotomist operator; Self-propelled tape machine; Shuttlecar; Self-propelled power sweeper operator (includes vacuum sweeper); Slusher operator; Surface heater; Switchperson; Tar pot firetender; Tugger hoist, single drum; Vacuum cooling plant; Welding machine (powered other than by electricity) GROUP 8-A: Elevator operator; Skidsteer loader-Bobcat 743 series or smaller, and similar (without attachments); Mini excavator under 25 H.P. (backhoe-trencher); Tub grinder wood chipper ---------------------------------------------------------- ALL CRANES AND ATTACHMENTS GROUP 1: Clamshell and dragline over 7 cu. yds.; Crane, over 100 tons; Derrick, over 100 tons; Derrick barge pedestal-mounted, over 100 tons; Self-propelled boom-type lifting device, over 100 tons GROUP 2: Clamshell and dragline over 1 cu. yd. up to and including 7 cu. yds.; Crane, over 45 tons up to and including 100 tons; Derrick barge, 100 tons and under; Self-propelled boom-type lifting device, over 45 tons; Tower crane GROUP 3: Clamshell and dragline up to and including 1 cu. yd.; Cranes 45 tons and under; Self-propelled boom-type lifting device 45 tons and under; GROUP 4: Boom Truck or dual purpose A-frame truck, non-rotating over 15 tons; Truck-mounted rotating telescopic boom type lifting device, Manitex or similar (boom truck) over 15 tons; Truck-mounted rotating telescopic boom type lifting device, Manitex or similar (boom truck) - under 15 tons; ----------------------------------------------------------- PILEDRIVERS GROUP 1: Derrick barge pedestal mounted over 100 tons; Clamshell over 7 cu. yds.; Self-propelled boom-type lifting device over 100 tons; Truck crane or crawler, land or barge mounted over 100 tons GROUP 2: Derrick barge pedestal mounted 45 tons to and including 100 tons; Clamshell up to and including 7 cu. yds.; Self-propelled boom-type lifting device over 45 tons; Truck crane or crawler, land or barge mounted, over 45 tons Invitation for Bid (IFB) Package 59 Rev. January 30, 2017 CONSTRUCTION CONTRACT up to and including 100 tons; Fundex F-12 hydraulic pile rig GROUP 3: Derrick barge pedestal mounted under 45 tons; Self- propelled boom-type lifting device 45 tons and under; Skid/scow piledriver, any tonnage; Truck crane or crawler, land or barge mounted 45 tons and under GROUP 4: Assistant operator in lieu of assistant to engineer; Forklift, 10 tons and over; Heavy-duty repairperson/welder GROUP 5: Deck engineer GROUP 6: Deckhand; Fire tender ------------------------------------------------------------- STEEL ERECTORS GROUP 1: Crane over 100 tons; Derrick over 100 tons; Self- propelled boom-type lifting device over 100 tons GROUP 2: Crane over 45 tons to 100 tons; Derrick under 100 tons; Self-propelled boom-type lifting device over 45 tons to 100 tons; Tower crane GROUP 3: Crane, 45 tons and under; Self-propelled boom-type lifting device, 45 tons and under GROUP 4: Chicago boom; Forklift, 10 tons and over; Heavy-duty repair person/welder GROUP 5: Boom cat -------------------------------------------------------------- -- TUNNEL AND UNDERGROUND WORK GROUP 1-A: Tunnel bore machine operator, 20' diameter or more GROUP 1: Heading shield operator; Heavy-duty repairperson; Mucking machine (rubber tired, rail or track type); Raised bore operator (tunnels); Tunnel mole bore operator GROUP 2: Combination slusher and motor operator; Concrete pump or pumpcrete gun; Power jumbo operator GROUP 3: Drill doctor; Mine or shaft hoist GROUP 4: Combination slurry mixer cleaner; Grouting Machine operator; Motorman GROUP 5: Bit Sharpener; Brakeman; Combination mixer and compressor (gunite); Compressor operator; Oiler; Pump Invitation for Bid (IFB) Package 60 Rev. January 30, 2017 CONSTRUCTION CONTRACT operator; Slusher operator ----------------------------------------------------------- AREA DESCRIPTIONS: POWER EQUIPMENT OPERATORS, CRANES AND ATTACHMENTS,TUNNEL AND UNDERGROUND [These areas do not apply to Piledrivers and Steel Erectors] AREA 1: ALAMEDA, BUTTE, CONTRA COSTA, KINGS, MARIN, MERCED, NAPA, SACRAMENTO, SAN BENITO, SAN FRANCISCO, SAN JOAQUIN, SAN MATEO, SANTA CLARA, SANTA CRUZ, SOLANO, STANISLAUS, SUTTER, YOLO, AND YUBA COUNTIES AREA 2 - MODOC COUNTY THE REMAINING COUNTIES ARE SPLIT BETWEEN AREA 1 AND AREA 2 AS NOTED BELOW: ALPINE COUNTY: Area 1: Northernmost part Area 2: Remainder CALAVERAS COUNTY: Area 1: Except Eastern part Area 2: Eastern part COLUSA COUNTY: Area 1: Eastern part Area 2: Remainder DEL NORTE COUNTY: Area 1: Extreme Southwestern corner Area 2: Remainder ELDORADO COUNTY: Area 1: North Central part Area 2: Remainder FRESNO COUNTY Area 1: Except Eastern part Area 2: Eastern part GLENN COUNTY: Area 1: Eastern part Area 2: Remainder HUMBOLDT COUNTY: Area 1: Except Eastern and Southwestern parts Area 2: Remainder LAKE COUNTY: Area 1: Southern part Area 2: Remainder Invitation for Bid (IFB) Package 61 Rev. January 30, 2017 CONSTRUCTION CONTRACT LASSEN COUNTY: Area 1: Western part along the Southern portion of border with Shasta County Area 2: Remainder MADERA COUNTY Area 1: Remainder Area 2: Eastern part MARIPOSA COUNTY Area 1: Remainder Area 2: Eastern part MENDOCINO COUNTY: Area 1: Central and Southeastern parts Area 2: Remainder MONTEREY COUNTY Area 1: Remainder Area 2: Southwestern part NEVADA COUNTY: Area 1: All but the Northern portion along the border of Sierra County Area 2: Remainder PLACER COUNTY: Area 1: All but the Central portion Area 2: Remainder PLUMAS COUNTY: Area 1: Western portion Area 2: Remainder SHASTA COUNTY: Area 1: All but the Northeastern corner Area 2: Remainder SIERRA COUNTY: Area 1: Western part Area 2: Remainder SISKIYOU COUNTY: Area 1: Central part Area 2: Remainder SONOMA COUNTY: Area 1: All but the Northwestern corner Area 2: Reaminder TEHAMA COUNTY: Area 1: All but the Western border with mendocino & Trinity Counties Area 2: Remainder Invitation for Bid (IFB) Package 62 Rev. January 30, 2017 CONSTRUCTION CONTRACT TRINITY COUNTY: Area 1: East Central part and the Northeaster border with Shasta County Area 2: Remainder TULARE COUNTY; Area 1: Remainder Area 2: Eastern part TUOLUMNE COUNTY: Area 1: Remainder Area 2: Eastern Part ---------------------------------------------------------------- ENGI0003-019 07/01/2013 SEE AREA DESCRIPTIONS BELOW Rates Fringes OPERATOR: Power Equipment (LANDSCAPE WORK ONLY) GROUP 1 AREA 1.....................$ 29.64 25.71 AREA 2.....................$ 31.64 25.71 GROUP 2 AREA 1.....................$ 26.04 25.71 AREA 2.....................$ 28.04 25.71 GROUP 3 AREA 1.....................$ 21.43 25.71 AREA 2.....................$ 23.43 25.71 GROUP DESCRIPTIONS: GROUP 1: Landscape Finish Grade Operator: All finish grade work regardless of equipment used, and all equipment with a rating more than 65 HP. GROUP 2: Landscape Operator up to 65 HP: All equipment with a manufacturer's rating of 65 HP or less except equipment covered by Group 1 or Group 3. The following equipment shall be included except when used for finish work as long as manufacturer's rating is 65 HP or less: A-Frame and Winch Truck, Backhoe, Forklift, Hydragraphic Seeder Machine, Roller, Rubber-Tired and Track Earthmoving Equipment, Skiploader, Straw Blowers, and Trencher 31 HP up to 65 HP. GROUP 3: Landscae Utility Operator: Small Rubber-Tired Tractor, Trencher Under 31 HP. AREA DESCRIPTIONS: AREA 1: ALAMEDA, BUTTE, CONTRA COSTA, KINGS, MARIN, MERCED, NAPA, SACRAMENTO, SAN BENITO, SAN FRANCISCO, SAN JOAQUIN, Invitation for Bid (IFB) Package 63 Rev. January 30, 2017 CONSTRUCTION CONTRACT SAN MATEO, SANTA CLARA, SANTA CRUZ, SOLANO, STANISLAUS, SUTTER, YOLO, AND YUBA COUNTIES AREA 2 - MODOC COUNTY THE REMAINING COUNTIES ARE SPLIT BETWEEN AREA 1 AND AREA 2 AS NOTED BELOW: ALPINE COUNTY: Area 1: Northernmost part Area 2: Remainder CALAVERAS COUNTY: Area 1: Except Eastern part Area 2: Eastern part COLUSA COUNTY: Area 1: Eastern part Area 2: Remainder DEL NORTE COUNTY: Area 1: Extreme Southwestern corner Area 2: Remainder ELDORADO COUNTY: Area 1: North Central part Area 2: Remainder FRESNO COUNTY Area 1: Except Eastern part Area 2: Eastern part GLENN COUNTY: Area 1: Eastern part Area 2: Remainder HUMBOLDT COUNTY: Area 1: Except Eastern and Southwestern parts Area 2: Remainder LAKE COUNTY: Area 1: Southern part Area 2: Remainder LASSEN COUNTY: Area 1: Western part along the Southern portion of border with Shasta County Area 2: Remainder MADERA COUNTY Area 1: Remainder Area 2: Eastern part MARIPOSA COUNTY Area 1: Remainder Invitation for Bid (IFB) Package 64 Rev. January 30, 2017 CONSTRUCTION CONTRACT Area 2: Eastern part MENDOCINO COUNTY: Area 1: Central and Southeastern parts Area 2: Remainder MONTEREY COUNTY Area 1: Remainder Area 2: Southwestern part NEVADA COUNTY: Area 1: All but the Northern portion along the border of Sierra County Area 2: Remainder PLACER COUNTY: Area 1: All but the Central portion Area 2: Remainder PLUMAS COUNTY: Area 1: Western portion Area 2: Remainder SHASTA COUNTY: Area 1: All but the Northeastern corner Area 2: Remainder SIERRA COUNTY: Area 1: Western part Area 2: Remainder SISKIYOU COUNTY: Area 1: Central part Area 2: Remainder SONOMA COUNTY: Area 1: All but the Northwestern corner Area 2: Reaminder TEHAMA COUNTY: Area 1: All but the Western border with mendocino & Trinity Counties Area 2: Remainder TRINITY COUNTY: Area 1: East Central part and the Northeaster border with Shasta County Area 2: Remainder TULARE COUNTY; Area 1: Remainder Area 2: Eastern part TUOLUMNE COUNTY: Area 1: Remainder Invitation for Bid (IFB) Package 65 Rev. January 30, 2017 CONSTRUCTION CONTRACT Area 2: Eastern Part ---------------------------------------------------------------- IRON0377-002 07/01/2016 Rates Fringes Ironworkers: Fence Erector...............$ 28.33 20.64 Ornamental, Reinforcing and Structural..............$ 34.75 29.20 PREMIUM PAY: $6.00 additional per hour at the following locations: China Lake Naval Test Station, Chocolate Mountains Naval Reserve-Niland, Edwards AFB, Fort Irwin Military Station, Fort Irwin Training Center-Goldstone, San Clemente Island, San Nicholas Island, Susanville Federal Prison, 29 Palms - Marine Corps, U.S. Marine Base - Barstow, U.S. Naval Air Facility - Sealey, Vandenberg AFB $4.00 additional per hour at the following locations: Army Defense Language Institute - Monterey, Fallon Air Base, Naval Post Graduate School - Monterey, Yermo Marine Corps Logistics Center $2.00 additional per hour at the following locations: Port Hueneme, Port Mugu, U.S. Coast Guard Station - Two Rock ---------------------------------------------------------------- LABO0067-002 06/27/2016 AREA "A" - ALAMEDA, CONTRA COSTA, MARIN, SAN FRANCISCO, SAN MATEO AND SANTA CLARA COUNTIES AREA "B" - ALPINE, AMADOR, BUTTE, CALAVERAS, COLUSA, DEL NORTE, EL DORADO, FRESNO, GLENN, HUMBOLDT, KINGS, LAKE, LASSEN, MADERA, MARIPOSA, MENDOCINO, MERCED, MODOC, MONTEREY, NAPA, NEVADA, PLACER, PLUMAS, SACRAMENTO, SAN BENITO, SAN JOAQUIN, SANTA CRUZ, SHASTA, SIERRA, SISKIYOU, SOLANO, SONOMA, STANISLAUS, SUTTER, TEHAMA, TRINITY, TULARE, TUOLUMNE, YOLO AND YUBA COUNTIES Rates Fringes Asbestos Removal Laborer Areas A & B.................$ 20.66 10.02 LABORER (Lead Removal) Area A......................$ 30.00 21.34 Invitation for Bid (IFB) Package 66 Rev. January 30, 2017 CONSTRUCTION CONTRACT Area B......................$ 29.00 21.34 ASBESTOS REMOVAL-SCOPE OF WORK: Site mobilization; initial site clean-up; site preparation; removal of asbestos-containing materials from walls and ceilings; or from pipes, boilers and mechanical systems only if they are being scrapped; encapsulation, enclosure and disposal of asbestos-containing materials by hand or with equipment or machinery; scaffolding; fabrication of temporary wooden barriers; and assembly of decontamination stations. ---------------------------------------------------------------- LABO0067-006 06/30/2014 AREA "A" - ALAMEDA, CONTRA COSTA, MARIN, SAN FRANCISCO, SAN MATEO AND SANTA CLARA COUNTIES AREA "B" - ALPINE, AMADOR, BUTTE, CALAVERAS, COLUSA, EL DORADO, FRESNO, GLENN, KINGS, LASSEN, MADERA, MARIPOSA, MERCED, MODOC, MONTEREY, NAPA, NEVADA, PLACER, PLUMAS, SACRAMENTO, SAN BENITO, SAN JOAQUIN, SANTA CRUZ, SHASTA, SIERRA, SISKIYOU, SOLANO, SONOMA, STANISLAUS, SUTTER, TEHAMA, TRINITY, TULARE, TUOLUMNE, YOLO AND YUBA COUNTIES Rates Fringes Laborers: (CONSTRUCTION CRAFT LABORERS - AREA A:) Construction Specialist Group.......................$ 29.09 18.66 GROUP 1.....................$ 28.39 18.66 GROUP 1-a...................$ 28.61 18.66 GROUP 1-c...................$ 28.44 18.66 GROUP 1-e...................$ 28.94 18.66 GROUP 1-f...................$ 28.97 18.66 GROUP 1-g (Contra Costa County).....................$ 28.59 18.66 GROUP 2.....................$ 28.24 18.66 GROUP 3.....................$ 28.14 18.66 GROUP 4.....................$ 21.83 18.66 See groups 1-b and 1-d under laborer classifications. Laborers: (CONSTRUCTION CRAFT LABORERS - AREA B:) Construction Specialist Group.......................$ 28.09 18.66 GROUP 1.....................$ 27.39 18.66 GROUP 1-a...................$ 27.61 18.66 GROUP 1-c...................$ 27.44 18.66 GROUP 1-e...................$ 27.94 18.66 GROUP 1-f...................$ 27.97 18.66 GROUP 2.....................$ 27.24 18.66 GROUP 3.....................$ 27.14 18.66 GROUP 4.....................$ 20.83 18.66 See groups 1-b and 1-d under laborer classifications. Invitation for Bid (IFB) Package 67 Rev. January 30, 2017 CONSTRUCTION CONTRACT Laborers: (GUNITE - AREA A:) GROUP 1.....................$ 29.35 18.66 GROUP 2.....................$ 28.85 18.66 GROUP 3.....................$ 28.26 18.66 GROUP 4.....................$ 28.14 18.66 Laborers: (GUNITE - AREA B:) GROUP 1.....................$ 28.35 18.66 GROUP 2.....................$ 27.85 18.66 GROUP 3.....................$ 27.26 18.66 GROUP 4.....................$ 27.14 18.66 Laborers: (WRECKING - AREA A:) GROUP 1.....................$ 28.39 18.66 GROUP 2.....................$ 28.24 18.66 Laborers: (WRECKING - AREA B:) GROUP 1.....................$ 27.39 18.66 GROUP 2.....................$ 27.24 18.66 Landscape Laborer (GARDENERS, HORTICULTURAL & LANDSCAPE LABORERS - AREA A:) (1) New Construction........$ 28.14 18.66 (2) Establishment Warranty Period......................$ 21.83 18.66 Landscape Laborer (GARDENERS, HORTICULURAL & LANDSCAPE LABORERS - AREA B:) (1) New Construction........$ 27.14 18.66 (2) Establishment Warranty Period......................$ 20.83 18.66 FOOTNOTES: Laborers working off or with or from bos'n chairs, swinging scaffolds, belts shall receive $0.25 per hour above the applicable wage rate. This shall not apply to workers entitled to receive the wage rate set forth in Group 1-a below. --------------------------------------------------------- LABORER CLASSIFICATIONS CONSTRUCTION SPECIALIST GROUP: Asphalt ironer and raker; Chainsaw; Laser beam in connection with laborers' work; Cast-in- place manhole form setter; Pressure pipelayer; Davis trencher - 300 or similar type (and all small trenchers); Blaster; Diamond driller; Multiple unit drill; Hydraulic drill GROUP 1: Asphalt spreader boxes (all types); Barko, Wacker and similar type tampers; Buggymobile; Caulker, bander, pipewrapper, conduit layer, plastic pipelayer; Certified hazardous waste worker including Leade Abatement; Compactors of all types; Concrete and magnesite mixer, 1/2 yd. and under; Concrete pan work; Concrete sander; Concrete saw; Cribber and/or shoring; Cut granite curb setter; Invitation for Bid (IFB) Package 68 Rev. January 30, 2017 CONSTRUCTION CONTRACT Dri-pak-it machine; Faller, logloader and bucker; Form raiser, slip forms; Green cutter; Headerboard, Hubsetter, aligner, by any method; High pressure blow pipe (1-1/2" or over, 100 lbs. pressure/over); Hydro seeder and similar type; Jackhammer operator; Jacking of pipe over 12 inches; Jackson and similar type compactor; Kettle tender, pot and worker applying asphalt, lay-kold, creosote, lime, caustic and similar type materials (applying means applying, dipping or handling of such materials); Lagging, sheeting, whaling, bracing, trenchjacking, lagging hammer; Magnesite, epoxyresin, fiberglass, mastic worker (wet or dry); No joint pipe and stripping of same, including repair of voids; Pavement breaker and spader, including tool grinder; Perma curb; Pipelayer (including grade checking in connection with pipelaying); Precast-manhole setter; Pressure pipe tester; Post hole digger, air, gas and electric; Power broom sweeper; Power tampers of all types (except as shown in Group 2); Ram set gun and stud gun; Riprap stonepaver and rock-slinger, including placing of sacked concrete and/or sand (wet or dry) and gabions and similar type; Rotary scarifier or multiple head concrete chipping scarifier; Roto and Ditch Witch; Rototiller; Sandblaster, pot, gun, nozzle operators; Signalling and rigging; Tank cleaner; Tree climber; Turbo blaster; Vibrascreed, bull float in connection with laborers' work; Vibrator; Hazardous waste worker (lead removal); Asbestos and mold removal worker GROUP 1-a: Joy drill model TWM-2A; Gardner-Denver model DH143 and similar type drills; Track driller; Jack leg driller; Wagon driller; Mechanical drillers, all types regardless of type or method of power; Mechanical pipe layers, all types regardless of type or method of power; Blaster and powder; All work of loading, placing and blasting of all powder and explosives of whatever type regardless of method used for such loading and placing; High scalers (including drilling of same); Tree topper; Bit grinder GROUP 1-b: Sewer cleaners shall receive $4.00 per day above Group 1 wage rates. "Sewer cleaner" means any worker who handles or comes in contact with raw sewage in small diameter sewers. Those who work inside recently active, large diameter sewers, and all recently active sewer manholes shal receive $5.00 per day above Group 1 wage rates. GROUP 1-c: Burning and welding in connection with laborers' work; Synthetic thermoplastics and similar type welding GROUP 1-d: Maintenance and repair track and road beds. All employees performing work covered herein shall receive $ .25 per hour above their regular rate for all work performed on underground structures not specifically covered herein. This paragraph shall not be construed to apply to work below ground level in open cut. It shall Invitation for Bid (IFB) Package 69 Rev. January 30, 2017 CONSTRUCTION CONTRACT apply to cut and cover work of subway construction after the temporary cover has been placed. GROUP 1-e: Work on and/or in bell hole footings and shafts thereof, and work on and in deep footings. (A deep footing is a hole 15 feet or more in depth.) In the event the depth of the footing is unknown at the commencement of excavation, and the final depth exceeds 15 feet, the deep footing wage rate would apply to all employees for each and every day worked on or in the excavation of the footing from the date of inception. GROUP 1-f: Wire winding machine in connection with guniting or shot crete GROUP 1-g, CONTRA COSTA COUNTY: Pipelayer (including grade checking in connection with pipelaying); Caulker; Bander; Pipewrapper; Conduit layer; Plastic pipe layer; Pressure pipe tester; No joint pipe and stripping of same, including repair of voids; Precast manhole setters, cast in place manhole form setters GROUP 2: Asphalt shoveler; Cement dumper and handling dry cement or gypsum; Choke-setter and rigger (clearing work); Concrete bucket dumper and chute; Concrete chipping and grinding; Concrete laborer (wet or dry); Driller tender, chuck tender, nipper; Guinea chaser (stake), grout crew; High pressure nozzle, adductor; Hydraulic monitor (over 100 lbs. pressure); Loading and unloading, carrying and hauling of all rods and materials for use in reinforcing concrete construction; Pittsburgh chipper and similar type brush shredders; Sloper; Single foot, hand-held, pneumatic tamper; All pneumatic, air, gas and electric tools not listed in Groups 1 through 1-f; Jacking of pipe - under 12 inches GROUP 3: Construction laborers, including bridge and general laborer; Dump, load spotter; Flag person; Fire watcher; Fence erector; Guardrail erector; Gardener, horticultural and landscape laborer; Jetting; Limber, brush loader and piler; Pavement marker (button setter); Maintenance, repair track and road beds; Streetcar and railroad construction track laborer; Temporary air and water lines, Victaulic or similar; Tool room attendant (jobsite only) GROUP 4: Final clean-up work of debris, grounds and building including but not limited to: street cleaner; cleaning and washing windows; brick cleaner (jobsite only); material cleaner (jobsite only). The classification "material cleaner" is to be utilized under the following conditions: A: at demolition site for the salvage of the material. B: at the conclusion of a job where the material is to be salvaged and stocked to be reused on another job. C: for the cleaning of salvage material at the jobsite or temporary jobsite yard. Invitation for Bid (IFB) Package 70 Rev. January 30, 2017 CONSTRUCTION CONTRACT The material cleaner classification should not be used in the performance of "form stripping, cleaning and oiling and moving to the next point of erection". -------------------------------------------------------- GUNITE LABORER CLASSIFICATIONS GROUP 1: Structural Nozzleman GROUP 2: Nozzleman, Gunman, Potman, Groundman GROUP 3: Reboundman GROUP 4: Gunite laborer ---------------------------------------------------------- WRECKING WORK LABORER CLASSIFICATIONS GROUP 1: Skilled wrecker (removing and salvaging of sash, windows and materials) GROUP 2: Semi-skilled wrecker (salvaging of other building materials) ---------------------------------------------------------------- LABO0073-002 06/30/2014 CALAVERAS AND SAN JOAQUIN COUNTIES Rates Fringes LABORER (TRAFFIC CONTROL/LANE CLOSURE) Escort Driver, Flag Person..$ 27.14 19.03 Traffic Control Person I....$ 27.44 19.03 Traffic Control Person II...$ 24.94 19.03 TRAFFIC CONTROL PERSON I: Layout of traffic control, crash cushions, construction area and roadside signage. TRAFFIC CONTROL PERSON II: Installation and removal of temporary/permanent signs, markers, delineators and crash cushions. ---------------------------------------------------------------- LABO0073-003 06/30/2014 SAN JOAQUIN COUNTY Rates Fringes LABORER Invitation for Bid (IFB) Package 71 Rev. January 30, 2017 CONSTRUCTION CONTRACT Mason Tender-Brick..........$ 31.11 17.34 ---------------------------------------------------------------- LABO0073-005 06/30/2014 Rates Fringes Tunnel and Shaft Laborers: GROUP 1.....................$ 34.60 19.49 GROUP 2.....................$ 34.37 19.49 GROUP 3.....................$ 34.12 19.49 GROUP 4.....................$ 33.67 19.49 GROUP 5.....................$ 33.13 19.49 Shotcrete Specialist........$ 35.12 19.49 TUNNEL AND SHAFT CLASSIFICATIONS GROUP 1: Diamond driller; Groundmen; Gunite and shotcrete nozzlemen GROUP 2: Rodmen; Shaft work & raise (below actual or excavated ground level) GROUP 3: Bit grinder; Blaster, driller, powdermen, heading; Cherry pickermen - where car is lifted; Concrete finisher in tunnel; Concrete screedman; Grout pumpman and potman; Gunite & shotcrete gunman & potman; Headermen; High pressure nozzleman; Miner - tunnel, including top and bottom man on shaft and raise work; Nipper; Nozzleman on slick line; Sandblaster - potman, Robotic Shotcrete Placer, Segment Erector, Tunnel Muck Hauler, Steel Form raiser and setter; Timberman, retimberman (wood or steel or substitute materials therefore); Tugger (for tunnel laborer work); Cable tender; Chuck tender; Powderman - primer house GROUP 4: Vibrator operator, pavement breaker; Bull gang - muckers, trackmen; Concrete crew - includes rodding and spreading, Dumpmen (any method) GROUP 5: Grout crew; Reboundman; Swamper/ Brakeman ---------------------------------------------------------------- LABO0166-001 07/01/2006 ALAMEDA AND CONTRA COSTA COUNTIES: Rates Fringes Brick Tender.....................$ 25.91 14.65 FOOTNOTES: Work on jobs where heat-protective clothing is required: $2.00 per hour additional. Work at grinders: $.25 per hour additional. Manhole work: $2.00 per day additional. ---------------------------------------------------------------- LABO0166-002 07/01/2007 Invitation for Bid (IFB) Package 72 Rev. January 30, 2017 CONSTRUCTION CONTRACT SAN FRANCISCO AND SAN MATEO COUNTIES: Rates Fringes MASON TENDER, BRICK..............$ 26.93 16.50 FOOTNOTES: Underground work such as sewers, manholes, catch basins, sewer pipes, telephone conduits, tunnels and cut trenches: $5.00 per day additional. Work in live sewage: $2.50 per day additional. ---------------------------------------------------------------- LABO0261-003 06/30/2014 SAN FRANCISCO AND SAN MATEO COUNTIES Rates Fringes LABORER (TRAFFIC CONTROL/LANE CLOSURE) Escort Driver, Flag Person..$ 28.14 19.03 Traffic Control Person I....$ 28.44 19.03 Traffic Control Person II...$ 25.94 19.03 TRAFFIC CONTROL PERSON I: Layout of traffic control, crash cushions, construction area and roadside signage. TRAFFIC CONTROL PERSON II: Installation and removal of temporary/permanent signs, markers, delineators and crash cushions. ---------------------------------------------------------------- LABO0261-005 06/30/2014 SAN FRANCISCO AND SAN MATEO COUNTIES Rates Fringes Tunnel and Shaft Laborers: GROUP 1.....................$ 34.60 19.49 GROUP 2.....................$ 34.37 19.49 GROUP 3.....................$ 34.12 19.49 GROUP 4.....................$ 33.67 19.49 GROUP 5.....................$ 33.13 19.49 Shotcrete Specialist........$ 35.12 19.49 TUNNEL AND SHAFT CLASSIFICATIONS GROUP 1: Diamond driller; Groundmen; Gunite and shotcrete nozzlemen GROUP 2: Rodmen; Shaft work & raise (below actual or excavated ground level) Invitation for Bid (IFB) Package 73 Rev. January 30, 2017 CONSTRUCTION CONTRACT GROUP 3: Bit grinder; Blaster, driller, powdermen, heading; Cherry pickermen - where car is lifted; Concrete finisher in tunnel; Concrete screedman; Grout pumpman and potman; Gunite & shotcrete gunman & potman; Headermen; High pressure nozzleman; Miner - tunnel, including top and bottom man on shaft and raise work; Nipper; Nozzleman on slick line; Sandblaster - potman, Robotic Shotcrete Placer, Segment Erector, Tunnel Muck Hauler, Steel Form raiser and setter; Timberman, retimberman (wood or steel or substitute materials therefore); Tugger (for tunnel laborer work); Cable tender; Chuck tender; Powderman - primer house GROUP 4: Vibrator operator, pavement breaker; Bull gang - muckers, trackmen; Concrete crew - includes rodding and spreading, Dumpmen (any method) GROUP 5: Grout crew; Reboundman; Swamper/ Brakeman ---------------------------------------------------------------- LABO0270-003 06/30/2014 AREA A: SANTA CLARA AREA B: MONTEREY, SAN BENITO AND SANTA CRUZ COUNTIES Rates Fringes LABORER (TRAFFIC CONTROL/LANE CLOSURE) Escort Driver, Flag Person Area A.....................$ 28.14 19.03 Area B.....................$ 27.14 19.03 Traffic Control Person I Area A.....................$ 28.44 19.03 Area B.....................$ 27.44 19.03 Traffic Control Person II Area A.....................$ 25.94 19.03 Area B.....................$ 24.94 19.03 TRAFFIC CONTROL PERSON I: Layout of traffic control, crash cushions, construction area and roadside signage. TRAFFIC CONTROL PERSON II: Installation and removal of temporary/permanent signs, markers, delineators and crash cushions. ---------------------------------------------------------------- LABO0270-004 06/30/2014 MONTEREY, SAN BENITO, SANTA CLARA, AND SANTA CRUZ COUNTIES Rates Fringes Tunnel and Shaft Laborers: Invitation for Bid (IFB) Package 74 Rev. January 30, 2017 CONSTRUCTION CONTRACT GROUP 1.....................$ 34.60 19.49 GROUP 2.....................$ 34.37 19.49 GROUP 3.....................$ 34.12 19.49 GROUP 4.....................$ 33.67 19.49 GROUP 5.....................$ 33.13 19.49 Shotcrete Specialist........$ 35.12 19.49 TUNNEL AND SHAFT CLASSIFICATIONS GROUP 1: Diamond driller; Groundmen; Gunite and shotcrete nozzlemen GROUP 2: Rodmen; Shaft work & raise (below actual or excavated ground level) GROUP 3: Bit grinder; Blaster, driller, powdermen, heading; Cherry pickermen - where car is lifted; Concrete finisher in tunnel; Concrete screedman; Grout pumpman and potman; Gunite & shotcrete gunman & potman; Headermen; High pressure nozzleman; Miner - tunnel, including top and bottom man on shaft and raise work; Nipper; Nozzleman on slick line; Sandblaster - potman, Robotic Shotcrete Placer, Segment Erector, Tunnel Muck Hauler, Steel Form raiser and setter; Timberman, retimberman (wood or steel or substitute materials therefore); Tugger (for tunnel laborer work); Cable tender; Chuck tender; Powderman - primer house GROUP 4: Vibrator operator, pavement breaker; Bull gang - muckers, trackmen; Concrete crew - includes rodding and spreading, Dumpmen (any method) GROUP 5: Grout crew; Reboundman; Swamper/ Brakeman ---------------------------------------------------------------- LABO0270-005 07/01/2013 MONTEREY AND SAN BENITO COUNTIES Rates Fringes LABORER Mason Tender-Brick..........$ 31.70 16.53 ---------------------------------------------------------------- LABO0294-001 06/30/2014 FRESNO, KINGS AND MADERA COUNTIES Rates Fringes LABORER (Brick) Mason Tender-Brick..........$ 31.11 17.34 ---------------------------------------------------------------- LABO0294-002 06/30/2014 FRESNO, KINGS, AND MADERA COUNTIES Invitation for Bid (IFB) Package 75 Rev. January 30, 2017 CONSTRUCTION CONTRACT Rates Fringes LABORER (TRAFFIC CONTROL/LANE CLOSURE) Escort Driver, Flag Person..$ 27.14 19.03 Traffic Control Person I....$ 27.44 19.03 Traffic Control Person II...$ 24.94 19.03 TRAFFIC CONTROL PERSON I: Layout of traffic control, crash cushions, construction area and roadside signage. TRAFFIC CONTROL PERSON II: Installation and removal of temporary/permanent signs, markers, delineators and crash cushions. ---------------------------------------------------------------- LABO0294-005 06/30/2014 FRESNO, KINGS, AND MADERA COUNTIES Rates Fringes Tunnel and Shaft Laborers: GROUP 1.....................$ 34.60 19.49 GROUP 2.....................$ 34.37 19.49 GROUP 3.....................$ 34.12 19.49 GROUP 4.....................$ 33.67 19.49 GROUP 5.....................$ 33.13 19.49 Shotcrete Specialist........$ 35.12 19.49 TUNNEL AND SHAFT CLASSIFICATIONS GROUP 1: Diamond driller; Groundmen; Gunite and shotcrete nozzlemen GROUP 2: Rodmen; Shaft work & raise (below actual or excavated ground level) GROUP 3: Bit grinder; Blaster, driller, powdermen, heading; Cherry pickermen - where car is lifted; Concrete finisher in tunnel; Concrete screedman; Grout pumpman and potman; Gunite & shotcrete gunman & potman; Headermen; High pressure nozzleman; Miner - tunnel, including top and bottom man on shaft and raise work; Nipper; Nozzleman on slick line; Sandblaster - potman, Robotic Shotcrete Placer, Segment Erector, Tunnel Muck Hauler, Steel Form raiser and setter; Timberman, retimberman (wood or steel or substitute materials therefore); Tugger (for tunnel laborer work); Cable tender; Chuck tender; Powderman - primer house GROUP 4: Vibrator operator, pavement breaker; Bull gang - muckers, trackmen; Concrete crew - includes rodding and spreading, Dumpmen (any method) Invitation for Bid (IFB) Package 76 Rev. January 30, 2017 CONSTRUCTION CONTRACT GROUP 5: Grout crew; Reboundman; Swamper/ Brakeman ---------------------------------------------------------------- LABO0304-002 06/30/2014 ALAMEDA COUNTY Rates Fringes LABORER (TRAFFIC CONTROL/LANE CLOSURE) Escort Driver, Flag Person..$ 28.14 19.03 Traffic Control Person I....$ 28.44 19.03 Traffic Control Person II...$ 25.94 19.03 TRAFFIC CONTROL PERSON I: Layout of traffic control, crash cushions, construction area and roadside signage. TRAFFIC CONTROL PERSON II: Installation and removal of temporary/permanent signs, markers, delineators and crash cushions. ---------------------------------------------------------------- LABO0304-003 06/30/2014 ALAMEDA COUNTY Rates Fringes Tunnel and Shaft Laborers: GROUP 1.....................$ 34.60 19.49 GROUP 2.....................$ 34.37 19.49 GROUP 3.....................$ 34.12 19.49 GROUP 4.....................$ 33.67 19.49 GROUP 5.....................$ 33.13 19.49 Shotcrete Specialist........$ 35.12 19.49 TUNNEL AND SHAFT CLASSIFICATIONS GROUP 1: Diamond driller; Groundmen; Gunite and shotcrete nozzlemen GROUP 2: Rodmen; Shaft work & raise (below actual or excavated ground level) GROUP 3: Bit grinder; Blaster, driller, powdermen, heading; Cherry pickermen - where car is lifted; Concrete finisher in tunnel; Concrete screedman; Grout pumpman and potman; Gunite & shotcrete gunman & potman; Headermen; High pressure nozzleman; Miner - tunnel, including top and bottom man on shaft and raise work; Nipper; Nozzleman on slick line; Sandblaster - potman, Robotic Shotcrete Placer, Segment Erector, Tunnel Muck Hauler, Steel Form raiser and setter; Timberman, retimberman (wood or steel or substitute materials therefore); Tugger (for tunnel laborer work); Invitation for Bid (IFB) Package 77 Rev. January 30, 2017 CONSTRUCTION CONTRACT Cable tender; Chuck tender; Powderman - primer house GROUP 4: Vibrator operator, pavement breaker; Bull gang - muckers, trackmen; Concrete crew - includes rodding and spreading, Dumpmen (any method) GROUP 5: Grout crew; Reboundman; Swamper/ Brakeman ---------------------------------------------------------------- LABO0324-002 06/30/2014 CONTRA COSTA COUNTY Rates Fringes LABORER (TRAFFIC CONTROL/LANE CLOSURE) Escort Driver, Flag Person..$ 28.14 19.03 Traffic Control Person I....$ 28.44 19.03 Traffic Control Person II...$ 25.94 19.03 TRAFFIC CONTROL PERSON I: Layout of traffic control, crash cushions, construction area and roadside signage. TRAFFIC CONTROL PERSON II: Installation and removal of temporary/permanent signs, markers, delineators and crash cushions. ---------------------------------------------------------------- LABO0324-006 06/30/2014 CONTRA COSTA COUNTY Rates Fringes Tunnel and Shaft Laborers: GROUP 1.....................$ 34.60 19.49 GROUP 2.....................$ 34.37 19.49 GROUP 3.....................$ 34.12 19.49 GROUP 4.....................$ 33.67 19.49 GROUP 5.....................$ 33.13 19.49 Shotcrete Specialist........$ 35.12 19.49 TUNNEL AND SHAFT CLASSIFICATIONS GROUP 1: Diamond driller; Groundmen; Gunite and shotcrete nozzlemen GROUP 2: Rodmen; Shaft work & raise (below actual or excavated ground level) GROUP 3: Bit grinder; Blaster, driller, powdermen, heading; Cherry pickermen - where car is lifted; Concrete finisher in tunnel; Concrete screedman; Grout pumpman and potman; Gunite & shotcrete gunman & potman; Headermen; High Invitation for Bid (IFB) Package 78 Rev. January 30, 2017 CONSTRUCTION CONTRACT pressure nozzleman; Miner - tunnel, including top and bottom man on shaft and raise work; Nipper; Nozzleman on slick line; Sandblaster - potman, Robotic Shotcrete Placer, Segment Erector, Tunnel Muck Hauler, Steel Form raiser and setter; Timberman, retimberman (wood or steel or substitute materials therefore); Tugger (for tunnel laborer work); Cable tender; Chuck tender; Powderman - primer house GROUP 4: Vibrator operator, pavement breaker; Bull gang - muckers, trackmen; Concrete crew - includes rodding and spreading, Dumpmen (any method) GROUP 5: Grout crew; Reboundman; Swamper/ Brakeman ---------------------------------------------------------------- LABO1130-002 06/30/2014 MARIPOSA, MERCED, STANISLAUS, AND TUOLUMNE COUNTIES Rates Fringes LABORER (TRAFFIC CONTROL/LANE CLOSURE) Escort Driver, Flag Person..$ 27.14 19.03 Traffic Control Person I....$ 27.44 19.03 Traffic Control Person II...$ 24.94 19.03 TRAFFIC CONTROL PERSON I: Layout of traffic control, crash cushions, construction area and roadside signage. TRAFFIC CONTROL PERSON II: Installation and removal of temporary/permanent signs, markers, delineators and crash cushions. ---------------------------------------------------------------- LABO1130-003 06/30/2014 MARIPOSA, MERCED, STANISLAUS, AND TUOLUMNE COUNTIES Rates Fringes Tunnel and Shaft Laborers: GROUP 1.....................$ 34.60 19.49 GROUP 2.....................$ 34.37 19.49 GROUP 3.....................$ 34.12 19.49 GROUP 4.....................$ 33.67 19.49 GROUP 5.....................$ 33.13 19.49 Shotcrete Specialist........$ 35.12 19.49 TUNNEL AND SHAFT CLASSIFICATIONS GROUP 1: Diamond driller; Groundmen; Gunite and shotcrete nozzlemen GROUP 2: Rodmen; Shaft work & raise (below actual or Invitation for Bid (IFB) Package 79 Rev. January 30, 2017 CONSTRUCTION CONTRACT excavated ground level) GROUP 3: Bit grinder; Blaster, driller, powdermen, heading; Cherry pickermen - where car is lifted; Concrete finisher in tunnel; Concrete screedman; Grout pumpman and potman; Gunite & shotcrete gunman & potman; Headermen; High pressure nozzleman; Miner - tunnel, including top and bottom man on shaft and raise work; Nipper; Nozzleman on slick line; Sandblaster - potman, Robotic Shotcrete Placer, Segment Erector, Tunnel Muck Hauler, Steel Form raiser and setter; Timberman, retimberman (wood or steel or substitute materials therefore); Tugger (for tunnel laborer work); Cable tender; Chuck tender; Powderman - primer house GROUP 4: Vibrator operator, pavement breaker; Bull gang - muckers, trackmen; Concrete crew - includes rodding and spreading, Dumpmen (any method) GROUP 5: Grout crew; Reboundman; Swamper/ Brakeman ---------------------------------------------------------------- LABO1130-005 06/30/2014 MARIPOSA, MERCED, STANISLAUS AND TUOLUMNE COUNTIES Rates Fringes LABORER Mason Tender-Brick..........$ 31.11 17.34 ---------------------------------------------------------------- LABO1414-004 08/03/2016 SAN FRANCISCO AND SAN MATEO COUNTIES: Rates Fringes PLASTER TENDER...................$ 34.15 19.28 Work on a swing stage scaffold: $1.00 per hour additional. ---------------------------------------------------------------- LABO1414-007 08/03/2016 CALAVERAS, FRESNO, KINGS, MADERA, MARIPOSA, MERCED, SAN JOAQUIN, STANISLAUS & TUOLUMNE Rates Fringes Plasterer tender.................$ 34.15 19.28 Work on a swing stage scaffold: $1.00 per hour additional. ---------------------------------------------------------------- LABO1414-008 08/03/2016 ALAMEDA AND CONTRA COSTA COUNTIES: Invitation for Bid (IFB) Package 80 Rev. January 30, 2017 CONSTRUCTION CONTRACT Rates Fringes Plasterer tender.................$ 34.15 19.28 Work on a swing stage scaffold: $1.00 per hour additional. ---------------------------------------------------------------- LABO1414-010 08/03/2016 SANTA CLARA AND SANTA CRUZ COUNTIES Rates Fringes PLASTER TENDER 4 Stories and under.........$ 32.15 19.28 5 Stories and above.........$ 34.15 19.28 Work on a swing stage scaffold: $1.00 per hour additional. ---------------------------------------------------------------- LABO1414-011 08/03/2016 MONTEREY AND SAN BENITO COUNTIES Rates Fringes Plasterer tender.................$ 34.15 19.28 Work on a swing stage scaffold: $1.00 per hour additional. ---------------------------------------------------------------- PAIN0016-001 01/01/2015 ALAMEDA, CONTRA COSTA, MONTEREY, SAN BENITO, SAN MATEO, SANTA CLARA, AND SANTA CRUZ COUNTIES Rates Fringes Painters:........................$ 36.45 21.48 PREMIUMS: EXOTIC MATERIALS - $0.75 additional per hour. SPRAY WORK: - $0.50 additional per hour. INDUSTRIAL PAINTING - $0.25 additional per hour [Work on industrial buildings used for the manufacture and processing of goods for sale or service; steel construction (bridges), stacks, towers, tanks, and similar structures] HIGH WORK: over 50 feet - $2.00 per hour additional 100 to 180 feet - $4.00 per hour additional Over 180 feet - $6.00 per houir additional ---------------------------------------------------------------- PAIN0016-003 07/01/2016 Invitation for Bid (IFB) Package 81 Rev. January 30, 2017 CONSTRUCTION CONTRACT AREA 1: ALAMEDA, CONTRA COSTA, SAN FRANCISCO, SAN MATEO & SANTA CLARA COUNTIES AREA 2: CALAVERAS, MARIPOA, MERCED, MONTEREY, SAN BENITO, SAN JOAQUIN, SANTA CRUZ, STANISLAUS & TUOLUMNE COUNTIES Rates Fringes Drywall Finisher/Taper AREA 1......................$ 43.79 24.01 AREA 2......................$ 39.66 22.61 ---------------------------------------------------------------- PAIN0016-012 01/01/2015 ALAMEDA, CONTRA COSTA, MARIPOSA, MERCED, MONTEREY, SAN BENITO, SAN FRANCISCO, SAN MATEO, SANTA CLARA AND SANTA CRUZ COUNTIES Rates Fringes SOFT FLOOR LAYER.................$ 46.20 18.73 ---------------------------------------------------------------- PAIN0016-015 01/01/2015 CALAVERAS, MARIPOSA, MERCED, SAN JOAQUIN, STANISLAUS & TUOLUMNE COUNTIES Rates Fringes PAINTER Brush.......................$ 30.85 16.85 FOOTNOTES: SPRAY/SANDBLAST: $0.50 additional per hour. EXOTIC MATERIALS: $1.00 additional per hour. HIGH TIME: Over 50 ft above ground or water level $2.00 additional per hour. 100 to 180 ft above ground or water level $4.00 additional per hour. Over 180 ft above ground or water level $6.00 additional per hour. ---------------------------------------------------------------- PAIN0016-022 01/01/2015 SAN FRANCISCO COUNTY Rates Fringes PAINTER..........................$ 40.07 21.48 ---------------------------------------------------------------- PAIN0169-001 01/01/2015 FRESNO, KINGS, MADERA, MARIPOSA AND MERCED COUNTIES: Invitation for Bid (IFB) Package 82 Rev. January 30, 2017 CONSTRUCTION CONTRACT Rates Fringes GLAZIER..........................$ 34.83 19.75 ---------------------------------------------------------------- PAIN0169-005 01/01/2015 ALAMEDA CONTRA COSTA, MONTEREY, SAN BENITO, SAN FRANCISCO, SAN MATEO, SANTA CLARA & SANTA CRUZ COUNTIES Rates Fringes GLAZIER..........................$ 43.48 24.19 ---------------------------------------------------------------- PAIN0294-004 01/01/2015 FRESNO, KINGS AND MADERA COUNTIES Rates Fringes PAINTER Brush, Roller...............$ 25.67 15.68 Drywall Finisher/Taper......$ 30.47 16.81 FOOTNOTE: Spray Painters & Paperhangers recive $1.00 additional per hour. Painters doing Drywall Patching receive $1.25 additional per hour. Lead Abaters & Sandblasters receive $1.50 additional per hour. High Time - over 30 feet (does not include work from a lift) $0.75 per hour additional. ---------------------------------------------------------------- PAIN0294-005 01/01/2015 FRESNO, KINGS & MADERA Rates Fringes SOFT FLOOR LAYER.................$ 30.83 17.39 ---------------------------------------------------------------- PAIN0767-001 01/01/2015 CALAVERAS, SAN JOAQUIN, STANISLAUS AND TUOLUMNE COUNTIES: Rates Fringes GLAZIER..........................$ 33.79 22.49 PAID HOLIDAYS: New Year's Day, Martin Luther King, Jr. Day, President's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, and Christmas Day. Employee rquired to wear a body harness shall receive $1.50 per hour above the basic hourly rate at any elevation. Invitation for Bid (IFB) Package 83 Rev. January 30, 2017 CONSTRUCTION CONTRACT ---------------------------------------------------------------- PAIN1176-001 07/01/2014 HIGHWAY IMPR0VEMENT Rates Fringes Parking Lot Striping/Highway Marking: GROUP 1.....................$ 34.26 11.65 GROUP 2.....................$ 29.12 11.65 GROUP 3.....................$ 29.46 11.65 CLASSIFICATIONS GROUP 1: Striper: Layout and application of painted traffic stripes and marking; hot thermo plastic; tape, traffic stripes and markings GROUP 2: Gamecourt & Playground Installer GROUP 3: Protective Coating, Pavement Sealing ---------------------------------------------------------------- PAIN1237-003 01/01/2015 CALAVERAS; SAN JOAQUIN COUNTIES; STANISLAUS AND TUOLUMNE COUNTIES: Rates Fringes SOFT FLOOR LAYER.................$ 31.79 14.93 ---------------------------------------------------------------- PLAS0066-002 07/01/2016 ALAMEDA, CONTRA COSTA, SAN MATEO AND SAN FRANCISCO COUNTIES: Rates Fringes PLASTERER........................$ 39.52 35.37 ---------------------------------------------------------------- PLAS0300-001 07/01/2014 Rates Fringes PLASTERER AREA 188: Fresno...........$ 29.44 22.26 AREA 224: San Benito, Santa Clara, Santa Cruz.....$ 31.59 22.26 AREA 295: Calaveras & San Joaquin Couonties...........$ 31.41 22.26 AREA 337: Monterey County..$ 30.52 22.26 AREA 429: Mariposa, Invitation for Bid (IFB) Package 84 Rev. January 30, 2017 CONSTRUCTION CONTRACT Merced, Stanislaus, Tuolumne Counties...........$ 31.41 22.26 ---------------------------------------------------------------- PLAS0300-005 07/01/2016 Rates Fringes CEMENT MASON/CONCRETE FINISHER...$ 37.74 19.37 ---------------------------------------------------------------- PLUM0038-001 07/01/2016 SAN FRANCISCO COUNTY Rates Fringes PLUMBER (Plumber, Steamfitter, Refrigeration Fitter)..........................$ 68.00 45.09 ---------------------------------------------------------------- PLUM0038-005 07/01/2016 SAN FRANCISCO COUNTY Rates Fringes Landscape/Irrigation Fitter (Underground/Utility Fitter).....$ 57.80 33.46 ---------------------------------------------------------------- * PLUM0062-001 01/01/2017 MONTEREY AND SANTA CRUZ COUNTIES Rates Fringes PLUMBER & STEAMFITTER............$ 41.90 29.59 ---------------------------------------------------------------- PLUM0159-001 07/01/2016 CONTRA COSTA COUNTY Rates Fringes Plumber and steamfitter (1) Refrigeration...........$ 55.03 34.46 (2) All other work..........$ 55.92 34.44 ---------------------------------------------------------------- * PLUM0246-001 01/01/2017 FRESNO, KINGS & MADERA COUNTIES Rates Fringes PLUMBER & STEAMFITTER............$ 38.40 29.39 ---------------------------------------------------------------- * PLUM0246-004 01/01/2017 Invitation for Bid (IFB) Package 85 Rev. January 30, 2017 CONSTRUCTION CONTRACT FRESNO, MERCED & SAN JOAQUIN COUNIES Rates Fringes PLUMBER (PIPE TRADESMAN).........$ 13.00 10.74 PIPE TRADESMAN SCOPE OF WORK: Installation of corrugated metal piping for drainage, as well as installation of corrugated metal piping for culverts in connection with storm sewers and drains; Grouting, dry packing and diapering of joints, holes or chases including paving over joints, in piping; Temporary piping for dirt work for building site preparation; Operating jack hammers, pavement breakers, chipping guns, concrete saws and spades to cut holes, chases and channels for piping systems; Digging, grading, backfilling and ground preparation for all types of pipe to all points of the jobsite; Ground preparation including ground leveling, layout and planting of shrubbery, trees and ground cover, including watering, mowing, edging, pruning and fertilizing, the breaking of concrete, digging, backfilling and tamping for the preparation and completion of all work in connection with lawn sprinkler and landscaping; Loading, unloading and distributing materials at jobsite; Putting away materials in storage bins in jobsite secure storage area; Demolition of piping and fixtures for remodeling and additions; Setting up and tearing down work benches, ladders and job shacks; Clean-up and sweeping of jobsite; Pipe wrapping and waterproofing where tar or similar material is applied for protection of buried piping; Flagman ---------------------------------------------------------------- PLUM0342-001 07/01/2016 ALAMEDA & CONTRA COSTA COUNTIES Rates Fringes PIPEFITTER CONTRA COSTA COUNTY.........$ 56.56 40.74 PLUMBER, PIPEFITTER, STEAMFITTER ALAMEDA COUNTY..............$ 56.56 40.74 ---------------------------------------------------------------- PLUM0355-004 07/01/2015 ALAMEDA, CALAVERAS, CONTRA COSTA, FRESNO, KINGS, MADERA, MARIPOSA, MERCED, MONTEREY, SAN BENITO, SAN JOAQUIN, SAN MATEO, SANTA CLARA, SANTA CRUZ, STANISLAUS, AND TUOLUMNE COUNTIES: Rates Fringes Underground Utility Worker Invitation for Bid (IFB) Package 86 Rev. January 30, 2017 CONSTRUCTION CONTRACT /Landscape Fitter...........$ 28.60 10.05 ---------------------------------------------------------------- PLUM0393-001 07/01/2016 SAN BENITO AND SANTA CLARA COUNTIES Rates Fringes PLUMBER/PIPEFITTER...............$ 58.91 38.58 ---------------------------------------------------------------- * PLUM0442-001 01/01/2017 CALAVERAS, MARIPOSA, MERCED, SAN JOAQUIN, STANISLAUS & TUOLUMNE COUNTIES Rates Fringes PLUMBER & STEAMFITTER............$ 40.00 28.39 ---------------------------------------------------------------- PLUM0467-001 07/01/2016 SAN MATEO COUNTY Rates Fringes Plumber/Pipefitter/Steamfitter...$ 60.70 33.46 ---------------------------------------------------------------- * ROOF0027-002 01/01/2017 FRESNO, KINGS, AND MADERA COUNTIES Rates Fringes ROOFER...........................$ 26.01 14.21 FOOTNOTE: Work with pitch, pitch base of pitch impregnated products or any material containing coal tar pitch, on any building old or new, where both asphalt and pitchers are used in the application of a built-up roof or tear off: $2.00 per hour additional. ---------------------------------------------------------------- ROOF0040-002 08/01/2015 SAN FRANCISCO & SAN MATEO COUNTIES: Rates Fringes ROOFER...........................$ 35.50 15.82 ---------------------------------------------------------------- ROOF0081-001 08/01/2015 ALAMEDA AND CONTRA COSTA COUNTIES: Invitation for Bid (IFB) Package 87 Rev. January 30, 2017 CONSTRUCTION CONTRACT Rates Fringes Roofer...........................$ 36.08 14.90 ---------------------------------------------------------------- ROOF0081-004 08/01/2015 CALAVERAS, MARIPOSA, MERCED, SAN JOAQUIN, STANISLAUS AND TUOLUMNE COUNTIES: Rates Fringes ROOFER...........................$ 32.71 14.65 ---------------------------------------------------------------- ROOF0095-002 08/01/2015 MONTEREY, SAN BENITO, SANTA CLARA, AND SANTA CRUZ COUNTIES: Rates Fringes ROOFER Journeyman..................$ 37.55 15.52 Kettle person (2 kettles); Bitumastic, Enameler, Coal Tar, Pitch and Mastic worker......................$ 39.55 15.52 ---------------------------------------------------------------- SFCA0483-001 08/01/2016 ALAMEDA, CONTRA COSTA, SAN FRANCISCO, SAN MATEO AND SANTA CLARA COUNTIES: Rates Fringes SPRINKLER FITTER (FIRE)..........$ 59.12 28.33 ---------------------------------------------------------------- SFCA0669-011 04/01/2016 CALAVERAS, FRESNO, KINGS, MADERA, MARIPOSA, MERCED, MONTEREY, SAN BENITO, SAN JOAQUIN, SANTA CRUZ, STANISLAUS AND TUOLUMNE COUNTIES: Rates Fringes SPRINKLER FITTER.................$ 35.71 20.25 ---------------------------------------------------------------- SHEE0104-001 01/01/2017 AREA 1: ALAMEDA, CONTRA COSTA, SAN FRANCISCO, SAN MATEO, SANTA CLARA AREA 2: MONTEREY & SAN BENITO Invitation for Bid (IFB) Package 88 Rev. January 30, 2017 CONSTRUCTION CONTRACT AREA 3: SANTA CRUZ Rates Fringes SHEET METAL WORKER AREA 1: Mechanical Contracts under $200,000.............$ 48.23 36.45 All Other Work.............$ 54.58 37.08 AREA 2......................$ 34.96 34.21 AREA 3......................$ 38.28 33.01 ---------------------------------------------------------------- SHEE0104-003 07/01/2016 CALAVERAS AND SAN JOAQUIN COUNTIES: Rates Fringes SHEET METAL WORKER...............$ 38.12 30.50 ---------------------------------------------------------------- SHEE0104-005 07/01/2016 MARIPOSA, MERCED, STANISLAUS AND TUOLUMNE COUNTIES: Rates Fringes SHEET METAL WORKER (Excluding metal deck and siding)...........$ 36.88 33.30 ---------------------------------------------------------------- SHEE0104-007 07/01/2016 FRESNO, KINGS, AND MADERA COUNTIES: Rates Fringes SHEET METAL WORKER...............$ 36.15 33.70 ---------------------------------------------------------------- SHEE0104-015 07/01/2016 ALAMEDA, CONTRA COSTA, MONTEREY, SAN BENITO, SAN FRANCISCO, SAN MATEO, SANTA CLARA AND SANTA CRUZ COUNTIES: Rates Fringes SHEET METAL WORKER (Metal Decking and Siding only).........$ 35.64 31.49 ---------------------------------------------------------------- SHEE0104-018 07/01/2016 CALAVERAS, FRESNO, KINGS, MADERA, MARIPOSA, MERCED, SAN JOAQUIN, STANISLAUS AND TUOLUMNE COUNTIES: Invitation for Bid (IFB) Package 89 Rev. January 30, 2017 CONSTRUCTION CONTRACT Rates Fringes Sheet metal worker (Metal decking and siding only).........$ 35.64 31.49 ---------------------------------------------------------------- TEAM0094-001 07/01/2016 Rates Fringes Truck drivers: GROUP 1.....................$ 29.63 26.66 GROUP 2.....................$ 29.93 26.66 GROUP 3.....................$ 30.23 26.66 GROUP 4.....................$ 30.58 26.66 GROUP 5.....................$ 30.93 26.66 FOOTNOTES: Articulated dump truck; Bulk cement spreader (with or without auger); Dumpcrete truck; Skid truck (debris box); Dry pre-batch concrete mix trucks; Dumpster or similar type; Slurry truck: Use dump truck yardage rate. Heater planer; Asphalt burner; Scarifier burner; Industrial lift truck (mechanical tailgate); Utility and clean-up truck: Use appropriate rate for the power unit or the equipment utilized. TRUCK DRIVER CLASSIFICATIONS GROUP 1: Dump trucks, under 6 yds.; Single unit flat rack (2- axle unit); Nipper truck (when flat rack truck is used appropriate flat rack shall apply); Concrete pump truck (when flat rack truck is used appropriate flat rack shall apply); Concrete pump machine; Fork lift and lift jitneys; Fuel and/or grease truck driver or fuel person; Snow buggy; Steam cleaning; Bus or personhaul driver; Escort or pilot car driver; Pickup truck; Teamster oiler/greaser and/or serviceperson; Hook tender (including loading and unloading); Team driver; Tool room attendant (refineries) GROUP 2: Dump trucks, 6 yds. and under 8 yds.; Transit mixers, through 10 yds.; Water trucks, under 7,000 gals.; Jetting trucks, under 7,000 gals.; Single-unit flat rack (3-axle unit); Highbed heavy duty transport; Scissor truck; Rubber-tired muck car (not self-loaded); Rubber-tired truck jumbo; Winch truck and "A" frame drivers; Combination winch truck with hoist; Road oil truck or bootperson; Buggymobile; Ross, Hyster and similar straddle carriers; Small rubber-tired tractor GROUP 3: Dump trucks, 8 yds. and including 24 yds.; Transit mixers, over 10 yds.; Water trucks, 7,000 gals. and over; Jetting trucks, 7,000 gals. and over; Vacuum trucks under 7500 gals. Trucks towing tilt bed or flat bed pull trailers; Lowbed heavy duty transport; Heavy duty transport Invitation for Bid (IFB) Package 90 Rev. January 30, 2017 CONSTRUCTION CONTRACT tiller person; Self- propelled street sweeper with self-contained refuse bin; Boom truck - hydro-lift or Swedish type extension or retracting crane; P.B. or similar type self-loading truck; Tire repairperson; Combination bootperson and road oiler; Dry distribution truck (A bootperson when employed on such equipment, shall receive the rate specified for the classification of road oil trucks or bootperson); Ammonia nitrate distributor, driver and mixer; Snow Go and/or plow GROUP 4: Dump trucks, over 25 yds. and under 65 yds.; Water pulls - DW 10's, 20's, 21's and other similar equipment when pulling Aqua/pak or water tank trailers; Helicopter pilots (when transporting men and materials); Lowbedk Heavy Duty Transport up to including 7 axles; DW10's, 20's, 21's and other similar Cat type, Terra Cobra, LeTourneau Pulls, Tournorocker, Euclid and similar type equipment when pulling fuel and/or grease tank trailers or other miscellaneous trailers; Vacuum Trucks 7500 gals and over and truck repairman GROUP 5: Dump trucks, 65 yds. and over; Holland hauler; Low bed Heavy Duty Transport over 7 axles ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ================================================================ Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). Invitation for Bid (IFB) Package 91 Rev. January 30, 2017 CONSTRUCTION CONTRACT ---------------------------------------------------------------- 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 Invitation for Bid (IFB) Package 92 Rev. January 30, 2017 CONSTRUCTION CONTRACT that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the 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. Invitation for Bid (IFB) Package 93 Rev. January 30, 2017 CONSTRUCTION CONTRACT Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. ================================================================ END OF GENERAL DECISION Attachment B City of Palo Alto, Public Works Department – RWQCP CIP WQ-14001 (Wastewater Treatment Enterprise Fund) Bid Summary for Sludge Dewatering and Loadout Facility Project (IFB166691) Bidder Bid Amount Remarks Engineers Estimate $20,330,000 C. Overaa & Co. $20,789,000 Low Bidder Monterey Mechanical $22,990,000 GSE $22,662,000 CITY OF PALO ALTO CONTRACT NO. C17166486 AGREEMENT BETWEEN THE CITY OF PALO ALTO AND TANNER PACIFIC, INC. FOR PROFESSIONAL SERVICES This Agreement is entered into on this 17th day of April, 2017, (“Agreement”) byand between the CITY OF PALO ALTO, a California chartered municipal corporation (“CITY”), and TANNER PACIFIC, INC, a California corporation, located at 751 Laurel Street, Suite 609, San Carlos, CA-94070 ("CONSULTANT"). RECITALS The following recitals are a substantive portion of this Agreement. A. CITY intends to construct a Sludge Dewatering and Loadout Facility (“Project”) and desires to engage a consultant to provide Construction Management services in connection with the Project (“Services”). B. CONSULTANT has represented that it has the necessary professional expertise, qualifications, and capability, and all required licenses and/or certifications to provide the Services. C. CITY in reliance on these representations desires to engage CONSULTANT to provide the Services as more fully described in Exhibit “A”, attached to and made a part of this Agreement. D. CITY has applied for financial assistance from the State Water Resources Control Board’s Clean Water State Revolving Fund to fund the design, planning and construction of this Project, and as a result this Agreement for construction management services includes certain provisions required to maintain the City’s eligibility for such financial assistance. NOW, THEREFORE, in consideration of the recitals, covenants, terms, and conditions, in this Agreement, the parties agree: AGREEMENT SECTION 1. SCOPE OF SERVICES. CONSULTANT shall perform the Services described at Exhibit “A” in accordance with the terms and conditions contained in this Agreement. The performance of all Services shall be to the reasonable satisfaction of CITY. SECTION 2. TERM. The term of this Agreement (“Term”) begins on the date of its full execution and expires upon satisfactory completion of the Services in accordance with the Schedule, but in no event later than May 31, 2020 unless terminated earlier pursuant to Section 19 of this Agreement. DocuSign Envelope ID: 617B51D9-2D5C-414D-85AA-9DBA2328C639 Attachment C Professional Services Rev. April 27, 2016 2 SECTION 3. SCHEDULE OF PERFORMANCE. Time is of the essence in the performance of Services under this Agreement. CONSULTANT shall complete the Services within the term of this Agreement and in accordance with the schedule set forth in Exhibit “B”, attached to and made a part of this Agreement. Any Services for which times for performance are not specified in this Agreement shall be commenced and completed by CONSULTANT in a reasonably prompt and timely manner based upon the circumstances and direction communicated to the CONSULTANT. CITY’s agreement to extend the term or the schedule for performance shall not preclude recovery of damages for delay if the extension is required due to the fault of CONSULTANT. As stated in Recital D, the City has applied for financial assistance from the State Water Resources Control Board’s Clean Water State Revolving Fund to fund the design, planning and construction of this Project. The City’s performance under this Agreement is therefore dependent upon funding approval from the State Water Resources Control Board. If Project funding is not provided, this Agreement will be terminated, as provided in Section 19. By executing this Agreement, CONSULTANT expressly waives any claim for compensation due to delays caused by the State Water Resources Control Board’s failure to provide State Revolving Fund financial assistance. SECTION 4. NOT TO EXCEED COMPENSATION. The compensation to be paid to CONSULTANT for performance of the Services described in Exhibit “A” (“Basic Services”), and reimbursable expenses, shall not exceed one million eight hundred thousand Dollars ($1,800,000.00). CONSULTANT agrees to complete all Basic Services, including reimbursable expenses, within this amount. In the event Additional Services are authorized, the total compensation for Basic Services, Additional Services and reimbursable expenses shall not exceed one million nine hundred eighty thousand Dollars ($1,980,000.00). The applicable rates and schedule of payment are set out at Exhibit “C-1”, entitled “HOURLY RATE SCHEDULE,” which is attached to and made a part of this Agreement. Any work performed or expenses incurred for which payment would result in a total exceeding the maximum amount of compensation set forth herein shall be at no cost to the CITY. Additional Services, if any, shall be authorized in accordance with and subject to the provisions of Exhibit “C”. CONSULTANT shall not receive any compensation for Additional Services performed without the prior written authorization of CITY. Additional Services shall mean any work that is determined by CITY to be necessary for the proper completion of the Project, but which is not included within the Scope of Services described at Exhibit “A”. SECTION 5. INVOICES. In order to request payment, CONSULTANT shall submit monthly invoices to the CITY describing the services performed and the applicable charges (including an identification of personnel who performed the services, hours worked, hourly rates, and reimbursable expenses), based upon the CONSULTANT’s billing rates (set forth in Exhibit “C- 1”). If applicable, the invoice shall also describe the percentage of completion of each task. The information in CONSULTANT’s payment requests shall be subject to verification by CITY. CONSULTANT shall send all invoices to the City’s project manager at the address specified in DocuSign Envelope ID: 617B51D9-2D5C-414D-85AA-9DBA2328C639 Professional Services Rev. April 27, 2016 3 Section 13 below. The City will generally process and pay invoices within thirty (30) days of receipt. SECTION 6. QUALIFICATIONS/STANDARD OF CARE. All of the Services shall be performed by CONSULTANT or under CONSULTANT’s supervision. CONSULTANT represents that it possesses the professional and technical personnel necessary to perform the Services required by this Agreement and that the personnel have sufficient skill and experience to perform the Services assigned to them. CONSULTANT represents that it, its employees and subconsultants, if permitted, have and shall maintain during the term of this Agreement all licenses, permits, qualifications, insurance and approvals of whatever nature that are legally required to perform the Services. All of the services to be furnished by CONSULTANT under this agreement shall meet the professional standard and quality that prevail among professionals in the same discipline and of similar knowledge and skill engaged in related work throughout California under the same or similar circumstances. SECTION 7. COMPLIANCE WITH LAWS. CONSULTANT shall keep itself informed of and in compliance with all federal, state and local laws, ordinances, regulations, and orders that may affect in any manner the Project or the performance of the Services or those engaged to perform Services under this Agreement. CONSULTANT shall procure all permits and licenses, pay all charges and fees, and give all notices required by law in the performance of the Services. SECTION 8. ERRORS/OMISSIONS. CONSULTANT is solely responsible for costs, including, but not limited to, increases in the cost of Services, arising from or caused by CONSULTANT’s errors and omissions, including, but not limited to, the costs of corrections such errors and omissions, any change order markup costs, or costs arising from delay caused by the errors and omissions or unreasonable delay in correcting the errors and omissions. SECTION 9. COST ESTIMATES. If this Agreement pertains to the design of a public works project, CONSULTANT shall submit estimates of probable construction costs at each phase of design submittal. If the total estimated construction cost at any submittal exceeds ten percent (10%) of CITY’s stated construction budget, CONSULTANT shall make recommendations to CITY for aligning the PROJECT design with the budget, incorporate CITY approved recommendations, and revise the design to meet the Project budget, at no additional cost to CITY. SECTION 10. INDEPENDENT CONTRACTOR. It is understood and agreed that in performing the Services under this Agreement CONSULTANT, and any person employed by or contracted with CONSULTANT to furnish labor and/or materials under this Agreement, shall act as and be an independent contractor and not an agent or employee of CITY. SECTION 11. ASSIGNMENT. The parties agree that the expertise and experience of CONSULTANT are material considerations for this Agreement. CONSULTANT shall not assign or transfer any interest in this Agreement nor the performance of any of CONSULTANT’s obligations hereunder without the prior written consent of the city manager. Consent to one assignment will not be deemed to be consent to any subsequent assignment. Any DocuSign Envelope ID: 617B51D9-2D5C-414D-85AA-9DBA2328C639 Professional Services Rev. April 27, 2016 4 assignment made without the approval of the city manager will be void. SECTION 12. SUBCONTRACTING. Option A: No Subcontractor: CONSULTANT shall not subcontract any portion of the work to be performed under this Agreement without the prior written authorization of the city manager or designee. Option B: Subcontracts Authorized: Notwithstanding Section 11 above, CITY agrees that subconsultants may be used to complete the Services. The subconsultants authorized by CITY to perform work on this Project are: 1) Kennedy/Jenks Consultants 2) Smith Emery – San Francisco 3) WET Consulting (Chuck Fenton) 4) Bricker Valuation Services (Mike Bricker) CONSULTANT shall be responsible for directing the work of any subconsultants and for any compensation due to subconsultants. CITY assumes no responsibility whatsoever concerning compensation. CONSULTANT shall be fully responsible to CITY for all acts and omissions of a subconsultant. CONSULTANT shall change or add subconsultants only with the prior approval of the city manager or his designee. SECTION 13. PROJECT MANAGEMENT. CONSULTANT will assign Michael K. Jaeger, PE, QSD/QSP as the Project/Construction Manager to have supervisory responsibility for the performance, progress, and execution of the Services and Kara Tremblay, PE as the project Resident Engineer to represent CONSULTANT during the day-to-day work on the Project. If circumstances cause the substitution of the project director, project coordinator, or any other key personnel for any reason, the appointment of a substitute project director and the assignment of any key new or replacement personnel will be subject to the prior written approval of the CITY’s project manager. CONSULTANT, at CITY’s request, shall promptly remove personnel who CITY finds do not perform the Services in an acceptable manner, are uncooperative, or present a threat to the adequate or timely completion of the Project or a threat to the safety of persons or property. CITY’s project manager is Padmakar M Chaobal, P.E, Public Works Department, Environmental Services Division, Water Quality Control Plant, 2501 Embarcadero Way, Palo Alto, CA 94303, Telephone:(650)329-2287. The project manager will be CONSULTANT’s point of contact with respect to performance, progress and execution of the Services. CITY may designate an alternate project manager from time to time. SECTION 14. OWNERSHIP OF MATERIALS. Upon delivery, all work product, including without limitation, all writings, drawings, plans, reports, specifications, calculations, documents, other materials and copyright interests developed under this Agreement shall be and remain the exclusive property of CITY without restriction or limitation upon their use. CONSULTANT agrees that all copyrights which arise from creation of the work pursuant to this Agreement shall be vested in CITY, and CONSULTANT waives and relinquishes all claims to copyright or other intellectual property rights in favor of the CITY. Neither CONSULTANT nor its contractors, if DocuSign Envelope ID: 617B51D9-2D5C-414D-85AA-9DBA2328C639 Professional Services Rev. April 27, 2016 5 any, shall make any of such materials available to any individual or organization without the prior written approval of the City Manager or designee. CONSULTANT makes no representation of the suitability of the work product for use in or application to circumstances not contemplated by the scope of work. SECTION 15. AUDITS. CONSULTANT will permit CITY to audit, at any reasonable time during the term of this Agreement and for three (3) years thereafter, CONSULTANT’s records pertaining to matters covered by this Agreement. CONSULTANT further agrees to maintain and retain such records for at least three (3) years after the expiration or earlier termination of this Agreement. SECTION 16. INDEMNITY. [Option A applies to the following design professionals pursuant to Civil Code Section 2782.8: architects; landscape architects; registered professional engineers and licensed professional land surveyors.] 16.1. To the fullest extent permitted by law, CONSULTANT shall protect, indemnify, defend and hold harmless CITY, its Council members, officers, employees and agents, the State Water Resources Control Board, the California Infrastructure and Economic Development Bank, and any trustee, and their officers, employees, and agents for the bonds issued by the California Infrastructure and Economic Development Bank for this Project, if any (each an “Indemnified Party”) from and against any and all demands, claims, or liability of any nature, including death or injury to any person, property damage or any other loss, including all costs and expenses of whatever nature including attorneys fees, experts fees, court costs and disbursements (“Claims”) that arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of CONSULTANT, its officers, employees, agents or contractors under this Agreement, regardless of whether or not it is caused in part by an Indemnified Party. CONSULTANT shall cause the State Water Resources Control Board, the California Infrastructure and Economic Development Bank, and any trustee, and their officers, employees, and agents for the bonds issued by the California Infrastructure and Economic Development Bank for this Project, if any, to be included within the scope of any provision for the indemnification and defense of CITY in any subcontract entered into for this Project [Option B applies to any consultant who does not qualify as a design professional as defined in Civil Code Section 2782.8.] 16.1. To the fullest extent permitted by law, CONSULTANT shall protect, indemnify, defend and hold harmless CITY, its Council members, officers, employees and agents (each an “Indemnified Party”) from and against any and all demands, claims, or liability of any nature, including death or injury to any person, property damage or any other loss, including all costs and expenses of whatever nature including attorneys fees, experts fees, court costs and disbursements (“Claims”) resulting from, arising out of or in any manner related to performance or nonperformance by CONSULTANT, its officers, employees, agents or contractors under this Agreement, regardless of whether or not it is caused in part by an Indemnified Party. 16.2. Notwithstanding the above, nothing in this Section 16 shall be construed to require CONSULTANT to indemnify an Indemnified Party from Claims arising from the active negligence, sole negligence or willful misconduct of an Indemnified Party. DocuSign Envelope ID: 617B51D9-2D5C-414D-85AA-9DBA2328C639 Professional Services Rev. April 27, 2016 6 16.3. The acceptance of CONSULTANT’s services and duties by CITY shall not operate as a waiver of the right of indemnification. The provisions of this Section 16 shall survive the expiration or early termination of this Agreement. SECTION 17. WAIVERS. The waiver by either party of any breach or violation of any covenant, term, condition or provision of this Agreement, or of the provisions of any ordinance or law, will not be deemed to be a waiver of any other term, covenant, condition, provisions, ordinance or law, or of any subsequent breach or violation of the same or of any other term, covenant, condition, provision, ordinance or law. SECTION 18. INSURANCE. 18.1. CONSULTANT, at its sole cost and expense, shall obtain and maintain, in full force and effect during the term of this Agreement, the insurance coverage described in Exhibit "D". CONSULTANT and its contractors, if any, shall obtain a policy endorsement naming CITY, and the State Water Board, including its officers, agents, employees, and servants, as additional insureds under any general liability or automobile policy or policies. 18.2. All insurance coverage required hereunder shall be provided through carriers with AM Best’s Key Rating Guide ratings of A-:VII or higher which are licensed or authorized to transact insurance business in the State of California. Any and all contractors of CONSULTANT retained to perform Services under this Agreement will obtain and maintain, in full force and effect during the term of this Agreement, identical insurance coverage, naming CITY as an additional insured under such policies as required above. 18.3. Certificates evidencing such insurance shall be filed with CITY concurrently with the execution of this Agreement. The certificates will be subject to the approval of CITY’s Risk Manager and will contain an endorsement stating that the insurance is primary coverage and will not be canceled, or materially reduced in coverage or limits, by the insurer except after filing with the Purchasing Manager thirty (30) days' prior written notice of the cancellation or modification. If the insurer cancels or modifies the insurance and provides less than thirty (30) days’ notice to CONSULTANT, CONSULTANT shall provide the Purchasing Manager written notice of the cancellation or modification within two (2) business days of the CONSULTANT’s receipt of such notice. CONSULTANT shall be responsible for ensuring that current certificates evidencing the insurance are provided to CITY’s Chief Procurement Officer during the entire term of this Agreement. 18.4. The procuring of such required policy or policies of insurance will not be construed to limit CONSULTANT's liability hereunder nor to fulfill the indemnification provisions of this Agreement. Notwithstanding the policy or policies of insurance, CONSULTANT will be obligated for the full and total amount of any damage, injury, or loss caused by or directly arising as a result of the Services performed under this Agreement, including such damage, injury, or loss arising after the Agreement is terminated or the term has expired. SECTION 19. TERMINATION OR SUSPENSION OF AGREEMENT OR SERVICES. DocuSign Envelope ID: 617B51D9-2D5C-414D-85AA-9DBA2328C639 Professional Services Rev. April 27, 2016 7 19.1. The City Manager may suspend the performance of the Services, in whole or in part, or terminate this Agreement, with or without cause, by giving ten (10) days prior written notice thereof to CONSULTANT. Upon receipt of such notice, CONSULTANT will immediately discontinue its performance of the Services. 19.2. CONSULTANT may terminate this Agreement or suspend its performance of the Services by giving thirty (30) days prior written notice thereof to CITY, but only in the event of a substantial failure of performance by CITY. 19.3. Upon such suspension or termination, CONSULTANT shall deliver to the City Manager immediately any and all copies of studies, sketches, drawings, computations, and other data, whether or not completed, prepared by CONSULTANT or its contractors, if any, or given to CONSULTANT or its contractors, if any, in connection with this Agreement. Such materials will become the property of CITY. 19.4. Upon such suspension or termination by CITY, CONSULTANT will be paid for the Services rendered or materials delivered to CITY in accordance with the scope of services on or before the effective date (i.e., 10 days after giving notice) of suspension or termination; provided, however, if this Agreement is suspended or terminated on account of a default by CONSULTANT, CITY will be obligated to compensate CONSULTANT only for that portion of CONSULTANT’s services which are of direct and immediate benefit to CITY as such determination may be made by the City Manager acting in the reasonable exercise of his/her discretion. The following Sections will survive any expiration or termination of this Agreement: 14, 15, 16, 19.4, 20, and 25. 19.5. No payment, partial payment, acceptance, or partial acceptance by CITY will operate as a waiver on the part of CITY of any of its rights under this Agreement. SECTION 20. NOTICES. All notices hereunder will be given in writing and mailed, postage prepaid, by certified mail, addressed as follows: To CITY: Office of the City Clerk City of Palo Alto Post Office Box 10250 Palo Alto, CA 94303 With a copy to the Purchasing Manager To CONSULTANT: Attention of the project director at the address of CONSULTANT recited above SECTION 21. CONFLICT OF INTEREST. 21.1. In accepting this Agreement, CONSULTANT covenants that it presently has no interest, and will not acquire any interest, direct or indirect, financial or otherwise, which DocuSign Envelope ID: 617B51D9-2D5C-414D-85AA-9DBA2328C639 Professional Services Rev. April 27, 2016 8 would conflict in any manner or degree with the performance of the Services. 21.2. CONSULTANT further covenants that, in the performance of this Agreement, it will not employ subconsultants, contractors or persons having such an interest. CONSULTANT certifies that no person who has or will have any financial interest under this Agreement is an officer or employee of CITY; this provision will be interpreted in accordance with the applicable provisions of the Palo Alto Municipal Code and the Government Code of the State of California. 21.3. If the Project Manager determines that CONSULTANT is a “Consultant” as that term is defined by the Regulations of the Fair Political Practices Commission, CONSULTANT shall be required and agrees to file the appropriate financial disclosure documents required by the Palo Alto Municipal Code and the Political Reform Act. SECTION 22. NONDISCRIMINATION. 22.1 Municipal Code Requirements. As set forth in Palo Alto Municipal Code section 2.30.510, CONSULTANT certifies that in the performance of this Agreement, it shall not discriminate in the employment of any person because of the race, skin color, gender, age, religion, disability, national origin, ancestry, sexual orientation, housing status, marital status, familial status, weight or height of such person. CONSULTANT acknowledges that it has read and understands the provisions of Section 2.30.510 of the Palo Alto Municipal Code relating to Nondiscrimination Requirements and the penalties for violation thereof, and agrees to meet all requirements of Section 2.30.510 pertaining to nondiscrimination in employment. 22.2 State Water Resources Control Board Non-Discrimination Requirement. (a) In compliance with requirements of the State Water Resources Control Board financial assistance agreement approved by City on April 17, 2017, during the performance of this Agreement, CONSULTANT and its subconsultants shall not unlawfully discriminate, harass, or allow harassment against any employee or applicant for employment because of sex, race, color, ancestry, religious creed, national origin, sexual orientation, physical disability (including HIV and AIDS), mental disability, medical condition (cancer), age (over 40), marital status, denial of family care leave, or genetic information, gender, gender identity, gender expression, or military and veteran status. (b) CONSULTANT and its subconsultants shall ensure that the evaluation and treatment of their employees and applicants for employment are free from such discrimination and harassment. (c) CONSULTANT and its subconsultants shall comply with the provisions of the Fair Employment and Housing Act and the applicable regulations promulgated thereunder. (Gov. Code, §12990, subds. (a)-(f) et seq.;Cal. Code Regs., tit. 2, § 7285 et seq.) Such regulations are incorporated into this Agreement by reference and made a part hereof as if set forth in full. (d) CONSULTANT and its subconsultants shall give written notice of their obligations under this clause to labor organizations with which they have a collective bargaining or other DocuSign Envelope ID: 617B51D9-2D5C-414D-85AA-9DBA2328C639 Professional Services Rev. April 27, 2016 9 agreement. SECTION 23. ENVIRONMENTALLY PREFERRED PURCHASING AND ZERO WASTE REQUIREMENTS. CONSULTANT shall comply with the CITY’s Environmentally Preferred Purchasing policies which are available at CITY’s Purchasing Department, incorporated by reference and may be amended from time to time. CONSULTANT shall comply with waste reduction, reuse, recycling and disposal requirements of CITY’s Zero Waste Program. Zero Waste best practices include first minimizing and reducing waste; second, reusing waste and third, recycling or composting waste. In particular, CONSULTANT shall comply with the following zero waste requirements: (a) All printed materials provided by CCONSULTANT to CITY generated from a personal computer and printer including but not limited to, proposals, quotes, invoices, reports, and public education materials, shall be double-sided and printed on a minimum of 30% or greater post-consumer content paper, unless otherwise approved by CITY’s Project Manager. Any submitted materials printed by a professional printing company shall be a minimum of 30% or greater post- consumer material and printed with vegetable based inks. (b) Goods purchased by CONSULTANT on behalf of CITY shall be purchased in accordance with CITY’s Environmental Purchasing Policy including but not limited to Extended Producer Responsibility requirements for products and packaging. A copy of this policy is on file at the Purchasing Division’s office. (c) Reusable/returnable pallets shall be taken back by CONSULTANT, at no additional cost to CITY, for reuse or recycling. CONSULTANT shall provide documentation from the facility accepting the pallets to verify that pallets are not being disposed. SECTION 24. COMPLIANCE WITH PALO ALTO MINIMUM WAGE ORDINANCE. CONSULTANT shall comply with all requirements of the Palo Alto Municipal Code Chapter 4.62 (Citywide Minimum Wage), as it may be amended from time to time. In particular, for any employee otherwise entitled to the State minimum wage, who performs at least two (2) hours of work in a calendar week within the geographic boundaries of the City, CONSULTANT shall pay such employees no less than the minimum wage set forth in Palo Alto Municipal Code section 4.62.030 for each hour worked within the geographic boundaries of the City of Palo Alto. In addition, CONSULTANT shall post notices regarding the Palo Alto Minimum Wage Ordinance in accordance with Palo Alto Municipal Code section 4.62.060. SECTION 25. NON-APPROPRIATION 25.1. This Agreement is subject to the fiscal provisions of the Charter of the City of Palo Alto and the Palo Alto Municipal Code. This Agreement will terminate without any penalty (a) at the end of any fiscal year in the event that funds are not appropriated for the following fiscal year, or (b) at any time within a fiscal year in the event that funds are only appropriated for a portion of the fiscal year and funds for this Agreement are no longer available. This section shall take precedence in the event of a conflict with any other covenant, term, condition, or provision of this Agreement. DocuSign Envelope ID: 617B51D9-2D5C-414D-85AA-9DBA2328C639 Professional Services Rev. April 27, 2016 10 SECTION 26. PREVAILING WAGES AND DIR REGISTRATION FOR PUBLIC WORKS CONTRACTS 26.1 This Project is not subject to prevailing wages. CONSULTANT is not required to pay prevailing wages in the performance and implementation of the Project in accordance with SB 7 if the contract is not a public works contract, if the contract does not include a public works construction project of more than $25,000, or the contract does not include a public works alteration, demolition, repair, or maintenance (collectively, ‘improvement’) project of more than $15,000. OR 26.1 CONSULTANT is required to pay general prevailing wages as defined in Subchapter 3, Title 8 of the California Code of Regulations and Section 16000 et seq. and Section 1773.1 of the California Labor Code. Pursuant to the provisions of Section 1773 of the Labor Code of the State of California, the City Council has obtained the general prevailing rate of per diem wages and the general rate for holiday and overtime work in this locality for each craft, classification, or type of worker needed to execute the contract for this Project from the Director of the Department of Industrial Relations (“DIR”). Copies of these rates may be obtained at the Purchasing Division’s office of the City of Palo Alto. CONSULTANT shall provide a copy of prevailing wage rates to any staff or subcontractor hired, and shall pay the adopted prevailing wage rates as a minimum. CONSULTANT shall comply with the provisions of all sections, including, but not limited to, Sections 1775, 1776, 1777.5, 1782, 1810, and 1813, of the Labor Code pertaining to prevailing wages. In addition, CONSULTANT shall comply with the provisions of the Davis Bacon Act if applicable. [Note: the work performed by Consultant’s “Inspector” position is subject to California prevailing wage rates (see Exhibit C-1); otherwise, this Agreement is not subject to prevailing wages.] 26.2 CONSULTANT shall comply with the requirements of Exhibit “E” for any contract for public works construction, alteration, demolition, repair or maintenance. SECTION 27. MISCELLANEOUS PROVISIONS. 27.1. This Agreement will be governed by the laws of the State of California. 27.2. In the event that an action is brought, the parties agree that trial of such action will be vested exclusively in the state courts of California in the County of Santa Clara, State of California. 27.3. The prevailing party in any action brought to enforce the provisions of this Agreement may recover its reasonable costs and attorneys' fees expended in connection with that action. The prevailing party shall be entitled to recover an amount equal to the fair market value of legal services provided by attorneys employed by it as well as any attorneys’ fees paid to third parties. 27.4. This document represents the entire and integrated agreement between the DocuSign Envelope ID: 617B51D9-2D5C-414D-85AA-9DBA2328C639 Professional Services Rev. April 27, 2016 11 parties and supersedes all prior negotiations, representations, and contracts, either written or oral. This document may be amended only by a written instrument, which is signed by the parties. 27.5. The covenants, terms, conditions and provisions of this Agreement will apply to, and will bind, the heirs, successors, executors, administrators, assignees, and consultants of the parties. 27.6. If a court of competent jurisdiction finds or rules that any provision of this Agreement or any amendment thereto is void or unenforceable, the unaffected provisions of this Agreement and any amendments thereto will remain in full force and effect. 27.7. All exhibits referred to in this Agreement and any addenda, appendices, attachments, and schedules to this Agreement which, from time to time, may be referred to in any duly executed amendment hereto are by such reference incorporated in this Agreement and will be deemed to be a part of this Agreement. 27.8 In the event of a conflict between the terms of this Agreement and the exhibits hereto or CONSULTANT’s proposal (if any), the Agreement shall control. In the case of any conflict between the exhibits hereto and CONSULTANT’s proposal, the exhibits shall control. 27.9 If, pursuant to this contract with CONSULTANT, CITY shares with CONSULTANT personal information as defined in California Civil Code section 1798.81.5(d) about a California resident (“Personal Information”), CONSULTANT shall maintain reasonable and appropriate security procedures to protect that Personal Information, and shall inform City immediately upon learning that there has been a breach in the security of the system or in the security of the Personal Information. CONSULTANT shall not use Personal Information for direct marketing purposes without City’s express written consent. 27.10 All unchecked boxes do not apply to this agreement. 27.11 The individuals executing this Agreement represent and warrant that they have the legal capacity and authority to do so on behalf of their respective legal entities. 27.12 This Agreement may be signed in multiple counterparts, which shall, when executed by all the parties, constitute a single binding agreement DocuSign Envelope ID: 617B51D9-2D5C-414D-85AA-9DBA2328C639 Professional Services Rev. April 27, 2016 12 CONTRACT No. C17166486 SIGNATURE PAGE IN WITNESS WHEREOF, the parties hereto have by their duly authorized representatives executed this Agreement on the date first above written. CITY OF PALO ALTO City Manager (Contract over $85k) Purchasing Manager (Contract over $50k) Contracts Administrator (Contract under $50k) APPROVED AS TO FORM: City Attorney or designee (Contract over $25k) Contracts Administrator (Checklist Approval) TANNER PACIFIC, INC. Officer 1 By: Name: Title: Officer 2 (Required for Corp. or LLC) By: Name: Title: Attachments: EXHIBIT “A”: SCOPE OF SERVICES EXHIBIT “B”: SCHEDULE OF PERFORMANCE EXHIBIT “C”: COMPENSATION EXHIBIT “C-1”: SCHEDULE OF RATES EXHIBIT “D”: INSURANCE REQUIREMENTS EXHIBIT “E”: DIR REGISTRATION FOR PUBLIC WORKS CONTRACTS DocuSign Envelope ID: 617B51D9-2D5C-414D-85AA-9DBA2328C639 President/CEO William Tanner Kathryn Tanner Board Secretary Professional Services Rev. April 27, 2016 13 EXHIBIT “A” SCOPE OF SERVICES CONSTRUCTION MANAGEMENT FOR SLUDGE DEWATERING AND LOADOUT FACILITY Consultant Tanner Pacific has agreed to provide construction management services to the City for the RWQCP Sludge Dewatering and Loadout Facility Project. This Exhibit sets forth the scope of those services. For purposes of this Exhibit, the project participants are identified as follows: City of Palo Alto Regional Water Quality Control Plant (RWQCP): “OWNER” City’s Design Consultant/Resident Engineer CH2M Hill: “ENGINEER” Construction Management Consultant Tanner Pacific: “CM” City’s Construction Contractor C. Overaa & Co. : “CONTRACTOR” A. Preconstruction Phase Tasks 1. Construction Kick-off Meeting a. The CM will prepare the agenda for the meeting, facilitate the meeting, address administrative and non-design issues, and prepare record of discussions of the meeting for distribution. OWNER, ENGINEER and CONTRACTOR’s team will attend the meeting. The ENGINEER will address design issues. 2. Administration and Office Set-Up a. The CM will setup the files for the project prior to commencement of construction and coordinate with the OWNER and CONTRACTOR for office trailer set-up. b. OWNER will designate location for the office trailer and provide utility connection points. c. The CM will provide office trailer, copier, phone/service, and internet access. 3. Preconstruction Walk/Photos/Video a. The CM will conduct preconstruction inspections documenting conditions using digital photographs and video. B. Construction Phase 1. Construction Administration a. Project Coordination: The CM will act as the project coordinator and the point of contact for all communications with the CONTRACTOR. The CM will coordinate activities of the OWNER, ENGINEER, and CONTRACTOR DocuSign Envelope ID: 617B51D9-2D5C-414D-85AA-9DBA2328C639 Professional Services Rev. April 27, 2016 14 b. Document Tracking System: The CM will establish, implement and maintain an online system for tracking all correspondence and documents on the Project. The CM will incorporate within the tracking system the means to track the routing of submittals/RFIs to the OWNER’s other consultants. c. Construction Administration Services: The CM will provide administrative and management services. The CM will receive all correspondence from the CONTRACTOR and address all inquiries from the CONTRACTOR and construction related correspondence. The ENGINEER will be responsible for providing design input. 2. Meetings a. The CM will prepare agenda for progress meetings and other construction meetings required during the Project, which will include weekly meetings with the CONTRACTOR and ENGINEER. b. The CM will facilitate and prepare records of discussions for the progress meetings and other construction related meetings. 3. Submittals a. The CM will establish, implement and coordinate the submittal processing. b. The CM will receive the submittals from the Contractor and check the submittals for general conformity with the Contract requirements. If obvious deficiencies are apparent in the submittal, the CM will send the submittal back to the Contractor for correction. c. The CM will route the submittal to the ENGINEER for review and will route the reviewed submittal back to the CONTRACTOR. The CM will review comments on the submittals to determine if additional follow-up with the CONTRACTOR is warranted and to identify any scope changes. d. The CM will maintain an online log and tracking system for submittals. The CM will track the status of submittal review with the ENGINEER and the status of shop drawing resubmittals with the CONTRACTOR. e. ENGINEER to review all design related submittals and all submittals for temporary facilities. 4. Request for Information/Clarification Process a. The CM will establish, implement and coordinate an online system for processing requests for design clarifications. b. The CM will receive all requests for information (RFIs) from the CONTRACTOR and determine if the request is a valid RFI; if not, the CM will return the RFI to the CONTRACTOR. DocuSign Envelope ID: 617B51D9-2D5C-414D-85AA-9DBA2328C639 Professional Services Rev. April 27, 2016 15 c. The CM will provide a response within 10 days to the CONTRACTOR for any administrative and general RFI. d. The CM will electronically route all other RFIs to the ENGINEER. e. The ENGINEER will review the RFIs and provide design response. f. The CM will review the ENGINEER’s response, verify acceptability of response and transmit the Clarification Response to the CONTRACTOR. g. The CM will maintain an online system for logging and tracking RFIs. h. The ENGINEER will prepare Design Clarifications where design issues are identified by the CM, the ENGINEER, or the OWNER. The CM will prepare the Clarification Letter for transmittal to the CONTRACTOR of the ENGINEER’s Design Clarification and other clarifications. 5. Change Order Preparation, Negotiation & Processing a. The CM will review all change order requests (OWNER initiated and CONTRACTOR initiated). b. The CM will judge the validity and/or merits of all CONTRACTOR initiated change order requests. CONTRACTOR initiated change orders deemed unnecessary, or not substantiated by a deficiency in the construction documents will be returned to CONTRACTOR unapproved with an explanation. c. The ENGINEER will prepare design details for change requests. d. The CM will prepare and issue approved change order requests to the CONTRACTOR with the appropriate design documents. e. The CM will prepare an independent cost estimate and/or verify the acceptability of the CONTRACTOR’s cost proposal for each approved change request. The ENGINEER’s input may be requested for specific equipment and material costs. f. In the event the CONTRACTOR encounters a time sensitive problem where time is not available to negotiate a settlement, the CM will issue a field order. All work done under a field order will be completed on a time and material basis. Field orders will be reviewed and approved with the OWNER prior to issuance. g. The CM will negotiate change orders with the CONTRACTOR, considering impact to the schedule, as well as, reasonableness of cost, and impact to total project budget. h. The CM will prepare change orders for execution by the OWNER and CONTRACTOR. i. The CM will prepare a Change Order Memorandum, if requested by the OWNER, to provide additional background discussion for need of the change and reasonableness of cost and schedule impact. DocuSign Envelope ID: 617B51D9-2D5C-414D-85AA-9DBA2328C639 Professional Services Rev. April 27, 2016 16 j. The CM will implement and maintain a system for logging and tracking changes. k. The CM will establish and maintain Change Event Files. These files will compile all data related to specific items that arise that may have cost or time impacts. 6. Documentation of Environmental Compliance a. The CM will document compliance with environmental permitting and mitigation measures in accordance with the requirements of the environmental documents and regulatory permits. 7. Progress Payment a. The CM will review the initial cost breakdown prepared by the CONTRACTOR and will establish a progress payment request form for the CONTRACTOR’s use which is compatible with the State Revolving Fund (SRF) CONTRACTOR Spreadsheet (Form No. 259) and acceptable to SRF, Financial Assistance Division. b. The CM will review and process the progress payment requests and determine whether the amount requested reflects the actual status of the Contractor’s work in place, materials on site and other contract requirements. c. The CM will verify the CONTRACTOR’s construction progress as it relates to the progress billing procedure. d. The CM will perform the appropriate administration, preparation and processing of the monthly progress payments so the OWNER can respond in accordance with the time periods set forth in the Public Contract Code. e. The CM will prepare the summary cover sheet for the progress payments which will be executed by the CM, the CONTRACTOR and the OWNER. f. The CM will not recommend final payment to the CONTRACTOR until the CM has determined CONTRACTOR has complied with the project closeout requirements, including record documents, warranties, and operations and maintenance manuals. g. The CM will provide, prepare, and have ready to submit to the State SRF all needed documentation needed to obtain monthly SRF loan disbursements during the construction period. The OWNER will submit the documentation to the State. 8. CONTRACTOR’s Certified Payroll a. On a bi-weekly basis, or when otherwise requested by the OWNER, State, or other agency or public inquiry, the CM will collect but not review certified payroll from the CONTRACTOR. Apart from the regular, bi- DocuSign Envelope ID: 617B51D9-2D5C-414D-85AA-9DBA2328C639 Professional Services Rev. April 27, 2016 17 weekly collection, the CM will obtain payroll records within 10 days of the OWNER’s request. b. CONTRACTOR is responsible for submitting electronically their certified payroll records to the State Department of Industrial Relations. 9. Scheduling a. The CM will review CONTRACTOR’s initial Baseline schedule submittal to determine whether it is realistic and prepared in accordance with the Contract Documents, that the milestone and Substantial Completion dates meet the overall goal for schedule and that no major conflicts exist. The CM will advise OWNER of the review determination and provide written comments to the CONTRACTOR. b. The CM will review the CONTRACTOR’s schedule updates and provide written comments to the submitted update. c. The CM will review the impact of change orders on the schedule and consider schedule impacts in negotiations with the CONTRACTOR on change orders. d. The CM will review and evaluate the CONTRACTOR’s requests for Contract Time extension and make written recommendations to the OWNER regarding entitlement and the number of days, if any, to be added to the Contract Time(s). If requested by the OWNER, The CM will provide a written assessment of the time request. The CM in conjunction with the OWNER will negotiate schedule adjustments with the CONTRACTOR. 10. Field Quality Control a. The CM will provide field observation services to monitor compliance with the Contract Documents. b. The CM will prepare daily inspection reports documenting observed field activities, field crews, CONTRACTOR equipment, and field problems. c. No allowance is included in the budget for overtime inspection. d. The CM will provide and maintain photographs of field activities for status monitoring of the project. e. The CM will monitor record documents on a monthly basis to determine if they are being maintained by the CONTRACTOR and are in substantial conformance with the CM’s information. f. Special Inspections: The CM will furnish the materials testing and Special Inspections required to be performed for the Project. 1. Special Inspection and materials testing will include: a. Soils compaction and relevant testing b. Asphalt compaction and relevant testing DocuSign Envelope ID: 617B51D9-2D5C-414D-85AA-9DBA2328C639 Professional Services Rev. April 27, 2016 18 c. Concrete sampling and testing d. Structural steel welding 2. The CM will schedule and coordinate the material testing services and have oversight responsibility for the specialty inspections and testing services. 11. System Outages a. The CM will review and evaluate the CONTRACTOR’s outage requests. In conjunction with the OWNER, the CM will assess the reasonableness of the duration of the requested shutdown. b. The CM will facilitate/coordinate shutdowns with the CONTRACTOR, OWNER, and ENGINEER. c. OWNER is responsible for reviewing system outage requests, confirming the outage is properly planned, implementing the outage, and bringing services back on line after the outage. 12. Means and Methods of Construction a. The CM will not have responsibility for directing the means and methods of construction. The CONTRACTOR shall be solely responsible for the means and methods of construction. 13. Safety a. The CM will comply with appropriate regulatory, project and City regulations regarding necessary safety equipment and procedures used during performance of the CM’s work and shall take necessary precautions for safe operation of the CM’s work, and the protection of the CM’s personnel from injury and damage from such work. b. Neither the professional activities of the CM, nor the presence of the CM’s employees or sub-consultants at the construction/project site, shall relieve the CONTRACTOR and any other entity of their obligations, duties and responsibilities including, but not limited to, construction means, methods, sequence, techniques or procedures necessary for performing, superintending, or coordinating their work in accordance with the Contract Documents, City regulations, and any health or safety precautions required by any regulatory agencies. The CM and its personnel have no authority to exercise any control over any CONTRACTOR or other entity or their employees in connection with their work or any health or safety precautions. DocuSign Envelope ID: 617B51D9-2D5C-414D-85AA-9DBA2328C639 Professional Services Rev. April 27, 2016 19 14. Spare Parts a. The CM will prepare a list of required spare parts from the specifications, inventory spare parts as they are delivered by the CONTRACTOR, and transfer spare parts to the OWNER. 15. Operation and Maintenance (O&M) Manuals a. The CM will prepare a list of anticipated O&M Manuals and track the submittal and review process similar to “Submittals” above, and transfer final copies to the OWNER. 16. Testing and Training a. The CM will coordinate training requirements and activities. b. The ENGINEER will provide design assistance during testing operations. c. The CM will work with the CONTRACTOR, the ENGINEER and the OWNER on the development of the Testing and Startup Plan. d. The CM will provide oversight and administration of training and testing. e. The CM will coordinate the training with the CONTRACTOR, Vendor and WQCP staff. Some equipment, such as loadout equipment, will need training for third party personnel (truck drivers for the hauling contractor) with whom the OWNER will be contracting with. The OWNER will provide the vendor contact information. f. The CM will observe start-up and testing as the OWNER’s representative and maintain copies of start-up documentation in an organized binder that will be turned over at the end of the project. g. The CM will attend training sessions and collect attendance sheets and copies of training material. 17. Corrective Work Item List a. The CM will prepare and maintain a Corrective Work Item list (CWL) with the input from the OWNER and ENGINEER. b. The CM will confirm that the items identified in the CWL are completed in preparation for issuance of Substantial Completion Certificate (SCC). c. The CM will prepare the SCC for execution by the OWNER and the CONTRACTOR when the Corrective Work Items are completed to the OWNER’s and The CM’s satisfaction. C. Project Closeout Phase 1. Final Inspection and Punch-list a. Final Inspection 1. The CM will have primary responsibility for conducting the final inspection. DocuSign Envelope ID: 617B51D9-2D5C-414D-85AA-9DBA2328C639 Professional Services Rev. April 27, 2016 20 2. The OWNER will participate and provide input on the final inspection. 3. ENGINEER will provide design input on final inspection items if determined necessary by the OWNER. 4. The CM will be responsible for oversight and review of the final inspection. b. The CM will prepare the list of outstanding deficiencies. c. The CM will prepare and issue the Punch-list(s) from the list of deficiencies. d. The CM will have primary responsibility for verifying that the Punch-list work is complete. 2. Warranty Coordination a. The CM will maintain a warranty file. 3. Project Closeout a. CONTRACTOR will furnish record documents, which the CM will review and turn over to ENGINEER for conforming and final issuance to OWNER. b. The CM will prepare necessary OWNER documentation recommending acceptance of the completed work by the OWNER. c. The CM will turnover project documentation to the OWNER in an orderly manner and in a timely manner after completion of the project and all Punch-list activities. The CM will retain all issue files at the end of the project. The OWNER shall have the right to request review and/or copies of the change events files. DocuSign Envelope ID: 617B51D9-2D5C-414D-85AA-9DBA2328C639 Professional Services Rev. April 27, 2016 21 EXHIBIT “B” SCHEDULE OF PERFORMANCE CONSULTANT shall perform the Services so as to complete each milestone within the number of days/weeks specified below. The time to complete each milestone may be increased or decreased by mutual written agreement of the project managers for CONSULTANT and CITY so long as all work is completed within the term of the Agreement. CONSULTANT shall provide a detailed schedule of work consistent with the schedule below within 2 weeks of receipt of the notice to proceed. Milestones Completion No. of Weeks From NTP 1. Task 1 Pre-Construction 8 2. Task 2 - Construction 94 3. Task 3 – Project Close Out 104 DocuSign Envelope ID: 617B51D9-2D5C-414D-85AA-9DBA2328C639 Professional Services Rev. April 27, 2016 22 EXHIBIT “C” COMPENSATION The CITY agrees to compensate the CONSULTANT for professional services performed in accordance with the terms and conditions of this Agreement, and as set forth in the budget schedule below. Compensation shall be calculated based on the hourly rate schedule attached as exhibit C-1 up to the not to exceed budget amount for each task set forth below. CONSULTANT shall perform the tasks and categories of work as outlined and budgeted below. The CITY’s Project Manager may approve in writing the transfer of budget amounts between any of the tasks or categories listed below provided the total compensation for Basic Services, including reimbursable expenses, and the total compensation for Additional Services do not exceed the amounts set forth in Section 4 of this Agreement. BUDGET SCHEDULE NOT TO EXCEED AMOUNT Task 1 $11,000.00 (Pre-Construction) Task 2 $1,704,000.00 (Construction) Task 3 $65,000.00 (Project Close Out) Sub-total Basic Services $1,780,000.00 Reimbursable Expenses $20,000.00 Total Basic Services and Reimbursable expenses $1,800,000.00 Additional Services (Not to Exceed) $180,000.00 Maximum Total Compensation $1,980,000.00 REIMBURSABLE EXPENSES The administrative, overhead, secretarial time or secretarial overtime, word processing, photocopying, in-house printing, insurance and other ordinary business expenses are included within the scope of payment for services and are not reimbursable expenses. DocuSign Envelope ID: 617B51D9-2D5C-414D-85AA-9DBA2328C639 Professional Services Rev. April 27, 2016 23 CITY shall reimburse CONSULTANT for the following reimbursable expenses at cost. Expenses for which CONSULTANT shall be reimbursed are: A. Travel outside the San Francisco Bay area, including transportation and meals, will be reimbursed at actual cost subject to the City of Palo Alto’s policy for reimbursement of travel and meal expenses for City of Palo Alto employees. B. Long distance telephone service charges, cellular phone service charges, facsimile transmission and postage charges are reimbursable at actual cost. All requests for payment of expenses shall be accompanied by appropriate backup information. Any expense anticipated to be more than $1,000.00 shall be approved in advance by the CITY’s project manager. ADDITIONAL SERVICES The CONSULTANT shall provide additional services only by advanced, written authorization from the CITY. The CONSULTANT, at the CITY’s project manager’s request, shall submit a detailed written proposal including a description of the scope of services, schedule, level of effort, and CONSULTANT’s proposed maximum compensation, including reimbursable expense, for such services based on the rates set forth in Exhibit C-1. The additional services scope, schedule and maximum compensation shall be negotiated and agreed to in writing by the CITY’s Project Manager and CONSULTANT prior to commencement of the services. Payment for additional services is subject to all requirements and restrictions in this Agreement Work required because the following conditions are not satisfied or are exceeded shall be considered as additional services: Assist CITY with any additional work related to projects covered under Long Range Facilities Plan (LRFP). DocuSign Envelope ID: 617B51D9-2D5C-414D-85AA-9DBA2328C639 Professional Services Rev. April 27, 2016 24 EXHIBIT “C-1” SCHEDULE OF RATES TANNER PACIFIC, Inc. Range of Hourly Rates1 Staff Title 2017 2018 2019 Principal/Construction Manager $220.00 $225.00 $230.00 Resident Engineer $112.00 $117.00 $122.00 Office/Field Engineer $101.00 $106.00 $111.00 Inspector2 $151.00 $156.00 $161.00 Administrative Assistant $90.00 $92.00 $94.00 Intern $45.00 $46.00 $47.00  1 Effective dates 6/30/16-11/1/19  2 Subject to California Prevailing Wage Subconsultants All Subconsultants invoiced at cost plus 5 percent  Smith Emery – Prevailing Wage  Bricker Valuation Services - $150/Hr  Wet Consulting - $180/Hr Expenses Direct expenses, as listed below, incurred in connection with the work, will be at cost:  Delivery services  Outside reproduction  Travel outside the Bay Area  All other extraordinary expenses invoiced at cost The foregoing Fee Schedule is incorporated into the agreement for the services provided, effective June 30, 2016 through June 30 2018. After June 30, 2018, invoices will reflect the Fee Schedule currently in effect. KENNEDY/JENKS CONSULTING (SUBCONSULTANT) DocuSign Envelope ID: 617B51D9-2D5C-414D-85AA-9DBA2328C639 Professional Services Rev. April 27, 2016 25 CAD-Technician $99.00 Designer-Senior Technician $134.00 Engineer-Scientist-Specialist 1 $113.00 Engineer-Scientist-Specialist 2 $129.00 Engineer-Scientist-Specialist 3 $152.00 Engineer-Scientist-Specialist 4 $168.00 Engineer-Scientist-Specialist 5 $187.00 Engineer-Scientist-Specialist 6 $199.00 Engineer-Scientist-Specialist 7 $224.00 Engineer-Scientist-Specialist 8 $262.00 Engineer-Scientist-Specialist 9 $266.00 Project Administrator $93.00 Administrative Assistant $72.00 Construction Support/Inspector $155.00 Aide $57.00 Mike Bricker $150.00 Chuck Fenton $180.00 SMITH EMERY (SUBCONSULTANT) Personnel and Field Testing $89.00 Staff Professional $105.00 Laboratory Testing Maximum Density-Soil/AB/HMA $185.00 ea Test - Concrete Cylinder and Soil Density $30.00 ea Concrete Cylinder or Grout Cube Pick-up $5.00 ea DocuSign Envelope ID: 617B51D9-2D5C-414D-85AA-9DBA2328C639 Attachment B Department of Labor Wage Determination Available as of February 14, 2017 EXHIBIT C-1 26 DocuSign Envelope ID: 617B51D9-2D5C-414D-85AA-9DBA2328C639 General Decision Number: CA170029 01/27/2017 CA29 Superseded General Decision Number: CA20160029 State: California Construction Types: Building, Heavy (Heavy and Dredging) and Highway Counties: Alameda, Calaveras, Contra Costa, Fresno, Kings, Madera, Mariposa, Merced, Monterey, San Benito, San Francisco, San Joaquin, San Mateo, Santa Clara, Santa Cruz, Stanislaus and Tuolumne Counties in California. BUILDING CONSTRUCTION PROJECTS; DREDGING PROJECTS (does not include hopper dredge work); HEAVY CONSTRUCTION PROJECTS (does not include water well drilling); HIGHWAY CONSTRUCTION PROJECTS Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.20 for calendar year 2017 applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.20 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2017. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/06/2017 1 01/20/2017 2 01/27/2017 ASBE0016-004 01/01/2015 AREA 1: CALAVERAS, FRESNO, KINGS, MADERA, MARIPOSA, MERCED, MONTEREY, SAN BENITO, SAN JOAQUIN, SANTA CRUZ, STANISLAUS & TOULMNE COUNTIES AREA 2: ALAMEDA, CONTRA COSTA, SAN FRANSICO, SAN MATEO & SANTA CLARA COUNTIES Rates Fringes Asbestos Removal worker/hazardous material handler (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging EXHIBIT C-1 27 DocuSign Envelope ID: 617B51D9-2D5C-414D-85AA-9DBA2328C639 and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not) Area 1......................$ 28.30 7.75 Area 2......................$ 32.38 7.75 ---------------------------------------------------------------- ASBE0016-008 08/01/2016 AREA 1: ALAMEDA, CONTRA COSTA, MONTEREY, SAN BENITO, SAN FRANSICO, SAN MATEO, SANTA CLARA, & SANTA CRUZ AREA 2: CALAVERAS, COLUSA, FRESNO, KINGS, MADERA, MARIPOSA, MERCED, SAN JOAQUIN, STANISLAU, & TUOLUMNE Rates Fringes Asbestos Workers/Insulator (Includes the application of all insulating materials, Protective Coverings, Coatings, and Finishes to all types of mechanical systems) Area 1......................$ 62.36 23.10 Area 2......................$ 46.96 23.10 ---------------------------------------------------------------- BOIL0549-001 01/01/2013 AREA 1: ALAMEDA, CONTRA COSTA, SAN FRANCISCO, SAN MATEO & SANTA CLARA COUNTIES AREA 2: REMAINING COUNTIES Rates Fringes BOILERMAKER Area 1......................$ 42.06 33.43 Area 2......................$ 38.37 31.32 ---------------------------------------------------------------- BRCA0003-001 08/01/2016 Rates Fringes MARBLE FINISHER..................$ 31.17 14.94 ---------------------------------------------------------------- BRCA0003-003 08/01/2016 Rates Fringes MARBLE MASON.....................$ 41.77 26.36 ---------------------------------------------------------------- BRCA0003-005 05/01/2016 Rates Fringes EXHIBIT C-1 28 DocuSign Envelope ID: 617B51D9-2D5C-414D-85AA-9DBA2328C639 BRICKLAYER ( 1) Fresno, Kings, Madera, Mariposa, Merced....$ 37.04 21.13 ( 7) San Francisco, San Mateo.......................$ 40.89 25.78 ( 8) Alameda, Contra Costa, San Benito, Santa Clara.......................$ 42.70 21.67 ( 9) Calaveras, San Joaquin, Stanislaus, Toulumne....................$ 38.21 20.71 (16) Monterey, Santa Cruz...$ 39.51 23.49 ---------------------------------------------------------------- BRCA0003-008 07/01/2016 Rates Fringes TERRAZZO FINISHER................$ 34.43 16.58 TERRAZZO WORKER/SETTER...........$ 42.41 26.31 ---------------------------------------------------------------- BRCA0003-011 10/01/2016 AREA 1: Alameda, Contra Costa, Monterey, San Benito, San Francisco, San Mateo, Santa Clara, Santa Cruz AREA 2: Calaveras, San Joaquin, Stanislaus, Tuolumne AREA 3: Fresno, Kings, Madera, Mariposa, Merced Rates Fringes TILE FINISHER Area 1......................$ 25.46 14.54 Area 2......................$ 23.31 12.90 Area 3......................$ 23.88 13.68 Tile Layer Area 1......................$ 43.90 16.29 Area 2......................$ 37.71 14.19 Area 3......................$ 34.40 15.59 ---------------------------------------------------------------- CARP0022-001 07/01/2016 San Francisco County Rates Fringes Carpenters Bridge Builder/Highway Carpenter...................$ 44.40 28.20 Hardwood Floorlayer, Shingler, Power Saw Operator, Steel Scaffold & Steel Shoring Erector, Saw Filer.......................$ 44.55 28.20 Journeyman Carpenter........$ 44.40 28.20 Millwright..................$ 44.50 29.79 EXHIBIT C-1 29 DocuSign Envelope ID: 617B51D9-2D5C-414D-85AA-9DBA2328C639 ---------------------------------------------------------------- CARP0034-001 07/01/2016 Rates Fringes Diver Assistant Tender, ROV Tender/Technician...........$ 43.65 31.40 Diver standby...............$ 48.61 31.40 Diver Tender................$ 47.82 31.40 Diver wet...................$ 93.17 31.40 Manifold Operator (mixed gas)........................$ 52.82 31.40 Manifold Operator (Standby).$ 47.82 31.40 DEPTH PAY (Surface Diving): 050 to 100 ft $2.00 per foot 101 to 150 ft $3.00 per foot 151 to 220 ft $4.00 per foot SATURATION DIVING: The standby rate shall apply until saturation starts. The saturation diving rate applies when divers are under pressure continuously until work task and decompression are complete. The diver rate shall be paid for all saturation hours. DIVING IN ENCLOSURES: Where it is necessary for Divers to enter pipes or tunnels, or other enclosures where there is no vertical ascent, the following premium shall be paid: Distance traveled from entrance 26 feet to 300 feet: $1.00 per foot. When it is necessary for a diver to enter any pipe, tunnel or other enclosure less than 48" in height, the premium will be $1.00 per foot. WORK IN COMBINATION OF CLASSIFICATIONS: Employees working in any combination of classifications within the diving crew (except dive supervisor) in a shift are paid in the classification with the highest rate for that shift. ---------------------------------------------------------------- CARP0034-003 07/01/2014 Rates Fringes Piledriver.......................$ 40.60 30.73 ---------------------------------------------------------------- CARP0035-007 07/01/2016 AREA 1: Alameda, Contra Costa, San Francisco, San Mateo, Santa Clara counties AREA 2: Monterey, San Benito, Santa Cruz Counties AREA 3: Calaveras, Fresno, Kings, Madera, Mariposa, Merced, San EXHIBIT C-1 30 DocuSign Envelope ID: 617B51D9-2D5C-414D-85AA-9DBA2328C639 Joaquin, Stanislaus, Tuolumne Counties Rates Fringes Modular Furniture Installer Area 1 Installer I................$ 24.91 19.62 Installer II...............$ 21.48 19.63 Lead Installer.............$ 28.36 20.13 Master Installer...........$ 32.58 19.63 Area 2 Installer I................$ 22.26 19.63 Installer II...............$ 19.31 19.63 Lead Installer.............$ 25.23 20.13 Master Installer...........$ 28.86 20.13 Area 3 Installer I................$ 21.31 19.63 Installer II...............$ 18.54 19.63 Lead Installer.............$ 24.11 20.13 Master Installer...........$ 31.13 20.13 ---------------------------------------------------------------- CARP0035-008 08/01/2016 AREA 1: Alameda, Contra Costa, San Francisco, San Mateo, Santa Clara counties AREA 2: Monterey, San Benito, Santa Cruz Counties AREA 3: San Joaquin AREA 4: Calaveras, Fresno, Kings, Madera, Mariposa, Merced, Stanislaus, Tuolumne Counties Rates Fringes Drywall Installers/Lathers: Area 1......................$ 44.40 28.64 Area 2......................$ 38.52 28.64 Area 3......................$ 39.02 28.64 Area 4......................$ 37.67 28.64 Drywall Stocker/Scrapper Area 1......................$ 22.20 16.57 Area 2......................$ 19.26 16.57 Area 3......................$ 19.51 16.57 Area 4......................$ 18.84 16.57 ---------------------------------------------------------------- CARP0152-001 07/01/2016 Contra Costa County Rates Fringes Carpenters Bridge Builder/Highway Carpenter...................$ 44.40 28.20 EXHIBIT C-1 31 DocuSign Envelope ID: 617B51D9-2D5C-414D-85AA-9DBA2328C639 Hardwood Floorlayer, Shingler, Power Saw Operator, Steel Scaffold & Steel Shoring Erector, Saw Filer.......................$ 44.55 28.20 Journeyman Carpenter........$ 44.40 28.20 Millwright..................$ 44.50 29.79 ---------------------------------------------------------------- CARP0152-002 07/01/2016 San Joaquin County Rates Fringes Carpenters Bridge Builder/Highway Carpenter...................$ 44.40 28.20 Hardwood Floorlayer, Shingler, Power Saw Operator, Steel Scaffold & Steel Shoring Erector, Saw Filer.......................$ 38.67 28.20 Journeyman Carpenter........$ 38.52 28.20 Millwright..................$ 41.02 29.79 ---------------------------------------------------------------- CARP0152-004 07/01/2016 Calaveras, Mariposa, Merced, Stanislaus and Tuolumne Counties Rates Fringes Carpenters Bridge Builder/Highway Carpenter...................$ 44.40 28.20 Hardwood Floorlayer, Shingler, Power Saw Operator, Steel Scaffold & Steel Shoring Erector, Saw Filer.......................$ 37.32 28.20 Journeyman Carpenter........$ 37.17 28.20 Millwright..................$ 39.67 29.79 ---------------------------------------------------------------- CARP0217-001 07/01/2016 San Mateo County Rates Fringes Carpenters Bridge Builder/Highway Carpenter...................$ 44.40 28.20 Hardwood Floorlayer, Shingler, Power Saw Operator, Steel Scaffold & Steel Shoring Erector, Saw Filer.......................$ 44.55 28.20 Journeyman Carpenter........$ 44.40 28.20 EXHIBIT C-1 32 DocuSign Envelope ID: 617B51D9-2D5C-414D-85AA-9DBA2328C639 Millwright..................$ 44.50 29.79 ---------------------------------------------------------------- CARP0405-001 07/01/2016 Santa Clara County Rates Fringes Carpenters Bridge Builder/Highway Carpenter...................$ 44.40 28.20 Hardwood Floorlayer, Shingler, Power Saw Operator, Steel Scaffold & Steel Shoring Erector, Saw Filer.......................$ 44.55 28.20 Journeyman Carpenter........$ 44.40 28.20 Millwright..................$ 44.50 29.79 ---------------------------------------------------------------- CARP0405-002 07/01/2016 San Benito County Rates Fringes Carpenters Bridge Builder/Highway Carpenter...................$ 44.40 28.20 Hardwood Floorlayer, Shingler, Power Saw Operator, Steel Scaffold & Steel Shoring Erector, Saw Filer.......................$ 38.58 28.20 Journeyman Carpenter........$ 38.52 28.20 Millwright..................$ 41.02 29.79 ---------------------------------------------------------------- CARP0505-001 07/01/2016 Santa Cruz County Rates Fringes Carpenters Bridge Builder/Highway Carpenter...................$ 44.40 28.20 Hardwood Floorlayer, Shingler, Power Saw Operator, Steel Scaffold & Steel Shoring Erector, Saw Filer.......................$ 38.67 28.20 Journeyman Carpenter........$ 38.52 28.20 Millwright..................$ 41.02 29.79 ---------------------------------------------------------------- CARP0605-001 07/01/2016 Monterey County EXHIBIT C-1 33 DocuSign Envelope ID: 617B51D9-2D5C-414D-85AA-9DBA2328C639 Rates Fringes Carpenters Bridge Builder/Highway Carpenter...................$ 44.40 28.20 Hardwood Floorlayer, Shingler, Power Saw Operator, Steel Scaffold & Steel Shoring Erector, Saw Filer.......................$ 38.67 28.20 Journeyman Carpenter........$ 38.52 28.20 Millwright..................$ 41.02 29.79 ---------------------------------------------------------------- CARP0701-001 07/01/2016 Fresno and Madera Counties Rates Fringes Carpenters Bridge Builder/Highway Carpenter...................$ 44.40 28.20 Hardwood Floorlayer, Shingler, Power Saw Operator, Steel Scaffold & Steel Shoring Erector, Saw Filer.......................$ 37.32 28.20 Journeyman Carpenter........$ 37.17 28.20 Millwright..................$ 39.67 29.79 ---------------------------------------------------------------- CARP0713-001 07/01/2016 Alameda County Rates Fringes Carpenters Bridge Builder/Highway Carpenter...................$ 44.40 28.20 Hardwood Floorlayer, Shingler, Power Saw Operator, Steel Scaffold & Steel Shoring Erector, Saw Filer.......................$ 44.55 28.20 Journeyman Carpenter........$ 44.40 28.20 Millwright..................$ 44.50 29.79 ---------------------------------------------------------------- CARP1109-001 07/01/2016 Kings County Rates Fringes Carpenters Bridge Builder/Highway Carpenter...................$ 44.40 28.20 Hardwood Floorlayer, EXHIBIT C-1 34 DocuSign Envelope ID: 617B51D9-2D5C-414D-85AA-9DBA2328C639 Shingler, Power Saw Operator, Steel Scaffold & Steel Shoring Erector, Saw Filer.......................$ 37.32 28.20 Journeyman Carpenter........$ 37.17 28.20 Millwright..................$ 39.67 29.79 ---------------------------------------------------------------- ELEC0006-004 12/01/2016 SAN FRANCISCO COUNTY Rates Fringes Sound & Communications Installer...................$ 35.57 3%+18.05 Technician..................$ 40.50 3%+18.05 SCOPE OF WORK: Including any data system whose only function is to transmit or receive information; excluding all other data systems or multiple systems which include control function or power supply; inclusion or exclusion of terminations and testings of conductors determined by their function; excluding fire alarm work when installed in raceways (including wire and cable pulling) and when performed on new or major remodel building projects or jobs for which the conductors for the fire alarm system are installed in conduit; excluding installation of raceway systems, line voltage work, industrial work, life-safety systems (all buildings having floors located more than 75' above the lowest floor level having building access); excluding energy management systems. FOOTNOTE: Fire alarm work when installed in raceways (including wire and cable pulling), on projects which involve new or major remodel building construction, for which the conductors for the fire alarm system are installed in the conduit, shall be performed by the inside electrician. ---------------------------------------------------------------- ELEC0006-007 06/01/2016 SAN FRANCISCO COUNTY Rates Fringes ELECTRICIAN......................$ 64.00 30.38 ---------------------------------------------------------------- ELEC0100-002 07/01/2016 FRESNO, KINGS, AND MADERA COUNTIES Rates Fringes ELECTRICIAN......................$ 36.00 20.63 ---------------------------------------------------------------- ELEC0100-005 12/01/2016 EXHIBIT C-1 35 DocuSign Envelope ID: 617B51D9-2D5C-414D-85AA-9DBA2328C639 FRESNO, KINGS, MADERA Rates Fringes Communications System Installer...................$ 30.64 3%+17.86 Technician..................$ 34.89 3%+17.86 SCOPE OF WORK Includes the installation testing, service and maintenance, of the following systems which utilize the transmission and/or transference of voice, sound, vision and digital for commercial, education, security and entertainment purposes for the following: TV monitoring and surveillance, background-foreground music, intercom and telephone interconnect, inventory control systems, microwave transmission, multi-media, multiplex, nurse call system, radio page, school intercom and sound, burglar alarms, and low voltage master clock systems. A. SOUND AND VOICE TRANSMISSION/TRANSFERENCE SYSTEMS Background foreground music, Intercom and telephone interconnect systems, Telephone systems Nurse call systems, Radio page systems, School intercom and sound systems, Burglar alarm systems, Low voltage, master clock systems, Multi-media/multiplex systems, Sound and musical entertainment systems, RF systems, Antennas and Wave Guide, B. FIRE ALARM SYSTEMS Installation, wire pulling and testing C. TELEVISION AND VIDEO SYSTEMS Television monitoring and surveillance systems Video security systems, Video entertainment systems, Video educational systems, Microwave transmission systems, CATV and CCTV D. SECURITY SYSTEMS Perimeter security systems Vibration sensor systems Card access systems Access control systems, Sonar/infrared monitoring equipment E. COMMUNICATIONS SYSTEMS THAT TRANSMIT OR RECEIVE INFORMATION AND/OR CONTROL SYSTEMS THAT ARE INTRINSIC TO THE ABOVE LISTED SYSTEMS SCADA (Supervisory Control and Data Acquisition) PCM (Pulse Code Modulation) Inventory Control Systems, Digital Data Systems Broadband and Baseband and Carriers Point of Sale Systems, VSAT Data Systems Data Communication Systems RF and Remote Control Systems, Fiber Optic Data Systems WORK EXCLUDED Raceway systems are not covered (excluding Ladder-Rack for the purpose of the above listed systems). Chases and/or nipples (not to exceed 10 feet) may be installed on open wiring systems. Energy management systems. SCADA (Supervisory Control and Data Acquisition) when not intrinsic to the above listed systems (in the scope). Fire alarm systems when installed in raceways (including wire and cable pulling) shall be performed at EXHIBIT C-1 36 DocuSign Envelope ID: 617B51D9-2D5C-414D-85AA-9DBA2328C639 the electrician wage rate, when either of the following two (2) conditions apply: 1. The project involves new or major remodel building trades construction. 2. The conductors for the fire alarm system are installed in conduit. ---------------------------------------------------------------- ELEC0234-001 12/25/2016 MONTEREY, SAN BENITO AND SANTA CRUZ COUNTIES Rates Fringes ELECTRICIAN Zone A......................$ 44.65 24.44 Zone B......................$ 49.12 24.57 Zone A: All of Santa Cruz, Monterey, and San Benito Counties within 25 air miles of Highway 1 and Dolan Road in Moss Landing, and an area extending 5 miles east and west of Highway 101 South to the San Luis Obispo County Line Zone B: Any area outside of Zone A ---------------------------------------------------------------- ELEC0234-003 12/01/2015 MONTEREY, SAN BENITO, AND SANTA CRUZ COUNTIES Rates Fringes Sound & Communications Installer...................$ 34.32 17.33 Technician..................$ 37.94 16.30 SCOPE OF WORK: Including any data system whose only function is to transmit or receive information; excluding all other data systems or multiple systems which include control function or power supply; inclusion or exclusion of terminations and testings of conductors determined by their function; excluding fire alarm work when installed in raceways (including wire and cable pulling) and when performed on new or major remodel building projects or jobs for which the conductors for the fire alarm system are installed in conduit; excluding installation of raceway systems, line voltage work, industrial work, life-safety systems (all buildings having floors located more than 75' above the lowest floor level having building access); excluding energy management systems. FOOTNOTE: Fire alarm work when installed in raceways (including wire and cable pulling), on projects which involve new or major remodel building construction, for which the conductors for the fire alarm system are installed in the conduit, shall be performed by the inside electrician. EXHIBIT C-1 37 DocuSign Envelope ID: 617B51D9-2D5C-414D-85AA-9DBA2328C639 ---------------------------------------------------------------- ELEC0302-001 02/09/2016 CONTRA COSTA COUNTY Rates Fringes CABLE SPLICER....................$ 54.17 26.23 ELECTRICIAN......................$ 47.76 26.03 ---------------------------------------------------------------- ELEC0302-003 12/01/2016 CONTRA COSTA COUNTY Rates Fringes Sound & Communications Installer...................$ 35.07 18.05 Technician..................$ 39.93 18.20 SCOPE OF WORK: Including any data system whose only function is to transmit or receive information; excluding all other data systems or multiple systems which include control function or power supply; inclusion or exclusion of terminations and testings of conductors determined by their function; excluding fire alarm work when installed in raceways (including wire and cable pulling) and when performed on new or major remodel building projects or jobs for which the conductors for the fire alarm system are installed in conduit; excluding installation of raceway systems, line voltage work, industrial work, life-safety systems (all buildings having floors located more than 75' above the lowest floor level having building access); excluding energy management systems. FOOTNOTE: Fire alarm work when installed in raceways (including wire and cable pulling), on projects which involve new or major remodel building construction, for which the conductors for the fire alarm system are installed in the conduit, shall be performed by the inside electrician. ---------------------------------------------------------------- ELEC0332-001 05/30/2016 SANTA CLARA COUNTY Rates Fringes CABLE SPLICER....................$ 67.87 33.28 ELECTRICIAN......................$ 59.02 32.75 FOOTNOTES: Work under compressed air or where gas masks are required, orwork on ladders, scaffolds, stacks, "Bosun's chairs," or other structures and where the workers are not protected by permanent guard rails at a distance of 40 to EXHIBIT C-1 38 DocuSign Envelope ID: 617B51D9-2D5C-414D-85AA-9DBA2328C639 60 ft. from the ground or supporting structures: to be paid one and one-half times the straight-time rate of pay. Work on structures of 60 ft. or over (as described above): to be paid twice the straight-time rate of pay. ---------------------------------------------------------------- ELEC0332-003 11/30/2015 SANTA CLARA COUNTY Rates Fringes Sound & Communications Installer...................$ 34.32 17.33 Technician..................$ 39.08 17.47 SCOPE OF WORK: Including any data system whose only function is to transmit or receive information; excluding all other data systems or multiple systems which include control function or power supply; inclusion or exclusion of terminations and testings of conductors determined by their function; excluding fire alarm work when installed in raceways (including wire and cable pulling) and when performed on new or major remodel building projects or jobs for which the conductors for the fire alarm system are installed in conduit; excluding installation of raceway systems, line voltage work, industrial work, life-safety systems (all buildings having floors located more than 75' above the lowest floor level having building access); excluding energy management systems. FOOTNOTE: Fire alarm work when installed in raceways (including wire and cable pulling), on projects which involve new or major remodel building construction, for which the conductors for the fire alarm system are installed in the conduit, shall be performed by the inside electrician. ---------------------------------------------------------------- ELEC0595-001 06/01/2016 ALAMEDA COUNTY Rates Fringes CABLE SPLICER....................$ 58.95 34.14 ELECTRICIAN......................$ 52.40 33.95 ---------------------------------------------------------------- ELEC0595-002 06/01/2016 CALAVERAS AND SAN JOAQUIN COUNTIES Rates Fringes CABLE SPLICER....................$ 39.66 26.33 ELECTRICIAN (1) Tunnel work.............$ 37.01 26.33 EXHIBIT C-1 39 DocuSign Envelope ID: 617B51D9-2D5C-414D-85AA-9DBA2328C639 (2) All other work.........$ 35.25 26.33 ---------------------------------------------------------------- ELEC0595-006 12/01/2016 ALAMEDA COUNTY Rates Fringes Sound & Communications Installer...................$ 35.07 3%+17.55 Technician..................$ 39.93 3%+17.55 SCOPE OF WORK: Including any data system whose only function is to transmit or receive information; excluding all other data systems or multiple systems which include control function or power supply; inclusion or exclusion of terminations and testings of conductors determined by their function; excluding fire alarm work when installed in raceways (including wire and cable pulling) and when performed on new or major remodel building projects or jobs for which the conductors for the fire alarm system are installed in conduit; excluding installation of raceway systems, line voltage work, industrial work, life-safety systems (all buildings having floors located more than 75' above the lowest floor level having building access); excluding energy management systems. FOOTNOTE: Fire alarm work when installed in raceways (including wire and cable pulling), on projects which involve new or major remodel building construction, for which the conductors for the fire alarm system are installed in the conduit, shall be performed by the inside electrician. ---------------------------------------------------------------- ELEC0595-008 12/01/2016 CALAVERAS AND SAN JOAQUIN COUNTIES Rates Fringes Communications System Installer...................$ 30.64 3%+17.55 Technician..................$ 34.89 3%+17.55 SCOPE OF WORK: Including any data system whose only function is to transmit or receive information; excluding all other data systems or multiple systems which include control function or power supply; inclusion or exclusion of terminations and testings of conductors determined by their function; excluding fire alarm work when installed in raceways (including wire and cable pulling) and when performed on new or major remodel building projects or jobs for which the conductors for the fire alarm system are installed in conduit; excluding installation of raceway systems, line voltage work, industrial work, life-safety systems (all buildings having floors located more than 75' EXHIBIT C-1 40 DocuSign Envelope ID: 617B51D9-2D5C-414D-85AA-9DBA2328C639 above the lowest floor level having building access); excluding energy management systems. FOOTNOTE: Fire alarm work when installed in raceways (including wire and cable pulling), on projects which involve new or major remodel building construction, for which the conductors for the fire alarm system are installed in the conduit, shall be performed by the inside electrician. ---------------------------------------------------------------- ELEC0617-001 06/01/2016 SAN MATEO COUNTY Rates Fringes ELECTRICIAN......................$ 55.30 32.19 ---------------------------------------------------------------- ELEC0617-003 12/01/2016 SAN MATEO COUNTY Rates Fringes Sound & Communications Installer...................$ 35.07 18.86 Technician..................$ 39.93 18.86 SCOPE OF WORK: Including any data system whose only function is to transmit or receive information; excluding all other data systems or multiple systems which include control function or power supply; inclusion or exclusion of terminations and testings of conductors determined by their function; excluding fire alarm work when installed in raceways (including wire and cable pulling) and when performed on new or major remodel building projects or jobs for which the conductors for the fire alarm system are installed in conduit; excluding installation of raceway systems, line voltage work, industrial work, life-safety systems (all buildings having floors located more than 75' above the lowest floor level having building access); excluding energy management systems. FOOTNOTE: Fire alarm work when installed in raceways (including wire and cable pulling), on projects which involve new or major remodel building construction, for which the conductors for the fire alarm system are installed in the conduit, shall be performed by the inside electrician. ---------------------------------------------------------------- ELEC0684-001 12/01/2016 MARIPOSA, MERCED, STANISLAUS AND TUOLUMNE COUNTIES Rates Fringes EXHIBIT C-1 41 DocuSign Envelope ID: 617B51D9-2D5C-414D-85AA-9DBA2328C639 ELECTRICIAN......................$ 36.40 3%+20.73 CABLE SPLICER = 110% of Journeyman Electrician ---------------------------------------------------------------- ELEC0684-004 12/01/2016 MARIPOSA, MERCED, STANISLAUS AND TUOLUMNE COUNTIES Rates Fringes Communications System Installer...................$ 30.64 3%+17.86 Technician..................$ 34.89 3%+17.86 SCOPE OF WORK: Including any data system whose only function is to transmit or receive information; excluding all other data systems or multiple systems which include control function or power supply; inclusion or exclusion of terminations and testings of conductors determined by their function; excluding fire alarm work when installed in raceways (including wire and cable pulling) and when performed on new or major remodel building projects or jobs for which the conductors for the fire alarm system are installed in conduit; excluding installation of raceway systems, line voltage work, industrial work, life-safety systems (all buildings having floors located more than 75' above the lowest floor level having building access); excluding energy management systems. FOOTNOTE: Fire alarm work when installed in raceways (including wire and cable pulling), on projects which involve new or major remodel building construction, for which the conductors for the fire alarm system are installed in the conduit, shall be performed by the inside electrician. ---------------------------------------------------------------- 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 EXHIBIT C-1 42 DocuSign Envelope ID: 617B51D9-2D5C-414D-85AA-9DBA2328C639 and day after Thanksgiving, Christmas Day ---------------------------------------------------------------- * ELEV0008-001 01/01/2017 Rates Fringes ELEVATOR MECHANIC................$ 63.44 31.585 FOOTNOTE: PAID VACATION: Employer contributes 8% of regular hourly rate as vacation pay credit for employees with more than 5 years of service, and 6% for 6 months to 5 years of service. PAID HOLIDAYS: New Years Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, Friday after Thanksgiving, and Christmas Day. ---------------------------------------------------------------- ENGI0003-008 07/01/2013 Rates Fringes Dredging: (DREDGING: CLAMSHELL & DIPPER DREDGING; HYDRAULIC SUCTION DREDGING:) AREA 1: (1) Leverman...............$ 40.53 27.81 (2) Dredge Dozer; Heavy duty repairman.............$ 35.57 27.81 (3) Booster Pump Operator; Deck Engineer; Deck mate; Dredge Tender; Winch Operator...................$ 34.45 27.81 (4) Bargeman; Deckhand; Fireman; Leveehand; Oiler..$ 31.15 27.81 AREA 2: (1) Leverman...............$ 42.53 27.81 (2) Dredge Dozer; Heavy duty repairman.............$ 37.57 27.81 (3) Booster Pump Operator; Deck Engineer; Deck mate; Dredge Tender; Winch Operator...................$ 36.45 27.81 (4) Bargeman; Deckhand; Fireman; Leveehand; Oiler..$ 33.15 27.81 AREA DESCRIPTIONS AREA 1: ALAMEDA,BUTTE, CONTRA COSTA, KINGS, MARIN, MERCED, NAPA, SACRAMENTO, SAN BENITO, SAN FRANCISCO, SAN JOAQUIN, SAN MATEO, SANTA CLARA, SANTA CRUZ, SOLANO, STANISLAUS, SUTTER, YOLO, AND YUBA COUNTIES AREA 2: MODOC COUNTY EXHIBIT C-1 43 DocuSign Envelope ID: 617B51D9-2D5C-414D-85AA-9DBA2328C639 THE REMAINGING COUNTIES ARE SPLIT BETWEEN AREA 1 AND AREA 2 AS NOTED BELOW: ALPINE COUNTY: Area 1: Northernmost part Area 2: Remainder CALAVERAS COUNTY: Area 1: Remainder Area 2: Eastern part COLUSA COUNTY: Area 1: Eastern part Area 2: Remainder ELDORADO COUNTY: Area 1: North Central part Area 2: Remainder FRESNO COUNTY: Area 1: Remainder Area 2: Eastern part GLENN COUNTY: Area 1: Eastern part Area 2: Remainder LASSEN COUNTY: Area 1: Western part along the Southern portion of border with Shasta County Area 2: Remainder MADERA COUNTY: Area 1: Except Eastern part Area 2: Eastern part MARIPOSA COUNTY Area 1: Except Eastern part Area 2: Eastern part MONTERREY COUNTY Area 1: Except Southwestern part Area 2: Southwestern part NEVADA COUNTY: Area 1: All but the Northern portion along the border of Sierra County Area 2: Remainder PLACER COUNTY: Area 1: Al but the Central portion Area 2: Remainder PLUMAS COUNTY: Area 1: Western portion Area 2: Remainder EXHIBIT C-1 44 DocuSign Envelope ID: 617B51D9-2D5C-414D-85AA-9DBA2328C639 SHASTA COUNTY: Area 1: All but the Northeastern corner Area 2: Remainder SIERRA COUNTY: Area 1: Western part Area 2: Remainder SISKIYOU COUNTY: Area 1: Central part Area 2: Remainder SONOMA COUNTY: Area 1: All but the Northwestern corner Area 2: Remainder TEHAMA COUNTY: Area 1: All but the Western border with Mendocino & Trinity Counties Area 2: Remainder TRINITY COUNTY: Area 1: East Central part and the Northeastern border with Shasta County Area 2: Remainder TUOLUMNE COUNTY: Area 1: Except Eastern part Area 2: Eastern part ---------------------------------------------------------------- ENGI0003-018 06/30/2014 "AREA 1" WAGE RATES ARE LISTED BELOW "AREA 2" RECEIVES AN ADDITIONAL $2.00 PER HOUR ABOVE AREA 1 RATES. SEE AREA DEFINITIONS BELOW Rates Fringes OPERATOR: Power Equipment (AREA 1:) GROUP 1.....................$ 39.85 27.44 GROUP 2.....................$ 38.32 27.44 GROUP 3.....................$ 36.84 27.44 GROUP 4.....................$ 35.46 27.44 GROUP 5.....................$ 34.19 27.44 GROUP 6.....................$ 32.87 27.44 GROUP 7.....................$ 31.73 27.44 GROUP 8.....................$ 30.59 27.44 GROUP 8-A...................$ 28.38 27.44 OPERATOR: Power Equipment (Cranes and Attachments - AREA 1:) EXHIBIT C-1 45 DocuSign Envelope ID: 617B51D9-2D5C-414D-85AA-9DBA2328C639 GROUP 1 Cranes.....................$ 40.73 27.44 Oiler......................$ 33.76 27.44 Truck crane oiler..........$ 37.33 27.44 GROUP 2 Cranes.....................$ 38.97 27.44 Oiler......................$ 33.50 27.44 Truck crane oiler..........$ 37.04 27.44 GROUP 3 Cranes.....................$ 37.23 27.44 Hydraulic..................$ 32.87 27.44 Oiler......................$ 33.26 27.44 Truck Crane Oiler..........$ 36.77 27.44 GROUP 4 Cranes.....................$ 34.19 27.44 OPERATOR: Power Equipment (Piledriving - AREA 1:) GROUP 1 Lifting devices............$ 41.07 27.44 Oiler......................$ 31.81 27.44 Truck crane oiler..........$ 34.09 27.44 GROUP 2 Lifting devices............$ 39.25 27.44 Oiler......................$ 31.54 27.44 Truck Crane Oiler..........$ 33.84 27.44 GROUP 3 Lifting devices............$ 37.57 27.44 Oiler......................$ 31.32 27.44 Truck Crane Oiler..........$ 33.55 27.44 GROUP 4 Lifting devices............$ 35.80 27.44 GROUP 5 Lifting devices............$ 34.50 27.44 GROUP 6 Lifting devices............$ 33.16 27.44 OPERATOR: Power Equipment (Steel Erection - AREA 1:) GROUP 1 Cranes.....................$ 41.70 27.44 Oiler......................$ 32.15 27.44 Truck Crane Oiler..........$ 34.38 27.44 GROUP 2 Cranes.....................$ 39.93 27.44 Oiler......................$ 31.88 27.44 Truck Crane Oiler..........$ 34.16 27.44 GROUP 3 Cranes.....................$ 38.45 27.44 Hydraulic..................$ 32.67 27.44 Oiler......................$ 31.66 27.44 Truck Crane Oiler..........$ 33.89 27.44 GROUP 4 Cranes.....................$ 36.43 27.44 GROUP 5 Cranes.....................$ 35.13 27.44 OPERATOR: Power Equipment (Tunnel and Underground Work - AREA 1:) EXHIBIT C-1 46 DocuSign Envelope ID: 617B51D9-2D5C-414D-85AA-9DBA2328C639 SHAFTS, STOPES, RAISES: GROUP 1....................$ 35.95 27.44 GROUP 1-A..................$ 38.32 27.44 GROUP 2....................$ 34.59 27.44 GROUP 3....................$ 33.36 27.44 GROUP 4....................$ 32.22 27.44 GROUP 5....................$ 31.08 27.44 UNDERGROUND: GROUP 1....................$ 35.85 27.44 GROUP 1-A..................$ 38.32 27.44 GROUP 2....................$ 34.59 27.44 GROUP 3....................$ 33.26 27.44 GROUP 4....................$ 32.12 27.44 GROUP 5....................$ 30.98 27.44 FOOTNOTE: Work suspended by ropes or cables, or work on a Yo-Yo Cat: $.60 per hour additional. POWER EQUIPMENT OPERATOR CLASSIFICATIONS GROUP 1: Operator of helicopter (when used in erection work); Hydraulic excavator, 7 cu. yds. and over; Power shovels, over 7 cu. yds. GROUP 2: Highline cableway; Hydraulic excavator, 3-1/2 cu. yds. up to 7 cu. yds.; Licensed construction work boat operator, on site; Power blade operator (finish); Power shovels, over 1 cu. yd. up to and including 7 cu. yds. m.r.c. GROUP 3: Asphalt milling machine; Cable backhoe; Combination backhoe and loader over 3/4 cu. yds.; Continuous flight tie back machine assistant to engineer or mechanic; Crane mounted continuous flight tie back machine, tonnage to apply; Crane mounted drill attachment, tonnage to apply; Dozer, slope brd; Gradall; Hydraulic excavator, up to 3 1/2 cu. yds.; Loader 4 cu. yds. and over; Long reach excavator; Multiple engine scraper (when used as push pull); Power shovels, up to and including 1 cu. yd.; Pre-stress wire wrapping machine; Side boom cat, 572 or larger; Track loader 4 cu. yds. and over; Wheel excavator (up to and including 750 cu. yds. per hour) GROUP 4: Asphalt plant engineer/box person; Chicago boom; Combination backhoe and loader up to and including 3/4 cu. yd.; Concrete batch plant (wet or dry); Dozer and/or push cat; Pull- type elevating loader; Gradesetter, grade checker (GPS, mechanical or otherwise); Grooving and grinding machine; Heading shield operator; Heavy-duty drilling equipment, Hughes, LDH, Watson 3000 or similar; Heavy-duty repairperson and/or welder; Lime spreader; Loader under 4 cu. yds.; Lubrication and service engineer (mobile and grease rack); Mechanical finishers or spreader machine (asphalt, Barber-Greene and similar); Miller Formless M-9000 slope paver or similar; Portable crushing and screening plants; Power blade support; Roller operator, EXHIBIT C-1 47 DocuSign Envelope ID: 617B51D9-2D5C-414D-85AA-9DBA2328C639 asphalt; Rubber-tired scraper, self-loading (paddle-wheels, etc.); Rubber- tired earthmoving equipment (scrapers); Slip form paver (concrete); Small tractor with drag; Soil stabilizer (P & H or equal); Spider plow and spider puller; Tubex pile rig; Unlicensed constuction work boat operator, on site; Timber skidder; Track loader up to 4 yds.; Tractor-drawn scraper; Tractor, compressor drill combination; Welder; Woods-Mixer (and other similar Pugmill equipment) GROUP 5: Cast-in-place pipe laying machine; Combination slusher and motor operator; Concrete conveyor or concrete pump, truck or equipment mounted; Concrete conveyor, building site; Concrete pump or pumpcrete gun; Drilling equipment, Watson 2000, Texoma 700 or similar; Drilling and boring machinery, horizontal (not to apply to waterliners, wagon drills or jackhammers); Concrete mixer/all; Person and/or material hoist; Mechanical finishers (concrete) (Clary, Johnson, Bidwell Bridge Deck or similar types); Mechanical burm, curb and/or curb and gutter machine, concrete or asphalt); Mine or shaft hoist; Portable crusher; Power jumbo operator (setting slip-forms, etc., in tunnels); Screed (automatic or manual); Self-propelled compactor with dozer; Tractor with boom D6 or smaller; Trenching machine, maximum digging capacity over 5 ft. depth; Vermeer T-600B rock cutter or similar GROUP 6: Armor-Coater (or similar); Ballast jack tamper; Boom- type backfilling machine; Assistant plant engineer; Bridge and/or gantry crane; Chemical grouting machine, truck-mounted; Chip spreading machine operator; Concrete saw (self-propelled unit on streets, highways, airports and canals); Deck engineer; Drilling equipment Texoma 600, Hughes 200 Series or similar up to and including 30 ft. m.r.c.; Drill doctor; Helicopter radio operator; Hydro-hammer or similar; Line master; Skidsteer loader, Bobcat larger than 743 series or similar (with attachments); Locomotive; Lull hi-lift or similar; Oiler, truck mounted equipment; Pavement breaker, truck-mounted, with compressor combination; Paving fabric installation and/or laying machine; Pipe bending machine (pipelines only); Pipe wrapping machine (tractor propelled and supported); Screed (except asphaltic concrete paving); Self- propelled pipeline wrapping machine; Tractor; Self-loading chipper; Concrete barrier moving machine GROUP 7: Ballast regulator; Boom truck or dual-purpose A-frame truck, non-rotating - under 15 tons; Cary lift or similar; Combination slurry mixer and/or cleaner; Drilling equipment, 20 ft. and under m.r.c.; Firetender (hot plant); Grouting machine operator; Highline cableway signalperson; Stationary belt loader (Kolman or similar); Lift slab machine (Vagtborg and similar types); Maginnes internal full slab vibrator; Material hoist (1 drum); Mechanical trench shield; Pavement breaker with or without compressor combination); Pipe cleaning machine (tractor propelled and supported); Post driver; Roller (except asphalt); Chip EXHIBIT C-1 48 DocuSign Envelope ID: 617B51D9-2D5C-414D-85AA-9DBA2328C639 Seal; Self-propelled automatically applied concrete curing mahcine (on streets, highways, airports and canals); Self-propelled compactor (without dozer); Signalperson; Slip-form pumps (lifting device for concrete forms); Tie spacer; Tower mobile; Trenching machine, maximum digging capacity up to and including 5 ft. depth; Truck- type loader GROUP 8: Bit sharpener; Boiler tender; Box operator; Brakeperson; Combination mixer and compressor (shotcrete/gunite); Compressor operator; Deckhand; Fire tender; Forklift (under 20 ft.); Generator; Gunite/shotcrete equipment operator; Hydraulic monitor; Ken seal machine (or similar); Mixermobile; Oiler; Pump operator; Refrigeration plant; Reservoir-debris tug (self- propelled floating); Ross Carrier (construction site); Rotomist operator; Self-propelled tape machine; Shuttlecar; Self-propelled power sweeper operator (includes vacuum sweeper); Slusher operator; Surface heater; Switchperson; Tar pot firetender; Tugger hoist, single drum; Vacuum cooling plant; Welding machine (powered other than by electricity) GROUP 8-A: Elevator operator; Skidsteer loader-Bobcat 743 series or smaller, and similar (without attachments); Mini excavator under 25 H.P. (backhoe-trencher); Tub grinder wood chipper ---------------------------------------------------------- ALL CRANES AND ATTACHMENTS GROUP 1: Clamshell and dragline over 7 cu. yds.; Crane, over 100 tons; Derrick, over 100 tons; Derrick barge pedestal-mounted, over 100 tons; Self-propelled boom-type lifting device, over 100 tons GROUP 2: Clamshell and dragline over 1 cu. yd. up to and including 7 cu. yds.; Crane, over 45 tons up to and including 100 tons; Derrick barge, 100 tons and under; Self-propelled boom-type lifting device, over 45 tons; Tower crane GROUP 3: Clamshell and dragline up to and including 1 cu. yd.; Cranes 45 tons and under; Self-propelled boom-type lifting device 45 tons and under; GROUP 4: Boom Truck or dual purpose A-frame truck, non-rotating over 15 tons; Truck-mounted rotating telescopic boom type lifting device, Manitex or similar (boom truck) over 15 tons; Truck-mounted rotating telescopic boom type lifting device, Manitex or similar (boom truck) - under 15 tons; ----------------------------------------------------------- PILEDRIVERS EXHIBIT C-1 49 DocuSign Envelope ID: 617B51D9-2D5C-414D-85AA-9DBA2328C639 GROUP 1: Derrick barge pedestal mounted over 100 tons; Clamshell over 7 cu. yds.; Self-propelled boom-type lifting device over 100 tons; Truck crane or crawler, land or barge mounted over 100 tons GROUP 2: Derrick barge pedestal mounted 45 tons to and including 100 tons; Clamshell up to and including 7 cu. yds.; Self-propelled boom-type lifting device over 45 tons; Truck crane or crawler, land or barge mounted, over 45 tons up to and including 100 tons; Fundex F-12 hydraulic pile rig GROUP 3: Derrick barge pedestal mounted under 45 tons; Self- propelled boom-type lifting device 45 tons and under; Skid/scow piledriver, any tonnage; Truck crane or crawler, land or barge mounted 45 tons and under GROUP 4: Assistant operator in lieu of assistant to engineer; Forklift, 10 tons and over; Heavy-duty repairperson/welder GROUP 5: Deck engineer GROUP 6: Deckhand; Fire tender ------------------------------------------------------------- STEEL ERECTORS GROUP 1: Crane over 100 tons; Derrick over 100 tons; Self- propelled boom-type lifting device over 100 tons GROUP 2: Crane over 45 tons to 100 tons; Derrick under 100 tons; Self-propelled boom-type lifting device over 45 tons to 100 tons; Tower crane GROUP 3: Crane, 45 tons and under; Self-propelled boom-type lifting device, 45 tons and under GROUP 4: Chicago boom; Forklift, 10 tons and over; Heavy-duty repair person/welder GROUP 5: Boom cat -------------------------------------------------------------- -- TUNNEL AND UNDERGROUND WORK GROUP 1-A: Tunnel bore machine operator, 20' diameter or more GROUP 1: Heading shield operator; Heavy-duty repairperson; Mucking machine (rubber tired, rail or track type); Raised bore operator (tunnels); Tunnel mole bore operator GROUP 2: Combination slusher and motor operator; Concrete pump or pumpcrete gun; Power jumbo operator EXHIBIT C-1 50 DocuSign Envelope ID: 617B51D9-2D5C-414D-85AA-9DBA2328C639 GROUP 3: Drill doctor; Mine or shaft hoist GROUP 4: Combination slurry mixer cleaner; Grouting Machine operator; Motorman GROUP 5: Bit Sharpener; Brakeman; Combination mixer and compressor (gunite); Compressor operator; Oiler; Pump operator; Slusher operator ----------------------------------------------------------- AREA DESCRIPTIONS: POWER EQUIPMENT OPERATORS, CRANES AND ATTACHMENTS,TUNNEL AND UNDERGROUND [These areas do not apply to Piledrivers and Steel Erectors] AREA 1: ALAMEDA, BUTTE, CONTRA COSTA, KINGS, MARIN, MERCED, NAPA, SACRAMENTO, SAN BENITO, SAN FRANCISCO, SAN JOAQUIN, SAN MATEO, SANTA CLARA, SANTA CRUZ, SOLANO, STANISLAUS, SUTTER, YOLO, AND YUBA COUNTIES AREA 2 - MODOC COUNTY THE REMAINING COUNTIES ARE SPLIT BETWEEN AREA 1 AND AREA 2 AS NOTED BELOW: ALPINE COUNTY: Area 1: Northernmost part Area 2: Remainder CALAVERAS COUNTY: Area 1: Except Eastern part Area 2: Eastern part COLUSA COUNTY: Area 1: Eastern part Area 2: Remainder DEL NORTE COUNTY: Area 1: Extreme Southwestern corner Area 2: Remainder ELDORADO COUNTY: Area 1: North Central part Area 2: Remainder FRESNO COUNTY Area 1: Except Eastern part Area 2: Eastern part GLENN COUNTY: Area 1: Eastern part Area 2: Remainder HUMBOLDT COUNTY: Area 1: Except Eastern and Southwestern parts Area 2: Remainder EXHIBIT C-1 51 DocuSign Envelope ID: 617B51D9-2D5C-414D-85AA-9DBA2328C639 LAKE COUNTY: Area 1: Southern part Area 2: Remainder LASSEN COUNTY: Area 1: Western part along the Southern portion of border with Shasta County Area 2: Remainder MADERA COUNTY Area 1: Remainder Area 2: Eastern part MARIPOSA COUNTY Area 1: Remainder Area 2: Eastern part MENDOCINO COUNTY: Area 1: Central and Southeastern parts Area 2: Remainder MONTEREY COUNTY Area 1: Remainder Area 2: Southwestern part NEVADA COUNTY: Area 1: All but the Northern portion along the border of Sierra County Area 2: Remainder PLACER COUNTY: Area 1: All but the Central portion Area 2: Remainder PLUMAS COUNTY: Area 1: Western portion Area 2: Remainder SHASTA COUNTY: Area 1: All but the Northeastern corner Area 2: Remainder SIERRA COUNTY: Area 1: Western part Area 2: Remainder SISKIYOU COUNTY: Area 1: Central part Area 2: Remainder SONOMA COUNTY: Area 1: All but the Northwestern corner Area 2: Reaminder TEHAMA COUNTY: Area 1: All but the Western border with mendocino & Trinity EXHIBIT C-1 52 DocuSign Envelope ID: 617B51D9-2D5C-414D-85AA-9DBA2328C639 Counties Area 2: Remainder TRINITY COUNTY: Area 1: East Central part and the Northeaster border with Shasta County Area 2: Remainder TULARE COUNTY; Area 1: Remainder Area 2: Eastern part TUOLUMNE COUNTY: Area 1: Remainder Area 2: Eastern Part ---------------------------------------------------------------- ENGI0003-019 07/01/2013 SEE AREA DESCRIPTIONS BELOW Rates Fringes OPERATOR: Power Equipment (LANDSCAPE WORK ONLY) GROUP 1 AREA 1.....................$ 29.64 25.71 AREA 2.....................$ 31.64 25.71 GROUP 2 AREA 1.....................$ 26.04 25.71 AREA 2.....................$ 28.04 25.71 GROUP 3 AREA 1.....................$ 21.43 25.71 AREA 2.....................$ 23.43 25.71 GROUP DESCRIPTIONS: GROUP 1: Landscape Finish Grade Operator: All finish grade work regardless of equipment used, and all equipment with a rating more than 65 HP. GROUP 2: Landscape Operator up to 65 HP: All equipment with a manufacturer's rating of 65 HP or less except equipment covered by Group 1 or Group 3. The following equipment shall be included except when used for finish work as long as manufacturer's rating is 65 HP or less: A-Frame and Winch Truck, Backhoe, Forklift, Hydragraphic Seeder Machine, Roller, Rubber-Tired and Track Earthmoving Equipment, Skiploader, Straw Blowers, and Trencher 31 HP up to 65 HP. GROUP 3: Landscae Utility Operator: Small Rubber-Tired Tractor, Trencher Under 31 HP. AREA DESCRIPTIONS: AREA 1: ALAMEDA, BUTTE, CONTRA COSTA, KINGS, MARIN, MERCED, EXHIBIT C-1 53 DocuSign Envelope ID: 617B51D9-2D5C-414D-85AA-9DBA2328C639 NAPA, SACRAMENTO, SAN BENITO, SAN FRANCISCO, SAN JOAQUIN, SAN MATEO, SANTA CLARA, SANTA CRUZ, SOLANO, STANISLAUS, SUTTER, YOLO, AND YUBA COUNTIES AREA 2 - MODOC COUNTY THE REMAINING COUNTIES ARE SPLIT BETWEEN AREA 1 AND AREA 2 AS NOTED BELOW: ALPINE COUNTY: Area 1: Northernmost part Area 2: Remainder CALAVERAS COUNTY: Area 1: Except Eastern part Area 2: Eastern part COLUSA COUNTY: Area 1: Eastern part Area 2: Remainder DEL NORTE COUNTY: Area 1: Extreme Southwestern corner Area 2: Remainder ELDORADO COUNTY: Area 1: North Central part Area 2: Remainder FRESNO COUNTY Area 1: Except Eastern part Area 2: Eastern part GLENN COUNTY: Area 1: Eastern part Area 2: Remainder HUMBOLDT COUNTY: Area 1: Except Eastern and Southwestern parts Area 2: Remainder LAKE COUNTY: Area 1: Southern part Area 2: Remainder LASSEN COUNTY: Area 1: Western part along the Southern portion of border with Shasta County Area 2: Remainder MADERA COUNTY Area 1: Remainder Area 2: Eastern part MARIPOSA COUNTY Area 1: Remainder Area 2: Eastern part EXHIBIT C-1 54 DocuSign Envelope ID: 617B51D9-2D5C-414D-85AA-9DBA2328C639 MENDOCINO COUNTY: Area 1: Central and Southeastern parts Area 2: Remainder MONTEREY COUNTY Area 1: Remainder Area 2: Southwestern part NEVADA COUNTY: Area 1: All but the Northern portion along the border of Sierra County Area 2: Remainder PLACER COUNTY: Area 1: All but the Central portion Area 2: Remainder PLUMAS COUNTY: Area 1: Western portion Area 2: Remainder SHASTA COUNTY: Area 1: All but the Northeastern corner Area 2: Remainder SIERRA COUNTY: Area 1: Western part Area 2: Remainder SISKIYOU COUNTY: Area 1: Central part Area 2: Remainder SONOMA COUNTY: Area 1: All but the Northwestern corner Area 2: Reaminder TEHAMA COUNTY: Area 1: All but the Western border with mendocino & Trinity Counties Area 2: Remainder TRINITY COUNTY: Area 1: East Central part and the Northeaster border with Shasta County Area 2: Remainder TULARE COUNTY; Area 1: Remainder Area 2: Eastern part TUOLUMNE COUNTY: Area 1: Remainder Area 2: Eastern Part ---------------------------------------------------------------- EXHIBIT C-1 55 DocuSign Envelope ID: 617B51D9-2D5C-414D-85AA-9DBA2328C639 IRON0377-002 07/01/2016 Rates Fringes Ironworkers: Fence Erector...............$ 28.33 20.64 Ornamental, Reinforcing and Structural..............$ 34.75 29.20 PREMIUM PAY: $6.00 additional per hour at the following locations: China Lake Naval Test Station, Chocolate Mountains Naval Reserve-Niland, Edwards AFB, Fort Irwin Military Station, Fort Irwin Training Center-Goldstone, San Clemente Island, San Nicholas Island, Susanville Federal Prison, 29 Palms - Marine Corps, U.S. Marine Base - Barstow, U.S. Naval Air Facility - Sealey, Vandenberg AFB $4.00 additional per hour at the following locations: Army Defense Language Institute - Monterey, Fallon Air Base, Naval Post Graduate School - Monterey, Yermo Marine Corps Logistics Center $2.00 additional per hour at the following locations: Port Hueneme, Port Mugu, U.S. Coast Guard Station - Two Rock ---------------------------------------------------------------- LABO0067-002 06/27/2016 AREA "A" - ALAMEDA, CONTRA COSTA, MARIN, SAN FRANCISCO, SAN MATEO AND SANTA CLARA COUNTIES AREA "B" - ALPINE, AMADOR, BUTTE, CALAVERAS, COLUSA, DEL NORTE, EL DORADO, FRESNO, GLENN, HUMBOLDT, KINGS, LAKE, LASSEN, MADERA, MARIPOSA, MENDOCINO, MERCED, MODOC, MONTEREY, NAPA, NEVADA, PLACER, PLUMAS, SACRAMENTO, SAN BENITO, SAN JOAQUIN, SANTA CRUZ, SHASTA, SIERRA, SISKIYOU, SOLANO, SONOMA, STANISLAUS, SUTTER, TEHAMA, TRINITY, TULARE, TUOLUMNE, YOLO AND YUBA COUNTIES Rates Fringes Asbestos Removal Laborer Areas A & B.................$ 20.66 10.02 LABORER (Lead Removal) Area A......................$ 30.00 21.34 Area B......................$ 29.00 21.34 ASBESTOS REMOVAL-SCOPE OF WORK: Site mobilization; initial site clean-up; site preparation; removal of asbestos-containing materials from walls and ceilings; or EXHIBIT C-1 56 DocuSign Envelope ID: 617B51D9-2D5C-414D-85AA-9DBA2328C639 from pipes, boilers and mechanical systems only if they are being scrapped; encapsulation, enclosure and disposal of asbestos-containing materials by hand or with equipment or machinery; scaffolding; fabrication of temporary wooden barriers; and assembly of decontamination stations. ---------------------------------------------------------------- LABO0067-006 06/30/2014 AREA "A" - ALAMEDA, CONTRA COSTA, MARIN, SAN FRANCISCO, SAN MATEO AND SANTA CLARA COUNTIES AREA "B" - ALPINE, AMADOR, BUTTE, CALAVERAS, COLUSA, EL DORADO, FRESNO, GLENN, KINGS, LASSEN, MADERA, MARIPOSA, MERCED, MODOC, MONTEREY, NAPA, NEVADA, PLACER, PLUMAS, SACRAMENTO, SAN BENITO, SAN JOAQUIN, SANTA CRUZ, SHASTA, SIERRA, SISKIYOU, SOLANO, SONOMA, STANISLAUS, SUTTER, TEHAMA, TRINITY, TULARE, TUOLUMNE, YOLO AND YUBA COUNTIES Rates Fringes Laborers: (CONSTRUCTION CRAFT LABORERS - AREA A:) Construction Specialist Group.......................$ 29.09 18.66 GROUP 1.....................$ 28.39 18.66 GROUP 1-a...................$ 28.61 18.66 GROUP 1-c...................$ 28.44 18.66 GROUP 1-e...................$ 28.94 18.66 GROUP 1-f...................$ 28.97 18.66 GROUP 1-g (Contra Costa County).....................$ 28.59 18.66 GROUP 2.....................$ 28.24 18.66 GROUP 3.....................$ 28.14 18.66 GROUP 4.....................$ 21.83 18.66 See groups 1-b and 1-d under laborer classifications. Laborers: (CONSTRUCTION CRAFT LABORERS - AREA B:) Construction Specialist Group.......................$ 28.09 18.66 GROUP 1.....................$ 27.39 18.66 GROUP 1-a...................$ 27.61 18.66 GROUP 1-c...................$ 27.44 18.66 GROUP 1-e...................$ 27.94 18.66 GROUP 1-f...................$ 27.97 18.66 GROUP 2.....................$ 27.24 18.66 GROUP 3.....................$ 27.14 18.66 GROUP 4.....................$ 20.83 18.66 See groups 1-b and 1-d under laborer classifications. Laborers: (GUNITE - AREA A:) GROUP 1.....................$ 29.35 18.66 GROUP 2.....................$ 28.85 18.66 GROUP 3.....................$ 28.26 18.66 GROUP 4.....................$ 28.14 18.66 Laborers: (GUNITE - AREA B:) GROUP 1.....................$ 28.35 18.66 EXHIBIT C-1 57 DocuSign Envelope ID: 617B51D9-2D5C-414D-85AA-9DBA2328C639 GROUP 2.....................$ 27.85 18.66 GROUP 3.....................$ 27.26 18.66 GROUP 4.....................$ 27.14 18.66 Laborers: (WRECKING - AREA A:) GROUP 1.....................$ 28.39 18.66 GROUP 2.....................$ 28.24 18.66 Laborers: (WRECKING - AREA B:) GROUP 1.....................$ 27.39 18.66 GROUP 2.....................$ 27.24 18.66 Landscape Laborer (GARDENERS, HORTICULTURAL & LANDSCAPE LABORERS - AREA A:) (1) New Construction........$ 28.14 18.66 (2) Establishment Warranty Period......................$ 21.83 18.66 Landscape Laborer (GARDENERS, HORTICULURAL & LANDSCAPE LABORERS - AREA B:) (1) New Construction........$ 27.14 18.66 (2) Establishment Warranty Period......................$ 20.83 18.66 FOOTNOTES: Laborers working off or with or from bos'n chairs, swinging scaffolds, belts shall receive $0.25 per hour above the applicable wage rate. This shall not apply to workers entitled to receive the wage rate set forth in Group 1-a below. --------------------------------------------------------- LABORER CLASSIFICATIONS CONSTRUCTION SPECIALIST GROUP: Asphalt ironer and raker; Chainsaw; Laser beam in connection with laborers' work; Cast-in- place manhole form setter; Pressure pipelayer; Davis trencher - 300 or similar type (and all small trenchers); Blaster; Diamond driller; Multiple unit drill; Hydraulic drill GROUP 1: Asphalt spreader boxes (all types); Barko, Wacker and similar type tampers; Buggymobile; Caulker, bander, pipewrapper, conduit layer, plastic pipelayer; Certified hazardous waste worker including Leade Abatement; Compactors of all types; Concrete and magnesite mixer, 1/2 yd. and under; Concrete pan work; Concrete sander; Concrete saw; Cribber and/or shoring; Cut granite curb setter; Dri-pak-it machine; Faller, logloader and bucker; Form raiser, slip forms; Green cutter; Headerboard, Hubsetter, aligner, by any method; High pressure blow pipe (1-1/2" or over, 100 lbs. pressure/over); Hydro seeder and similar type; Jackhammer operator; Jacking of pipe over 12 inches; Jackson and similar type compactor; Kettle tender, pot and worker applying asphalt, lay-kold, creosote, lime, caustic and similar type materials (applying means applying, dipping or handling of such materials); Lagging, sheeting, EXHIBIT C-1 58 DocuSign Envelope ID: 617B51D9-2D5C-414D-85AA-9DBA2328C639 whaling, bracing, trenchjacking, lagging hammer; Magnesite, epoxyresin, fiberglass, mastic worker (wet or dry); No joint pipe and stripping of same, including repair of voids; Pavement breaker and spader, including tool grinder; Perma curb; Pipelayer (including grade checking in connection with pipelaying); Precast-manhole setter; Pressure pipe tester; Post hole digger, air, gas and electric; Power broom sweeper; Power tampers of all types (except as shown in Group 2); Ram set gun and stud gun; Riprap stonepaver and rock-slinger, including placing of sacked concrete and/or sand (wet or dry) and gabions and similar type; Rotary scarifier or multiple head concrete chipping scarifier; Roto and Ditch Witch; Rototiller; Sandblaster, pot, gun, nozzle operators; Signalling and rigging; Tank cleaner; Tree climber; Turbo blaster; Vibrascreed, bull float in connection with laborers' work; Vibrator; Hazardous waste worker (lead removal); Asbestos and mold removal worker GROUP 1-a: Joy drill model TWM-2A; Gardner-Denver model DH143 and similar type drills; Track driller; Jack leg driller; Wagon driller; Mechanical drillers, all types regardless of type or method of power; Mechanical pipe layers, all types regardless of type or method of power; Blaster and powder; All work of loading, placing and blasting of all powder and explosives of whatever type regardless of method used for such loading and placing; High scalers (including drilling of same); Tree topper; Bit grinder GROUP 1-b: Sewer cleaners shall receive $4.00 per day above Group 1 wage rates. "Sewer cleaner" means any worker who handles or comes in contact with raw sewage in small diameter sewers. Those who work inside recently active, large diameter sewers, and all recently active sewer manholes shal receive $5.00 per day above Group 1 wage rates. GROUP 1-c: Burning and welding in connection with laborers' work; Synthetic thermoplastics and similar type welding GROUP 1-d: Maintenance and repair track and road beds. All employees performing work covered herein shall receive $ .25 per hour above their regular rate for all work performed on underground structures not specifically covered herein. This paragraph shall not be construed to apply to work below ground level in open cut. It shall apply to cut and cover work of subway construction after the temporary cover has been placed. GROUP 1-e: Work on and/or in bell hole footings and shafts thereof, and work on and in deep footings. (A deep footing is a hole 15 feet or more in depth.) In the event the depth of the footing is unknown at the commencement of excavation, and the final depth exceeds 15 feet, the deep footing wage rate would apply to all employees for each and every day worked on or in the excavation of the footing from the date of inception. EXHIBIT C-1 59 DocuSign Envelope ID: 617B51D9-2D5C-414D-85AA-9DBA2328C639 GROUP 1-f: Wire winding machine in connection with guniting or shot crete GROUP 1-g, CONTRA COSTA COUNTY: Pipelayer (including grade checking in connection with pipelaying); Caulker; Bander; Pipewrapper; Conduit layer; Plastic pipe layer; Pressure pipe tester; No joint pipe and stripping of same, including repair of voids; Precast manhole setters, cast in place manhole form setters GROUP 2: Asphalt shoveler; Cement dumper and handling dry cement or gypsum; Choke-setter and rigger (clearing work); Concrete bucket dumper and chute; Concrete chipping and grinding; Concrete laborer (wet or dry); Driller tender, chuck tender, nipper; Guinea chaser (stake), grout crew; High pressure nozzle, adductor; Hydraulic monitor (over 100 lbs. pressure); Loading and unloading, carrying and hauling of all rods and materials for use in reinforcing concrete construction; Pittsburgh chipper and similar type brush shredders; Sloper; Single foot, hand-held, pneumatic tamper; All pneumatic, air, gas and electric tools not listed in Groups 1 through 1-f; Jacking of pipe - under 12 inches GROUP 3: Construction laborers, including bridge and general laborer; Dump, load spotter; Flag person; Fire watcher; Fence erector; Guardrail erector; Gardener, horticultural and landscape laborer; Jetting; Limber, brush loader and piler; Pavement marker (button setter); Maintenance, repair track and road beds; Streetcar and railroad construction track laborer; Temporary air and water lines, Victaulic or similar; Tool room attendant (jobsite only) GROUP 4: Final clean-up work of debris, grounds and building including but not limited to: street cleaner; cleaning and washing windows; brick cleaner (jobsite only); material cleaner (jobsite only). The classification "material cleaner" is to be utilized under the following conditions: A: at demolition site for the salvage of the material. B: at the conclusion of a job where the material is to be salvaged and stocked to be reused on another job. C: for the cleaning of salvage material at the jobsite or temporary jobsite yard. The material cleaner classification should not be used in the performance of "form stripping, cleaning and oiling and moving to the next point of erection". -------------------------------------------------------- GUNITE LABORER CLASSIFICATIONS GROUP 1: Structural Nozzleman GROUP 2: Nozzleman, Gunman, Potman, Groundman EXHIBIT C-1 60 DocuSign Envelope ID: 617B51D9-2D5C-414D-85AA-9DBA2328C639 GROUP 3: Reboundman GROUP 4: Gunite laborer ---------------------------------------------------------- WRECKING WORK LABORER CLASSIFICATIONS GROUP 1: Skilled wrecker (removing and salvaging of sash, windows and materials) GROUP 2: Semi-skilled wrecker (salvaging of other building materials) ---------------------------------------------------------------- LABO0073-002 06/30/2014 CALAVERAS AND SAN JOAQUIN COUNTIES Rates Fringes LABORER (TRAFFIC CONTROL/LANE CLOSURE) Escort Driver, Flag Person..$ 27.14 19.03 Traffic Control Person I....$ 27.44 19.03 Traffic Control Person II...$ 24.94 19.03 TRAFFIC CONTROL PERSON I: Layout of traffic control, crash cushions, construction area and roadside signage. TRAFFIC CONTROL PERSON II: Installation and removal of temporary/permanent signs, markers, delineators and crash cushions. ---------------------------------------------------------------- LABO0073-003 06/30/2014 SAN JOAQUIN COUNTY Rates Fringes LABORER Mason Tender-Brick..........$ 31.11 17.34 ---------------------------------------------------------------- LABO0073-005 06/30/2014 Rates Fringes Tunnel and Shaft Laborers: GROUP 1.....................$ 34.60 19.49 GROUP 2.....................$ 34.37 19.49 GROUP 3.....................$ 34.12 19.49 GROUP 4.....................$ 33.67 19.49 GROUP 5.....................$ 33.13 19.49 Shotcrete Specialist........$ 35.12 19.49 TUNNEL AND SHAFT CLASSIFICATIONS EXHIBIT C-1 61 DocuSign Envelope ID: 617B51D9-2D5C-414D-85AA-9DBA2328C639 GROUP 1: Diamond driller; Groundmen; Gunite and shotcrete nozzlemen GROUP 2: Rodmen; Shaft work & raise (below actual or excavated ground level) GROUP 3: Bit grinder; Blaster, driller, powdermen, heading; Cherry pickermen - where car is lifted; Concrete finisher in tunnel; Concrete screedman; Grout pumpman and potman; Gunite & shotcrete gunman & potman; Headermen; High pressure nozzleman; Miner - tunnel, including top and bottom man on shaft and raise work; Nipper; Nozzleman on slick line; Sandblaster - potman, Robotic Shotcrete Placer, Segment Erector, Tunnel Muck Hauler, Steel Form raiser and setter; Timberman, retimberman (wood or steel or substitute materials therefore); Tugger (for tunnel laborer work); Cable tender; Chuck tender; Powderman - primer house GROUP 4: Vibrator operator, pavement breaker; Bull gang - muckers, trackmen; Concrete crew - includes rodding and spreading, Dumpmen (any method) GROUP 5: Grout crew; Reboundman; Swamper/ Brakeman ---------------------------------------------------------------- LABO0166-001 07/01/2006 ALAMEDA AND CONTRA COSTA COUNTIES: Rates Fringes Brick Tender.....................$ 25.91 14.65 FOOTNOTES: Work on jobs where heat-protective clothing is required: $2.00 per hour additional. Work at grinders: $.25 per hour additional. Manhole work: $2.00 per day additional. ---------------------------------------------------------------- LABO0166-002 07/01/2007 SAN FRANCISCO AND SAN MATEO COUNTIES: Rates Fringes MASON TENDER, BRICK..............$ 26.93 16.50 FOOTNOTES: Underground work such as sewers, manholes, catch basins, sewer pipes, telephone conduits, tunnels and cut trenches: $5.00 per day additional. Work in live sewage: $2.50 per day additional. ---------------------------------------------------------------- LABO0261-003 06/30/2014 SAN FRANCISCO AND SAN MATEO COUNTIES EXHIBIT C-1 62 DocuSign Envelope ID: 617B51D9-2D5C-414D-85AA-9DBA2328C639 Rates Fringes LABORER (TRAFFIC CONTROL/LANE CLOSURE) Escort Driver, Flag Person..$ 28.14 19.03 Traffic Control Person I....$ 28.44 19.03 Traffic Control Person II...$ 25.94 19.03 TRAFFIC CONTROL PERSON I: Layout of traffic control, crash cushions, construction area and roadside signage. TRAFFIC CONTROL PERSON II: Installation and removal of temporary/permanent signs, markers, delineators and crash cushions. ---------------------------------------------------------------- LABO0261-005 06/30/2014 SAN FRANCISCO AND SAN MATEO COUNTIES Rates Fringes Tunnel and Shaft Laborers: GROUP 1.....................$ 34.60 19.49 GROUP 2.....................$ 34.37 19.49 GROUP 3.....................$ 34.12 19.49 GROUP 4.....................$ 33.67 19.49 GROUP 5.....................$ 33.13 19.49 Shotcrete Specialist........$ 35.12 19.49 TUNNEL AND SHAFT CLASSIFICATIONS GROUP 1: Diamond driller; Groundmen; Gunite and shotcrete nozzlemen GROUP 2: Rodmen; Shaft work & raise (below actual or excavated ground level) GROUP 3: Bit grinder; Blaster, driller, powdermen, heading; Cherry pickermen - where car is lifted; Concrete finisher in tunnel; Concrete screedman; Grout pumpman and potman; Gunite & shotcrete gunman & potman; Headermen; High pressure nozzleman; Miner - tunnel, including top and bottom man on shaft and raise work; Nipper; Nozzleman on slick line; Sandblaster - potman, Robotic Shotcrete Placer, Segment Erector, Tunnel Muck Hauler, Steel Form raiser and setter; Timberman, retimberman (wood or steel or substitute materials therefore); Tugger (for tunnel laborer work); Cable tender; Chuck tender; Powderman - primer house GROUP 4: Vibrator operator, pavement breaker; Bull gang - muckers, trackmen; Concrete crew - includes rodding and spreading, Dumpmen (any method) GROUP 5: Grout crew; Reboundman; Swamper/ Brakeman ---------------------------------------------------------------- EXHIBIT C-1 63 DocuSign Envelope ID: 617B51D9-2D5C-414D-85AA-9DBA2328C639 LABO0270-003 06/30/2014 AREA A: SANTA CLARA AREA B: MONTEREY, SAN BENITO AND SANTA CRUZ COUNTIES Rates Fringes LABORER (TRAFFIC CONTROL/LANE CLOSURE) Escort Driver, Flag Person Area A.....................$ 28.14 19.03 Area B.....................$ 27.14 19.03 Traffic Control Person I Area A.....................$ 28.44 19.03 Area B.....................$ 27.44 19.03 Traffic Control Person II Area A.....................$ 25.94 19.03 Area B.....................$ 24.94 19.03 TRAFFIC CONTROL PERSON I: Layout of traffic control, crash cushions, construction area and roadside signage. TRAFFIC CONTROL PERSON II: Installation and removal of temporary/permanent signs, markers, delineators and crash cushions. ---------------------------------------------------------------- LABO0270-004 06/30/2014 MONTEREY, SAN BENITO, SANTA CLARA, AND SANTA CRUZ COUNTIES Rates Fringes Tunnel and Shaft Laborers: GROUP 1.....................$ 34.60 19.49 GROUP 2.....................$ 34.37 19.49 GROUP 3.....................$ 34.12 19.49 GROUP 4.....................$ 33.67 19.49 GROUP 5.....................$ 33.13 19.49 Shotcrete Specialist........$ 35.12 19.49 TUNNEL AND SHAFT CLASSIFICATIONS GROUP 1: Diamond driller; Groundmen; Gunite and shotcrete nozzlemen GROUP 2: Rodmen; Shaft work & raise (below actual or excavated ground level) GROUP 3: Bit grinder; Blaster, driller, powdermen, heading; Cherry pickermen - where car is lifted; Concrete finisher in tunnel; Concrete screedman; Grout pumpman and potman; Gunite & shotcrete gunman & potman; Headermen; High pressure nozzleman; Miner - tunnel, including top and bottom man on shaft and raise work; Nipper; Nozzleman on EXHIBIT C-1 64 DocuSign Envelope ID: 617B51D9-2D5C-414D-85AA-9DBA2328C639 slick line; Sandblaster - potman, Robotic Shotcrete Placer, Segment Erector, Tunnel Muck Hauler, Steel Form raiser and setter; Timberman, retimberman (wood or steel or substitute materials therefore); Tugger (for tunnel laborer work); Cable tender; Chuck tender; Powderman - primer house GROUP 4: Vibrator operator, pavement breaker; Bull gang - muckers, trackmen; Concrete crew - includes rodding and spreading, Dumpmen (any method) GROUP 5: Grout crew; Reboundman; Swamper/ Brakeman ---------------------------------------------------------------- LABO0270-005 07/01/2013 MONTEREY AND SAN BENITO COUNTIES Rates Fringes LABORER Mason Tender-Brick..........$ 31.70 16.53 ---------------------------------------------------------------- LABO0294-001 06/30/2014 FRESNO, KINGS AND MADERA COUNTIES Rates Fringes LABORER (Brick) Mason Tender-Brick..........$ 31.11 17.34 ---------------------------------------------------------------- LABO0294-002 06/30/2014 FRESNO, KINGS, AND MADERA COUNTIES Rates Fringes LABORER (TRAFFIC CONTROL/LANE CLOSURE) Escort Driver, Flag Person..$ 27.14 19.03 Traffic Control Person I....$ 27.44 19.03 Traffic Control Person II...$ 24.94 19.03 TRAFFIC CONTROL PERSON I: Layout of traffic control, crash cushions, construction area and roadside signage. TRAFFIC CONTROL PERSON II: Installation and removal of temporary/permanent signs, markers, delineators and crash cushions. ---------------------------------------------------------------- LABO0294-005 06/30/2014 FRESNO, KINGS, AND MADERA COUNTIES Rates Fringes EXHIBIT C-1 65 DocuSign Envelope ID: 617B51D9-2D5C-414D-85AA-9DBA2328C639 Tunnel and Shaft Laborers: GROUP 1.....................$ 34.60 19.49 GROUP 2.....................$ 34.37 19.49 GROUP 3.....................$ 34.12 19.49 GROUP 4.....................$ 33.67 19.49 GROUP 5.....................$ 33.13 19.49 Shotcrete Specialist........$ 35.12 19.49 TUNNEL AND SHAFT CLASSIFICATIONS GROUP 1: Diamond driller; Groundmen; Gunite and shotcrete nozzlemen GROUP 2: Rodmen; Shaft work & raise (below actual or excavated ground level) GROUP 3: Bit grinder; Blaster, driller, powdermen, heading; Cherry pickermen - where car is lifted; Concrete finisher in tunnel; Concrete screedman; Grout pumpman and potman; Gunite & shotcrete gunman & potman; Headermen; High pressure nozzleman; Miner - tunnel, including top and bottom man on shaft and raise work; Nipper; Nozzleman on slick line; Sandblaster - potman, Robotic Shotcrete Placer, Segment Erector, Tunnel Muck Hauler, Steel Form raiser and setter; Timberman, retimberman (wood or steel or substitute materials therefore); Tugger (for tunnel laborer work); Cable tender; Chuck tender; Powderman - primer house GROUP 4: Vibrator operator, pavement breaker; Bull gang - muckers, trackmen; Concrete crew - includes rodding and spreading, Dumpmen (any method) GROUP 5: Grout crew; Reboundman; Swamper/ Brakeman ---------------------------------------------------------------- LABO0304-002 06/30/2014 ALAMEDA COUNTY Rates Fringes LABORER (TRAFFIC CONTROL/LANE CLOSURE) Escort Driver, Flag Person..$ 28.14 19.03 Traffic Control Person I....$ 28.44 19.03 Traffic Control Person II...$ 25.94 19.03 TRAFFIC CONTROL PERSON I: Layout of traffic control, crash cushions, construction area and roadside signage. TRAFFIC CONTROL PERSON II: Installation and removal of temporary/permanent signs, markers, delineators and crash cushions. ---------------------------------------------------------------- LABO0304-003 06/30/2014 EXHIBIT C-1 66 DocuSign Envelope ID: 617B51D9-2D5C-414D-85AA-9DBA2328C639 ALAMEDA COUNTY Rates Fringes Tunnel and Shaft Laborers: GROUP 1.....................$ 34.60 19.49 GROUP 2.....................$ 34.37 19.49 GROUP 3.....................$ 34.12 19.49 GROUP 4.....................$ 33.67 19.49 GROUP 5.....................$ 33.13 19.49 Shotcrete Specialist........$ 35.12 19.49 TUNNEL AND SHAFT CLASSIFICATIONS GROUP 1: Diamond driller; Groundmen; Gunite and shotcrete nozzlemen GROUP 2: Rodmen; Shaft work & raise (below actual or excavated ground level) GROUP 3: Bit grinder; Blaster, driller, powdermen, heading; Cherry pickermen - where car is lifted; Concrete finisher in tunnel; Concrete screedman; Grout pumpman and potman; Gunite & shotcrete gunman & potman; Headermen; High pressure nozzleman; Miner - tunnel, including top and bottom man on shaft and raise work; Nipper; Nozzleman on slick line; Sandblaster - potman, Robotic Shotcrete Placer, Segment Erector, Tunnel Muck Hauler, Steel Form raiser and setter; Timberman, retimberman (wood or steel or substitute materials therefore); Tugger (for tunnel laborer work); Cable tender; Chuck tender; Powderman - primer house GROUP 4: Vibrator operator, pavement breaker; Bull gang - muckers, trackmen; Concrete crew - includes rodding and spreading, Dumpmen (any method) GROUP 5: Grout crew; Reboundman; Swamper/ Brakeman ---------------------------------------------------------------- LABO0324-002 06/30/2014 CONTRA COSTA COUNTY Rates Fringes LABORER (TRAFFIC CONTROL/LANE CLOSURE) Escort Driver, Flag Person..$ 28.14 19.03 Traffic Control Person I....$ 28.44 19.03 Traffic Control Person II...$ 25.94 19.03 TRAFFIC CONTROL PERSON I: Layout of traffic control, crash cushions, construction area and roadside signage. TRAFFIC CONTROL PERSON II: Installation and removal of temporary/permanent signs, markers, delineators and crash cushions. EXHIBIT C-1 67 DocuSign Envelope ID: 617B51D9-2D5C-414D-85AA-9DBA2328C639 ---------------------------------------------------------------- LABO0324-006 06/30/2014 CONTRA COSTA COUNTY Rates Fringes Tunnel and Shaft Laborers: GROUP 1.....................$ 34.60 19.49 GROUP 2.....................$ 34.37 19.49 GROUP 3.....................$ 34.12 19.49 GROUP 4.....................$ 33.67 19.49 GROUP 5.....................$ 33.13 19.49 Shotcrete Specialist........$ 35.12 19.49 TUNNEL AND SHAFT CLASSIFICATIONS GROUP 1: Diamond driller; Groundmen; Gunite and shotcrete nozzlemen GROUP 2: Rodmen; Shaft work & raise (below actual or excavated ground level) GROUP 3: Bit grinder; Blaster, driller, powdermen, heading; Cherry pickermen - where car is lifted; Concrete finisher in tunnel; Concrete screedman; Grout pumpman and potman; Gunite & shotcrete gunman & potman; Headermen; High pressure nozzleman; Miner - tunnel, including top and bottom man on shaft and raise work; Nipper; Nozzleman on slick line; Sandblaster - potman, Robotic Shotcrete Placer, Segment Erector, Tunnel Muck Hauler, Steel Form raiser and setter; Timberman, retimberman (wood or steel or substitute materials therefore); Tugger (for tunnel laborer work); Cable tender; Chuck tender; Powderman - primer house GROUP 4: Vibrator operator, pavement breaker; Bull gang - muckers, trackmen; Concrete crew - includes rodding and spreading, Dumpmen (any method) GROUP 5: Grout crew; Reboundman; Swamper/ Brakeman ---------------------------------------------------------------- LABO1130-002 06/30/2014 MARIPOSA, MERCED, STANISLAUS, AND TUOLUMNE COUNTIES Rates Fringes LABORER (TRAFFIC CONTROL/LANE CLOSURE) Escort Driver, Flag Person..$ 27.14 19.03 Traffic Control Person I....$ 27.44 19.03 Traffic Control Person II...$ 24.94 19.03 TRAFFIC CONTROL PERSON I: Layout of traffic control, crash cushions, construction area and roadside signage. EXHIBIT C-1 68 DocuSign Envelope ID: 617B51D9-2D5C-414D-85AA-9DBA2328C639 TRAFFIC CONTROL PERSON II: Installation and removal of temporary/permanent signs, markers, delineators and crash cushions. ---------------------------------------------------------------- LABO1130-003 06/30/2014 MARIPOSA, MERCED, STANISLAUS, AND TUOLUMNE COUNTIES Rates Fringes Tunnel and Shaft Laborers: GROUP 1.....................$ 34.60 19.49 GROUP 2.....................$ 34.37 19.49 GROUP 3.....................$ 34.12 19.49 GROUP 4.....................$ 33.67 19.49 GROUP 5.....................$ 33.13 19.49 Shotcrete Specialist........$ 35.12 19.49 TUNNEL AND SHAFT CLASSIFICATIONS GROUP 1: Diamond driller; Groundmen; Gunite and shotcrete nozzlemen GROUP 2: Rodmen; Shaft work & raise (below actual or excavated ground level) GROUP 3: Bit grinder; Blaster, driller, powdermen, heading; Cherry pickermen - where car is lifted; Concrete finisher in tunnel; Concrete screedman; Grout pumpman and potman; Gunite & shotcrete gunman & potman; Headermen; High pressure nozzleman; Miner - tunnel, including top and bottom man on shaft and raise work; Nipper; Nozzleman on slick line; Sandblaster - potman, Robotic Shotcrete Placer, Segment Erector, Tunnel Muck Hauler, Steel Form raiser and setter; Timberman, retimberman (wood or steel or substitute materials therefore); Tugger (for tunnel laborer work); Cable tender; Chuck tender; Powderman - primer house GROUP 4: Vibrator operator, pavement breaker; Bull gang - muckers, trackmen; Concrete crew - includes rodding and spreading, Dumpmen (any method) GROUP 5: Grout crew; Reboundman; Swamper/ Brakeman ---------------------------------------------------------------- LABO1130-005 06/30/2014 MARIPOSA, MERCED, STANISLAUS AND TUOLUMNE COUNTIES Rates Fringes LABORER Mason Tender-Brick..........$ 31.11 17.34 ---------------------------------------------------------------- LABO1414-004 08/03/2016 EXHIBIT C-1 69 DocuSign Envelope ID: 617B51D9-2D5C-414D-85AA-9DBA2328C639 SAN FRANCISCO AND SAN MATEO COUNTIES: Rates Fringes PLASTER TENDER...................$ 34.15 19.28 Work on a swing stage scaffold: $1.00 per hour additional. ---------------------------------------------------------------- LABO1414-007 08/03/2016 CALAVERAS, FRESNO, KINGS, MADERA, MARIPOSA, MERCED, SAN JOAQUIN, STANISLAUS & TUOLUMNE Rates Fringes Plasterer tender.................$ 34.15 19.28 Work on a swing stage scaffold: $1.00 per hour additional. ---------------------------------------------------------------- LABO1414-008 08/03/2016 ALAMEDA AND CONTRA COSTA COUNTIES: Rates Fringes Plasterer tender.................$ 34.15 19.28 Work on a swing stage scaffold: $1.00 per hour additional. ---------------------------------------------------------------- LABO1414-010 08/03/2016 SANTA CLARA AND SANTA CRUZ COUNTIES Rates Fringes PLASTER TENDER 4 Stories and under.........$ 32.15 19.28 5 Stories and above.........$ 34.15 19.28 Work on a swing stage scaffold: $1.00 per hour additional. ---------------------------------------------------------------- LABO1414-011 08/03/2016 MONTEREY AND SAN BENITO COUNTIES Rates Fringes Plasterer tender.................$ 34.15 19.28 Work on a swing stage scaffold: $1.00 per hour additional. ---------------------------------------------------------------- PAIN0016-001 01/01/2015 ALAMEDA, CONTRA COSTA, MONTEREY, SAN BENITO, SAN MATEO, SANTA CLARA, AND SANTA CRUZ COUNTIES EXHIBIT C-1 70 DocuSign Envelope ID: 617B51D9-2D5C-414D-85AA-9DBA2328C639 Rates Fringes Painters:........................$ 36.45 21.48 PREMIUMS: EXOTIC MATERIALS - $0.75 additional per hour. SPRAY WORK: - $0.50 additional per hour. INDUSTRIAL PAINTING - $0.25 additional per hour [Work on industrial buildings used for the manufacture and processing of goods for sale or service; steel construction (bridges), stacks, towers, tanks, and similar structures] HIGH WORK: over 50 feet - $2.00 per hour additional 100 to 180 feet - $4.00 per hour additional Over 180 feet - $6.00 per houir additional ---------------------------------------------------------------- PAIN0016-003 07/01/2016 AREA 1: ALAMEDA, CONTRA COSTA, SAN FRANCISCO, SAN MATEO & SANTA CLARA COUNTIES AREA 2: CALAVERAS, MARIPOA, MERCED, MONTEREY, SAN BENITO, SAN JOAQUIN, SANTA CRUZ, STANISLAUS & TUOLUMNE COUNTIES Rates Fringes Drywall Finisher/Taper AREA 1......................$ 43.79 24.01 AREA 2......................$ 39.66 22.61 ---------------------------------------------------------------- PAIN0016-012 01/01/2015 ALAMEDA, CONTRA COSTA, MARIPOSA, MERCED, MONTEREY, SAN BENITO, SAN FRANCISCO, SAN MATEO, SANTA CLARA AND SANTA CRUZ COUNTIES Rates Fringes SOFT FLOOR LAYER.................$ 46.20 18.73 ---------------------------------------------------------------- PAIN0016-015 01/01/2015 CALAVERAS, MARIPOSA, MERCED, SAN JOAQUIN, STANISLAUS & TUOLUMNE COUNTIES Rates Fringes PAINTER Brush.......................$ 30.85 16.85 EXHIBIT C-1 71 DocuSign Envelope ID: 617B51D9-2D5C-414D-85AA-9DBA2328C639 FOOTNOTES: SPRAY/SANDBLAST: $0.50 additional per hour. EXOTIC MATERIALS: $1.00 additional per hour. HIGH TIME: Over 50 ft above ground or water level $2.00 additional per hour. 100 to 180 ft above ground or water level $4.00 additional per hour. Over 180 ft above ground or water level $6.00 additional per hour. ---------------------------------------------------------------- PAIN0016-022 01/01/2015 SAN FRANCISCO COUNTY Rates Fringes PAINTER..........................$ 40.07 21.48 ---------------------------------------------------------------- PAIN0169-001 01/01/2015 FRESNO, KINGS, MADERA, MARIPOSA AND MERCED COUNTIES: Rates Fringes GLAZIER..........................$ 34.83 19.75 ---------------------------------------------------------------- PAIN0169-005 01/01/2015 ALAMEDA CONTRA COSTA, MONTEREY, SAN BENITO, SAN FRANCISCO, SAN MATEO, SANTA CLARA & SANTA CRUZ COUNTIES Rates Fringes GLAZIER..........................$ 43.48 24.19 ---------------------------------------------------------------- PAIN0294-004 01/01/2015 FRESNO, KINGS AND MADERA COUNTIES Rates Fringes PAINTER Brush, Roller...............$ 25.67 15.68 Drywall Finisher/Taper......$ 30.47 16.81 FOOTNOTE: Spray Painters & Paperhangers recive $1.00 additional per hour. Painters doing Drywall Patching receive $1.25 additional per hour. Lead Abaters & Sandblasters receive $1.50 additional per hour. High Time - over 30 feet (does not include work from a lift) $0.75 per hour additional. ---------------------------------------------------------------- PAIN0294-005 01/01/2015 FRESNO, KINGS & MADERA EXHIBIT C-1 72 DocuSign Envelope ID: 617B51D9-2D5C-414D-85AA-9DBA2328C639 Rates Fringes SOFT FLOOR LAYER.................$ 30.83 17.39 ---------------------------------------------------------------- PAIN0767-001 01/01/2015 CALAVERAS, SAN JOAQUIN, STANISLAUS AND TUOLUMNE COUNTIES: Rates Fringes GLAZIER..........................$ 33.79 22.49 PAID HOLIDAYS: New Year's Day, Martin Luther King, Jr. Day, President's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, and Christmas Day. Employee rquired to wear a body harness shall receive $1.50 per hour above the basic hourly rate at any elevation. ---------------------------------------------------------------- PAIN1176-001 07/01/2014 HIGHWAY IMPR0VEMENT Rates Fringes Parking Lot Striping/Highway Marking: GROUP 1.....................$ 34.26 11.65 GROUP 2.....................$ 29.12 11.65 GROUP 3.....................$ 29.46 11.65 CLASSIFICATIONS GROUP 1: Striper: Layout and application of painted traffic stripes and marking; hot thermo plastic; tape, traffic stripes and markings GROUP 2: Gamecourt & Playground Installer GROUP 3: Protective Coating, Pavement Sealing ---------------------------------------------------------------- PAIN1237-003 01/01/2015 CALAVERAS; SAN JOAQUIN COUNTIES; STANISLAUS AND TUOLUMNE COUNTIES: Rates Fringes SOFT FLOOR LAYER.................$ 31.79 14.93 ---------------------------------------------------------------- PLAS0066-002 07/01/2016 ALAMEDA, CONTRA COSTA, SAN MATEO AND SAN FRANCISCO COUNTIES: EXHIBIT C-1 73 DocuSign Envelope ID: 617B51D9-2D5C-414D-85AA-9DBA2328C639 Rates Fringes PLASTERER........................$ 39.52 35.37 ---------------------------------------------------------------- PLAS0300-001 07/01/2014 Rates Fringes PLASTERER AREA 188: Fresno...........$ 29.44 22.26 AREA 224: San Benito, Santa Clara, Santa Cruz.....$ 31.59 22.26 AREA 295: Calaveras & San Joaquin Couonties...........$ 31.41 22.26 AREA 337: Monterey County..$ 30.52 22.26 AREA 429: Mariposa, Merced, Stanislaus, Tuolumne Counties...........$ 31.41 22.26 ---------------------------------------------------------------- PLAS0300-005 07/01/2016 Rates Fringes CEMENT MASON/CONCRETE FINISHER...$ 37.74 19.37 ---------------------------------------------------------------- PLUM0038-001 07/01/2016 SAN FRANCISCO COUNTY Rates Fringes PLUMBER (Plumber, Steamfitter, Refrigeration Fitter)..........................$ 68.00 45.09 ---------------------------------------------------------------- PLUM0038-005 07/01/2016 SAN FRANCISCO COUNTY Rates Fringes Landscape/Irrigation Fitter (Underground/Utility Fitter).....$ 57.80 33.46 ---------------------------------------------------------------- * PLUM0062-001 01/01/2017 MONTEREY AND SANTA CRUZ COUNTIES Rates Fringes PLUMBER & STEAMFITTER............$ 41.90 29.59 ---------------------------------------------------------------- PLUM0159-001 07/01/2016 CONTRA COSTA COUNTY Rates Fringes EXHIBIT C-1 74 DocuSign Envelope ID: 617B51D9-2D5C-414D-85AA-9DBA2328C639 Plumber and steamfitter (1) Refrigeration...........$ 55.03 34.46 (2) All other work..........$ 55.92 34.44 ---------------------------------------------------------------- * PLUM0246-001 01/01/2017 FRESNO, KINGS & MADERA COUNTIES Rates Fringes PLUMBER & STEAMFITTER............$ 38.40 29.39 ---------------------------------------------------------------- * PLUM0246-004 01/01/2017 FRESNO, MERCED & SAN JOAQUIN COUNIES Rates Fringes PLUMBER (PIPE TRADESMAN).........$ 13.00 10.74 PIPE TRADESMAN SCOPE OF WORK: Installation of corrugated metal piping for drainage, as well as installation of corrugated metal piping for culverts in connection with storm sewers and drains; Grouting, dry packing and diapering of joints, holes or chases including paving over joints, in piping; Temporary piping for dirt work for building site preparation; Operating jack hammers, pavement breakers, chipping guns, concrete saws and spades to cut holes, chases and channels for piping systems; Digging, grading, backfilling and ground preparation for all types of pipe to all points of the jobsite; Ground preparation including ground leveling, layout and planting of shrubbery, trees and ground cover, including watering, mowing, edging, pruning and fertilizing, the breaking of concrete, digging, backfilling and tamping for the preparation and completion of all work in connection with lawn sprinkler and landscaping; Loading, unloading and distributing materials at jobsite; Putting away materials in storage bins in jobsite secure storage area; Demolition of piping and fixtures for remodeling and additions; Setting up and tearing down work benches, ladders and job shacks; Clean-up and sweeping of jobsite; Pipe wrapping and waterproofing where tar or similar material is applied for protection of buried piping; Flagman ---------------------------------------------------------------- PLUM0342-001 07/01/2016 ALAMEDA & CONTRA COSTA COUNTIES Rates Fringes PIPEFITTER CONTRA COSTA COUNTY.........$ 56.56 40.74 PLUMBER, PIPEFITTER, STEAMFITTER EXHIBIT C-1 75 DocuSign Envelope ID: 617B51D9-2D5C-414D-85AA-9DBA2328C639 ALAMEDA COUNTY..............$ 56.56 40.74 ---------------------------------------------------------------- PLUM0355-004 07/01/2015 ALAMEDA, CALAVERAS, CONTRA COSTA, FRESNO, KINGS, MADERA, MARIPOSA, MERCED, MONTEREY, SAN BENITO, SAN JOAQUIN, SAN MATEO, SANTA CLARA, SANTA CRUZ, STANISLAUS, AND TUOLUMNE COUNTIES: Rates Fringes Underground Utility Worker /Landscape Fitter...........$ 28.60 10.05 ---------------------------------------------------------------- PLUM0393-001 07/01/2016 SAN BENITO AND SANTA CLARA COUNTIES Rates Fringes PLUMBER/PIPEFITTER...............$ 58.91 38.58 ---------------------------------------------------------------- * PLUM0442-001 01/01/2017 CALAVERAS, MARIPOSA, MERCED, SAN JOAQUIN, STANISLAUS & TUOLUMNE COUNTIES Rates Fringes PLUMBER & STEAMFITTER............$ 40.00 28.39 ---------------------------------------------------------------- PLUM0467-001 07/01/2016 SAN MATEO COUNTY Rates Fringes Plumber/Pipefitter/Steamfitter...$ 60.70 33.46 ---------------------------------------------------------------- * ROOF0027-002 01/01/2017 FRESNO, KINGS, AND MADERA COUNTIES Rates Fringes ROOFER...........................$ 26.01 14.21 FOOTNOTE: Work with pitch, pitch base of pitch impregnated products or any material containing coal tar pitch, on any building old or new, where both asphalt and pitchers are used in the application of a built-up roof or tear off: $2.00 per hour additional. ---------------------------------------------------------------- ROOF0040-002 08/01/2015 EXHIBIT C-1 76 DocuSign Envelope ID: 617B51D9-2D5C-414D-85AA-9DBA2328C639 SAN FRANCISCO & SAN MATEO COUNTIES: Rates Fringes ROOFER...........................$ 35.50 15.82 ---------------------------------------------------------------- ROOF0081-001 08/01/2015 ALAMEDA AND CONTRA COSTA COUNTIES: Rates Fringes Roofer...........................$ 36.08 14.90 ---------------------------------------------------------------- ROOF0081-004 08/01/2015 CALAVERAS, MARIPOSA, MERCED, SAN JOAQUIN, STANISLAUS AND TUOLUMNE COUNTIES: Rates Fringes ROOFER...........................$ 32.71 14.65 ---------------------------------------------------------------- ROOF0095-002 08/01/2015 MONTEREY, SAN BENITO, SANTA CLARA, AND SANTA CRUZ COUNTIES: Rates Fringes ROOFER Journeyman..................$ 37.55 15.52 Kettle person (2 kettles); Bitumastic, Enameler, Coal Tar, Pitch and Mastic worker......................$ 39.55 15.52 ---------------------------------------------------------------- SFCA0483-001 08/01/2016 ALAMEDA, CONTRA COSTA, SAN FRANCISCO, SAN MATEO AND SANTA CLARA COUNTIES: Rates Fringes SPRINKLER FITTER (FIRE)..........$ 59.12 28.33 ---------------------------------------------------------------- SFCA0669-011 04/01/2016 CALAVERAS, FRESNO, KINGS, MADERA, MARIPOSA, MERCED, MONTEREY, SAN BENITO, SAN JOAQUIN, SANTA CRUZ, STANISLAUS AND TUOLUMNE COUNTIES: Rates Fringes SPRINKLER FITTER.................$ 35.71 20.25 EXHIBIT C-1 77 DocuSign Envelope ID: 617B51D9-2D5C-414D-85AA-9DBA2328C639 ---------------------------------------------------------------- SHEE0104-001 01/01/2017 AREA 1: ALAMEDA, CONTRA COSTA, SAN FRANCISCO, SAN MATEO, SANTA CLARA AREA 2: MONTEREY & SAN BENITO AREA 3: SANTA CRUZ Rates Fringes SHEET METAL WORKER AREA 1: Mechanical Contracts under $200,000.............$ 48.23 36.45 All Other Work.............$ 54.58 37.08 AREA 2......................$ 34.96 34.21 AREA 3......................$ 38.28 33.01 ---------------------------------------------------------------- SHEE0104-003 07/01/2016 CALAVERAS AND SAN JOAQUIN COUNTIES: Rates Fringes SHEET METAL WORKER...............$ 38.12 30.50 ---------------------------------------------------------------- SHEE0104-005 07/01/2016 MARIPOSA, MERCED, STANISLAUS AND TUOLUMNE COUNTIES: Rates Fringes SHEET METAL WORKER (Excluding metal deck and siding)...........$ 36.88 33.30 ---------------------------------------------------------------- SHEE0104-007 07/01/2016 FRESNO, KINGS, AND MADERA COUNTIES: Rates Fringes SHEET METAL WORKER...............$ 36.15 33.70 ---------------------------------------------------------------- SHEE0104-015 07/01/2016 ALAMEDA, CONTRA COSTA, MONTEREY, SAN BENITO, SAN FRANCISCO, SAN MATEO, SANTA CLARA AND SANTA CRUZ COUNTIES: Rates Fringes SHEET METAL WORKER (Metal Decking and Siding only).........$ 35.64 31.49 ---------------------------------------------------------------- EXHIBIT C-1 78 DocuSign Envelope ID: 617B51D9-2D5C-414D-85AA-9DBA2328C639 SHEE0104-018 07/01/2016 CALAVERAS, FRESNO, KINGS, MADERA, MARIPOSA, MERCED, SAN JOAQUIN, STANISLAUS AND TUOLUMNE COUNTIES: Rates Fringes Sheet metal worker (Metal decking and siding only).........$ 35.64 31.49 ---------------------------------------------------------------- TEAM0094-001 07/01/2016 Rates Fringes Truck drivers: GROUP 1.....................$ 29.63 26.66 GROUP 2.....................$ 29.93 26.66 GROUP 3.....................$ 30.23 26.66 GROUP 4.....................$ 30.58 26.66 GROUP 5.....................$ 30.93 26.66 FOOTNOTES: Articulated dump truck; Bulk cement spreader (with or without auger); Dumpcrete truck; Skid truck (debris box); Dry pre-batch concrete mix trucks; Dumpster or similar type; Slurry truck: Use dump truck yardage rate. Heater planer; Asphalt burner; Scarifier burner; Industrial lift truck (mechanical tailgate); Utility and clean-up truck: Use appropriate rate for the power unit or the equipment utilized. TRUCK DRIVER CLASSIFICATIONS GROUP 1: Dump trucks, under 6 yds.; Single unit flat rack (2- axle unit); Nipper truck (when flat rack truck is used appropriate flat rack shall apply); Concrete pump truck (when flat rack truck is used appropriate flat rack shall apply); Concrete pump machine; Fork lift and lift jitneys; Fuel and/or grease truck driver or fuel person; Snow buggy; Steam cleaning; Bus or personhaul driver; Escort or pilot car driver; Pickup truck; Teamster oiler/greaser and/or serviceperson; Hook tender (including loading and unloading); Team driver; Tool room attendant (refineries) GROUP 2: Dump trucks, 6 yds. and under 8 yds.; Transit mixers, through 10 yds.; Water trucks, under 7,000 gals.; Jetting trucks, under 7,000 gals.; Single-unit flat rack (3-axle unit); Highbed heavy duty transport; Scissor truck; Rubber-tired muck car (not self-loaded); Rubber-tired truck jumbo; Winch truck and "A" frame drivers; Combination winch truck with hoist; Road oil truck or bootperson; Buggymobile; Ross, Hyster and similar straddle carriers; Small rubber-tired tractor GROUP 3: Dump trucks, 8 yds. and including 24 yds.; Transit EXHIBIT C-1 79 DocuSign Envelope ID: 617B51D9-2D5C-414D-85AA-9DBA2328C639 mixers, over 10 yds.; Water trucks, 7,000 gals. and over; Jetting trucks, 7,000 gals. and over; Vacuum trucks under 7500 gals. Trucks towing tilt bed or flat bed pull trailers; Lowbed heavy duty transport; Heavy duty transport tiller person; Self- propelled street sweeper with self-contained refuse bin; Boom truck - hydro-lift or Swedish type extension or retracting crane; P.B. or similar type self-loading truck; Tire repairperson; Combination bootperson and road oiler; Dry distribution truck (A bootperson when employed on such equipment, shall receive the rate specified for the classification of road oil trucks or bootperson); Ammonia nitrate distributor, driver and mixer; Snow Go and/or plow GROUP 4: Dump trucks, over 25 yds. and under 65 yds.; Water pulls - DW 10's, 20's, 21's and other similar equipment when pulling Aqua/pak or water tank trailers; Helicopter pilots (when transporting men and materials); Lowbedk Heavy Duty Transport up to including 7 axles; DW10's, 20's, 21's and other similar Cat type, Terra Cobra, LeTourneau Pulls, Tournorocker, Euclid and similar type equipment when pulling fuel and/or grease tank trailers or other miscellaneous trailers; Vacuum Trucks 7500 gals and over and truck repairman GROUP 5: Dump trucks, 65 yds. and over; Holland hauler; Low bed Heavy Duty Transport over 7 axles ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ================================================================ Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). EXHIBIT C-1 80 DocuSign Envelope ID: 617B51D9-2D5C-414D-85AA-9DBA2328C639 ---------------------------------------------------------------- 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 EXHIBIT C-1 81 DocuSign Envelope ID: 617B51D9-2D5C-414D-85AA-9DBA2328C639 that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the 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 EXHIBIT C-1 82 DocuSign Envelope ID: 617B51D9-2D5C-414D-85AA-9DBA2328C639 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. ================================================================ END OF GENERAL DECISION EXHIBIT C-1 83 DocuSign Envelope ID: 617B51D9-2D5C-414D-85AA-9DBA2328C639 Professional Services Rev. April 27, 2016 84 EXHIBIT “D” INSURANCE REQUIREMENTS CONTRACTORS TO THE CITY OF PALO ALTO (CITY), AT THEIR SOLE EXPENSE, SHALL FOR THE TERM OF THE CONTRACT OBTAIN AND MAINTAIN INSURANCE IN THE AMOUNTS FOR THE COVERAGE SPECIFIED BELOW, AFFORDED BY COMPANIES WITH AM BEST’S KEY RATING OF A-:VII, OR HIGHER, LICENSED OR AUTHORIZED TO TRANSACT INSURANCE BUSINESS IN THE STATE OF CALIFORNIA. AWARD IS CONTINGENT ON COMPLIANCE WITH CITY’S INSURANCE REQUIREMENTS, AS SPECIFIED, BELOW: REQUIRED TYPE OF COVERAGE REQUIREMENT MINIMUM LIMITS EACH OCCURRENCE AGGREGATE YES YES WORKER’S COMPENSATION EMPLOYER’S LIABILITY STATUTORY STATUTORY YES GENERAL LIABILITY, INCLUDING PERSONAL INJURY, BROAD FORM PROPERTY DAMAGE BLANKET CONTRACTUAL, AND FIRE LEGAL LIABILITY BODILY INJURY PROPERTY DAMAGE BODILY INJURY & PROPERTY DAMAGE COMBINED. $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 YES AUTOMOBILE LIABILITY, INCLUDING ALL OWNED, HIRED, NON-OWNED BODILY INJURY - EACH PERSON - EACH OCCURRENCE PROPERTY DAMAGE BODILY INJURY AND PROPERTY DAMAGE, COMBINED $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 YES PROFESSIONAL LIABILITY, INCLUDING, ERRORS AND OMISSIONS, MALPRACTICE (WHEN APPLICABLE), AND NEGLIGENT PERFORMANCE ALL DAMAGES $1,000,000 YES THE CITY OF PALO ALTO, THE STATE WATER RESOURCES CONTROL BOARD, ITS OFFICERS, AGENTS, EMPLOYEES AND SERVANTS ARE TO BE NAMED AS ADDITIONAL INSURED: CONTRACTOR, AT ITS SOLE COST AND EXPENSE, SHALL OBTAIN AND MAINTAIN, IN FULL FORCE AND EFFECT THROUGHOUT THE ENTIRE TERM OF ANY RESULTANT AGREEMENT, THE INSURANCE COVERAGE HEREIN DESCRIBED, INSURING NOT ONLY CONTRACTOR AND ITS SUBCONSULTANTS, IF ANY, BUT ALSO, WITH THE EXCEPTION OF WORKERS’ COMPENSATION, EMPLOYER’S LIABILITY AND PROFESSIONAL INSURANCE, NAMING AS ADDITIONAL INSUREDS CITY, ITS COUNCIL MEMBERS, OFFICERS, AGENTS, AND EMPLOYEES. I. INSURANCE COVERAGE MUST INCLUDE: A. A PROVISION FOR A WRITTEN THIRTY (30) DAY ADVANCE NOTICE TO CITY OF CHANGE IN COVERAGE OR OF COVERAGE CANCELLATION; AND B. A CONTRACTUAL LIABILITY ENDORSEMENT PROVIDING INSURANCE COVERAGE FOR CONTRACTOR’S AGREEMENT TO INDEMNIFY CITY. C. DEDUCTIBLE AMOUNTS IN EXCESS OF $5,000 REQUIRE CITY’S PRIOR APPROVAL. DocuSign Envelope ID: 617B51D9-2D5C-414D-85AA-9DBA2328C639 Professional Services Rev. April 27, 2016 85 II.CONTACTOR MUST SUBMIT CERTIFICATES(S) OF INSURANCE EVIDENCING REQUIRED COVERAGE AT THE FOLLOWING URL: https://www.planetbids.com/portal/portal.cfm?CompanyID=25569. III.ENDORSEMENT PROVISIONS, WITH RESPECT TO THE INSURANCE AFFORDED TO “ADDITIONAL INSUREDS” A.PRIMARY COVERAGE WITH RESPECT TO CLAIMS ARISING OUT OF THE OPERATIONS OF THE NAMED INSURED, INSURANCE AS AFFORDED BY THIS POLICY IS PRIMARY AND IS NOT ADDITIONAL TO OR CONTRIBUTING WITH ANY OTHER INSURANCE CARRIED BY OR FOR THE BENEFIT OF THE ADDITIONAL INSUREDS. B. CROSS LIABILITY THE NAMING OF MORE THAN ONE PERSON, FIRM, OR CORPORATION AS INSUREDS UNDER THE POLICY SHALL NOT, FOR THAT REASON ALONE, EXTINGUISH ANY RIGHTS OF THE INSURED AGAINST ANOTHER, BUT THIS ENDORSEMENT, AND THE NAMING OF MULTIPLE INSUREDS, SHALL NOT INCREASE THE TOTAL LIABILITY OF THE COMPANY UNDER THIS POLICY. C. NOTICE OF CANCELLATION 1. IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR ANY REASON OTHER THAN THE NON-PAYMENT OF PREMIUM, THE CONSULTANT SHALL PROVIDE CITY AT LEAST A THIRTY (30) DAY WRITTEN NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION. 2. IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR THE NON- PAYMENT OF PREMIUM, THE CONSULTANT SHALL PROVIDE CITY AT LEAST A TEN (10) DAY WRITTEN NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION. VENDORS ARE REQUIRED TO FILE THEIR EVIDENCE OF INSURANCE AND ANY OTHER RELATED NOTICES WITH THE CITY OF PALO ALTO AT THE FOLLOWING URL: HTTPS://WWW.PLANETBIDS.COM/PORTAL/PORTAL.CFM?COMPANYID=25569 OR HTTP://WWW.CITYOFPALOALTO.ORG/GOV/DEPTS/ASD/PLANET_BIDS_HOW_TO.ASP DocuSign Envelope ID: 617B51D9-2D5C-414D-85AA-9DBA2328C639 Professional Services Rev. April 27, 2016 86 EXHIBIT “E” DIR REGISTRATION FOR PUBLIC WORKS CONTRACTS This Exhibit shall apply only to a contract for public works construction, alteration, demolition, repair or maintenance work, CITY will not accept a bid proposal from or enter into this Agreement with CONSULTANT without proof that CONSULTANT and its listed subcontractors are registered with the California Department of Industrial Relations (“DIR”) to perform public work, subject to limited exceptions. City requires CONSULTANT and its listed subcontractors to comply with the requirements of SB 854. CITY provides notice to CONSULTANT of the requirements of California Labor Code section 1771.1(a), which reads: “A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded.” CITY gives notice to CONSULTANT and its listed subcontractors that CONSULTANT is required to post all job site notices prescribed by law or regulation and CONSULTANT is subject to SB 854-compliance monitoring and enforcement by DIR. CITY requires CONSULTANT and its listed subcontractors to comply with the requirements of Labor Code section 1776, including: Keep accurate payroll records, showing the name, address, social security number, work classification, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed by, respectively, CONSULTANT and its listed subcontractors, in connection with the Project. The payroll records shall be verified as true and correct and shall be certified and made available for inspection at all reasonable hours at the principal office of CONSULTANT and its listed subcontractors, respectively. At the request of CITY, acting by its project manager, CONSULTANT and its listed subcontractors shall make the certified payroll records available for inspection or furnished upon request to the project manager within ten (10) days of receipt of CITY’s request. CITY requests CONSULTANT and its listed subcontractors to submit the certified payroll records to the project manager at the end of each week during the Project. If the certified payroll records are not produced to the project manager within the 10-day period, DocuSign Envelope ID: 617B51D9-2D5C-414D-85AA-9DBA2328C639 Professional Services Rev. April 27, 2016 87 then CONSULTANT and its listed subcontractors shall be subject to a penalty of one hundred dollars ($100.00) per calendar day, or portion thereof, for each worker, and CITY shall withhold the sum total of penalties from the progress payment(s) then due and payable to CONSULTANT. Inform the project manager of the location of CONSULTANT’s and its listed subcontractors’ payroll records (street address, city and county) at the commencement of the Project, and also provide notice to the project manager within five (5) business days of any change of location of those payroll records. DocuSign Envelope ID: 617B51D9-2D5C-414D-85AA-9DBA2328C639 Not Yet Approved 170328 jb 6053854 1 Resolution No. _____ Resolution of the Council of the City of Palo Alto Authorizing an Installment Sale Agreement with the California State Water Resources Control Board in Connection with the Financing of the Design and Construction of a Sludge Dewatering and Load-Out Facility, Authorizing the Amendment of Two Related Financing Agreements with the California State Water Resources Control Board and Taking Certain Other Actions Relating Thereto R E C I T A L S A.The City of Palo Alto (the “City”) desires to finance the costs of designing and constructing a sludge dewatering and load-out facility relating to its Wastewater Treatment enterprise (the “Project”). B.The City intends to finance the construction and/or reconstruction of the Project or portions of the Project with moneys (“Project Funds”) provided by the State of California, acting by and through the State Water Resources Control Board (the “State Water Board”). C.On October 17, 2016 the City adopted Resolution No. 9630 designating the City Manager or any designee thereof, the Director of Public Works or the Manager of the Regional Water Quality Control Plant to execute any financial assistance agreement and take other actions relating to the Project. D.On October 17, 2016 the City also adopted Resolution No. 9632 declaring its intention to use a portion of the Project Funds to reimburse certain capital expenditures made prior to the receipt of Project Funds from available moneys of the City in connection with the planning and design of the Project. E.On February 13, 2017 the City also adopted Resolution No. 9667, providing for the repayment of Project Funds from certain revenues, as such term is defined therein. F.The City and the State Water Board now desire to approve the form of an Installment Sale Agreement (the “Installment Sale Agreement”), for the purpose of providing the terms relating to the distribution and repayment by the City of the Project Funds in accordance with Resolution Nos. 9632 and 9667. G.The City and the State Water Board have agreed that the installment payments payable by the City under the Installment Sale Agreement will be secured by a pledge of and payable from Net Revenues of the City’s Wastewater Collection and Wastewater Treatment enterprise funds on a parity basis with the City’s obligation to make installment payments to the State Water Board under a finance agreement executed by the City and the State Water Board in 2007 (the “2007 SRF Agreement”) and a finance agreement executed by the City and the State Water Board in 2009 (the “2009 SRF Agreement”), and the City desires to approve the ATTACHMENT D Not Yet Approved 170328 jb 6053854 2 form of amendments to the 2007 SRF Agreement and the 2009 SRF Agreement (the “2017 SRF Amendments”). NOW THEREFORE, the Council of the City of Palo Alto hereby RESOLVES as follows: SECTION 1. Each of the above recitals is true and correct and is adopted by the Council of the City of Palo Alto. SECTION 2. The City approves the Project Funds in an amount not to exceed $30 million, with an interest rate not to exceed 1.8%. SECTION 3. The form of the Installment Sale Agreement, a copy of which is attached as Exhibit A, is hereby approved in substantially the form thereof or with such changes as may be approved by the City Manager or any designee thereof, the Director of Public Works or the Manager of the Regional Water Quality Control Plant (each an “Authorized Officer”). Execution by an Authorized Officer of the Installment Sale Agreement shall constitute conclusive evidence of such Authorized Officer’s approval of all such changes. Each of the Authorized Officers is hereby authorized, together or alone, to execute and deliver the Installment Sale Agreement. The City Clerk is hereby authorized to attest to the Authorized Officer's signature. SECTION 4. The covenants set forth in the Installment Sale Agreement to be executed in accordance with Section 3 above are hereby approved, shall be deemed to be covenants of the legislative body of the City, and shall be complied with by the City and its officers. SECTION 5. Net Revenues (as defined in the Installment Sale Agreement) shall be pledged to the payment of amounts owed under the Installment Sale Agreement, and the City’s obligation to make installment payments under the Installment Sale Agreement shall be from Net Revenues only. SECTION 6. The form of the 2017 SRF Amendments, which are attached as Exhibits B and C, are hereby approved in substantially the form thereof or with such changes as may be approved by an Authorized Officer. Execution by an Authorized Officer of the 2017 SRF Amendments shall constitute conclusive evidence of such Authorized Officer’s approval of all such changes. Each of the Authorized Officers is hereby authorized, together or alone, to execute and deliver the 2017 SRF Amendments. The City Clerk is hereby authorized to attest to the Authorized Officer's signature. SECTION 7. Each Authorized Officer and the other officers and staff of the City responsible for the fiscal affairs of the City are hereby authorized and directed to take any actions and execute and deliver any and all documents and certificates as are necessary to accomplish and to consummate the transactions contemplated by the Installment Sale Agreement and the 2017 SRF Amendments. Not Yet Approved 170328 jb 6053854 3 SECTION 8. An Initial Study/Mitigated Negative Declaration was prepared for the sludge dewatering and loadout facility project and approved by Council on March 28, 2016 (Staff Report ID# 6424). The Council finds that its authorization of the Installment Sale Agreement and the 2017 SRF Amendments does not constitute a project requiring review under the California Environmental Quality Act (CEQA) or CEQA Guidelines. This action does not meet the definition of a project under Public Resources Code Section 21065 and CEQA Guidelines Section 15378(b)(5), because it is an administrative governmental activity which will not cause a direct or indirect physical change in the environment. INTRODUCED AND PASSED: AYES: NOES: ABSENT: ABSTENTIONS: ATTEST: _________________________ ______________________________ City Clerk Mayor APPROVED AS TO FORM: APPROVED: __________________________ ______________________________ Senior Deputy City Attorney City Manager ______________________________ Director of Public Works ______________________________ Director of Administrative Services Department WASTEWATER CITY OF PALO ALTO AND CALIFORNIA STATE WATER RESOURCES CONTROL BOARD INSTALLMENT SALE AGREEMENT SLUDGE DEWATERING AND LOADOUT FACILITY CLEAN WATER STATE REVOLVING FUND PROJECT NO. C-06-8190-110 AGREEMENT NO. D16-01034 AMOUNT: $30,000,000 ELIGIBLE START DATE: MARCH 20, 2017 END DATE: MARCH 30, 2049 COMPLETION OF CONSTRUCTION DATE: MARCH 30, 2019 FINAL DISBURSEMENT REQUEST DATE: SEPTEMBER 30, 2019 DATED AS OF MARCH 20, 2017 SR 7871 ATTACHMENT DEXHIBIT A THIS PAGE INTENTIONALLY LEFT BLANK City of Palo Alto Agreement No.: D16-01034 Project No.: C-06-8190-110 i TABLE OF CONTENTS ARTICLE I DEFINITIONS ......................................................................................................................... 1  1.1 Definitions. .......................................................................................................................................... 1  1.2 Exhibits and Appendices Incorporated............................................................................................... 4  ARTICLE II REPRESENTATIONS, WARRANTIES, AND COMMITMENTS ........................................... 5  2.1 General Recipient Commitments. ...................................................................................................... 5  2.2 Authorization and Validity. .................................................................................................................. 5  2.3 No Violations. ..................................................................................................................................... 5  2.4 No Litigation. ...................................................................................................................................... 5  2.5 Solvency. ............................................................................................................................................ 5  2.6 Legal Status and Eligibility. ................................................................................................................ 5  2.7 Financial Statements and Continuing Disclosure .............................................................................. 5  2.8 Completion of Project. ........................................................................................................................ 6  2.9 Award of Construction Contracts. ...................................................................................................... 6  2.10 Notice. ................................................................................................................................................ 6  2.11 Findings and Challenge ..................................................................................................................... 8  2.12 Project Access. .................................................................................................................................. 8  2.13 Project Completion; Initiation of Operations. ..................................................................................... 8  2.14 Continuous Use of Project; Lease or Disposal of Project. ................................................................. 8  2.15 Project Reports. ................................................................................................................................. 8  2.16 Federal Disadvantaged Business Enterprise (DBE) Reporting. ........................................................ 9  2.17 Records.............................................................................................................................................. 9  2.18 Audit. ................................................................................................................................................ 10  ARTICLE III FINANCING PROVISIONS ................................................................................................. 10  3.1 Purchase and Sale of Project. .......................................................................................................... 10  3.2 Amounts Payable by the Recipient. ................................................................................................. 10  3.3 Obligation Absolute. ......................................................................................................................... 12  City of Palo Alto Agreement No.: D16-01034 Project No.: C-06-8190-110 ii 3.4 No Obligation of the State. ............................................................................................................... 12  3.5 Disbursement of Project Funds; Availability of Funds. ..................................................................... 12  3.6 Withholding of Disbursements and Material Violations. ................................................................... 13  3.7 Pledge; Rates, Fees and Charges; Additional Debt. ....................................................................... 14  3.8 Financial Management System and Standards. .............................................................................. 15  3.9 Accounting and Auditing Standards. ................................................................................................ 15  3.10 Other Assistance. ............................................................................................................................ 15  ARTICLE IV TAX COVENANTS ............................................................................................................. 15  4.1 Purpose. ........................................................................................................................................... 15  4.2 Tax Covenant. .................................................................................................................................. 15  4.3 Governmental Unit. .......................................................................................................................... 15  4.4 Financing of a Capital Project. ......................................................................................................... 16  4.5 Ownership and Operation of Project. ............................................................................................... 16  4.6 Temporary Period. ............................................................................................................................ 16  4.7 Working Capital. ............................................................................................................................... 16  4.8 Expenditure of Proceeds. ................................................................................................................. 16  4.9 Private Use and Private Payments. ................................................................................................. 16  4.10 No Sale, Lease or Private Operation of the Project. ....................................................................... 17  4.11 No Disproportionate or Unrelated Use. ........................................................................................... 17  4.12 Management and Service Contracts. .............................................................................................. 17  4.13 No Disposition of Financed Property. .............................................................................................. 18  4.14 Useful Life of Project. ....................................................................................................................... 18  4.15 Installment Payments. ..................................................................................................................... 18  4.16 No Other Replacement Proceeds. ................................................................................................... 18  4.17 No Sinking or Pledged Fund. ........................................................................................................... 18  4.18 Reserve Amount. ............................................................................................................................. 18  4.19 Reimbursement Resolution. ............................................................................................................ 19  4.20 Reimbursement Expenditures. ........................................................................................................ 19  City of Palo Alto Agreement No.: D16-01034 Project No.: C-06-8190-110 iii 4.21 Change in Use of the Project. .......................................................................................................... 19  4.22 Rebate Obligations. ......................................................................................................................... 19  4.23 No Federal Guarantee. .................................................................................................................... 19  4.24 No Notices or Inquiries from IRS. .................................................................................................... 19  4.25 Amendments. ................................................................................................................................... 20  4.26 Reasonable Expectations. ............................................................................................................... 20  ARTICLE V MISCELLANEOUS PROVISIONS ...................................................................................... 20  5.1 Amendment. ..................................................................................................................................... 20  5.2 Assignability. .................................................................................................................................... 20  5.3 Bonding. ........................................................................................................................................... 20  5.4 Competitive Bidding ......................................................................................................................... 20  5.5 Compliance with Law, Regulations, etc. .......................................................................................... 21  5.6 Conflict of Interest. ........................................................................................................................... 21  5.7 Damages for Breach Affecting Tax-Exempt Status or Federal Compliance .................................... 21  5.8 Disputes. .......................................................................................................................................... 21  5.9 Governing Law. ................................................................................................................................ 22  5.10 Income Restrictions. ........................................................................................................................ 22  5.11 Indemnification and State Reviews. ................................................................................................ 22  5.12 Independent Actor. .......................................................................................................................... 23  5.13 Leveraging Covenants. .................................................................................................................... 23  5.14 Non-Discrimination Clause. ............................................................................................................. 23  5.15 No Third Party Rights. ..................................................................................................................... 23  5.16 Operation and Maintenance; Insurance. ......................................................................................... 23  5.17 Permits, Subcontracting, and Remedies. ........................................................................................ 24  5.18 Prevailing Wages. ............................................................................................................................ 24  5.19 Public Funding. ................................................................................................................................ 24  5.20 Recipient’s Responsibility for Work. ................................................................................................ 25  5.21 Related Litigation. ............................................................................................................................ 25  City of Palo Alto Agreement No.: D16-01034 Project No.: C-06-8190-110 iv 5.22 Rights in Data. .............................................................................................................................. 25  5.23 State Water Board Action; Costs and Attorney Fees. .................................................................. 25  5.24 Termination; Immediate Acceleration; Interest. ............................................................................ 25  5.25 Timeliness. .................................................................................................................................... 26  5.26 Unenforceable Provision. ............................................................................................................. 26  5.27 Useful Life. .................................................................................................................................... 26  5.28 Venue. .......................................................................................................................................... 26  5.29 Waiver and Rights of the State Water Board. .............................................................................. 26  EXHIBIT A - SCOPE OF WORK & INCORPORATED DOCUMENTS EXHIBIT A - FBA –FINAL BUDGET APPROVAL EXHIBIT B - FUNDING AMOUNT EXHIBIT C - PAYMENT SCHEDULE EXHIBIT D - SPECIAL CONDITIONS EXHIBIT E - PROGRAMMATIC CONDITIONS & CROSS-CUTTERS EXHIBIT F - SCHEDULE OF SYSTEM OBLIGATIONS EXHIBIT G - DAVIS-BACON REQUIREMENTS EXHIBIT H - COMPLIANCE WITH CROSS-CUTTING STATE AUTHORITIES City of Palo Alto Agreement No.: D16-01034 Project No.: C-06-8190-110 1 2016 cx 6ix16 WHEREAS, 1. The State Water Board is authorized to provide funding under this Agreement pursuant to the following:  CWSRF - Chapter 6.5 of Division 7 of the California Water Code (State Act)  CWSRF - Title VI of the federal Water Pollution Control Act (Federal Act) 2. The State Water Board determines eligibility for financial assistance, determines a reasonable schedule for providing financial assistance, establishes compliance with the Federal Act and State Act, and establishes the terms and conditions of a funding agreement. 3. The Recipient has applied to the State Water Board for funding for the Project described in Exhibit A of this Agreement and the State Water Board has selected the application for funding. 4. The State Water Board proposes to assist in financing/funding the costs of the Project, and the Recipient desires to participate as a recipient of financial assistance from the State Water Board and evidence its obligation to pay Installment Payments, which obligation will be secured by Net Revenues, as defined herein, upon the terms and conditions set forth in this Agreement, all pursuant to the Federal Act and the State Act. NOW, THEREFORE, in consideration of the premises and of the mutual representations, covenants and agreements herein set forth, the State Water Board and the Recipient, each binding itself, its successors and assigns, do mutually promise, covenant, and agree as follows: ARTICLE I DEFINITIONS 1.1 Definitions. Unless otherwise specified, each capitalized term used in this Agreement has the following meaning: "Additional Payments" means the Additional Payments described in Section 3.2(c) of this Agreement. "Agreement" means this Installment Sale Agreement, including all exhibits and attachments. "Allowance" means an amount based on a percentage of the accepted bid for an eligible project to help defray the planning, design, and construction engineering and administration costs of the Project. "Authorized Representative" means the duly appointed representative of the Recipient as set forth in the certified original of the Recipient’s authorizing resolution that designates the authorized representative by title. "Bank" means the California Infrastructure and Economic Development Bank. “Bond Funded Portion of the Project Funds” means any portion of the Project Funds which was or will be funded with Bond Proceeds. “Bond Proceeds” means original proceeds, investment proceeds, and replacement proceeds of Bonds. "Bonds" means any series of bonds issued by the Bank, the interest on which is excluded from gross income for federal tax purposes, all or a portion of the proceeds of which have been, are, or will be applied by the State Water Board to fund all or any portion of the Project Costs or that are secured in whole or in part by Installment Payments paid hereunder. City of Palo Alto Agreement No.: D16-01034 Project No.: C-06-8190-110 2 2016 cx 6ix16 "Code" as used in Article IV of this Agreement means the Internal Revenue Code of 1986, as amended, and any successor provisions and the regulations of the U.S. Department of the Treasury promulgated thereunder. "Completion of Construction" means the date, as determined by the Division after consultation with the Recipient, that the work of building and erection of the Project is substantially complete. “CWSRF” means the Clean Water State Revolving Fund. “Days” means calendar days unless otherwise expressly indicated. “Disbursement Period” means the period during which Project Funds may be disbursed. "Division" means the Division of Financial Assistance of the State Water Board or any other segment of the State Water Board authorized to administer this Agreement. “Eligible Start Date” means the date set forth in Exhibit B, establishing the date on or after which construction costs may be incurred and eligible for reimbursement hereunder, subject to the 60-day look back period established in the Reimbursement Resolution. “Enterprise Fund” means the enterprise funds of the Recipient in which Revenues of its Wastewater Treatment enterprise and Wastewater Collection enterprise are deposited. “Final Disbursement Request Date” means the date established in Exhibit B, after which date, no further Project Funds disbursements may be requested. "Fiscal Year" means the period of twelve (12) months terminating on June 30 of any year, or any other annual period selected and designated by the Recipient as its Fiscal Year in accordance with applicable law. "Force Account" means the use of the Recipient's own employees or equipment. “GAAP” means generally accepted accounting principles, the uniform accounting and reporting procedures set forth in publications of the American Institute of Certified Public Accountants or its successor, or by any other generally accepted authority on such procedures, and includes, as applicable, the standards set forth by the Governmental Accounting Standards Board or its successor. "Initiation of Construction" means the date that notice to proceed with work is issued for the Project, or, if notice to proceed is not required, the date of commencement of building and erection of the Project. "Installment Payments" means Installment Payments due and payable by the Recipient to the State Water Board under this Agreement, the amounts of which are set forth as Exhibit C hereto. “Listed Event” means, so long as the Recipient has outstanding any System Obligation subject to Rule 15c2-12, any of the events required to be reported pursuant to Rule 15c2-12(b)(5) pursuant to a continuing disclosure undertaking related to such System Obligation. "Maintenance and Operation Costs" means the reasonable and necessary costs spent or incurred by the City for maintaining and operating the Wastewater Treatment enterprise and Wastewater Collection enterprise, calculated in accordance with sound accounting principles, including the cost of supply of water, gas and electric energy under contracts or otherwise, the funding of reasonable reserves, and all reasonable and necessary expenses of management and repair and other expenses to maintain and preserve the Wastewater Treatment enterprise and Wastewater Collection enterprise in good repair and working order, and including all reasonable and necessary administrative costs of the City attributable to City of Palo Alto Agreement No.: D16-01034 Project No.: C-06-8190-110 3 2016 cx 6ix16 the Wastewater Treatment enterprise and Wastewater Collection enterprise and to any financing instruments incurred to finance improvements to the Wastewater Treatment enterprise and Wastewater Collection enterprise, such as salaries and wages and the necessary contribution to retirement of employees, overhead, insurance, taxes (if any), expenses, compensation and indemnification of any bond trustee, and fees of auditors, accountants, attorneys or engineers, and including all other reasonable and necessary costs of the City or charges required to be paid by it to comply with the terms of any financing instrument related to the Wastewater Treatment enterprise and Wastewater Collection enterprise, but excluding depreciation, replacement and obsolescence charges or reserves therefor and amortization of intangibles or other bookkeeping entries of a similar nature. “Material Event” means any event that, as determined by the Division, might cause the State Water Board to violate the terms and conditions of its agreements with USEPA or its bond covenants, including any of the following: (a) revenue shortfalls; (b) unscheduled draws on the Reserve Fund, if any, or the Enterprise Fund; (c) substitution of insurers, or their failure to perform; (d) adverse findings by the Regional Water Quality Control Board; (e) litigation related to the Revenues, the System, or the Project, whether pending or anticipated; (f) any false warranty or representation made by the Recipient relevant to this Agreement; (g) loss, theft, damage, or impairment to the Revenues or the System; (h) seizure of, or levy on any collateral securing this Agreement; (i) dissolution or cessation of operations by the Recipient, termination of Recipient’s existence, insolvency of Recipient, or filing of a voluntary or involuntary bankruptcy petition by or on behalf of Recipient; (j) any event set forth in section 2.10 of this Agreement. "Material Obligation" means (a) any senior or parity obligation of the Recipient payable from Revenues as identified as of the date of this Agreement in Exhibit F, (b) the Obligation, and (c) such additional obligations as may hereafter be issued in accordance with the provisions of such obligations and this Agreement. "Net Revenues" means, with respect to the Wastewater Treatment enterprise and Wastewater Collection enterprise, for any period of computation, the amount of the Revenues received from the Wastewater Treatment enterprise and Wastewater Collection enterprise during such period, less the amount of Maintenance and Operation Costs of the Wastewater Treatment enterprise and Wastewater Collection enterprise becoming payable during such period. "Obligation" means the obligation of the Recipient to make Installment Payments and Additional Payments as provided herein, as evidenced by the execution of this Agreement, proceeds of such obligations being used to fund the Project as specified in the Project Description in Exhibit A and Exhibit A- FBA and in the documents thereby incorporated by reference. "Policy" means the State Water Board's “Policy for Implementing the Clean Water State Revolving Fund,” as amended from time to time. “Project” means the Project financed by this Agreement as described in Exhibit A, Exhibit A-FBA, and in the documents incorporated by reference herein. "Project Completion" means the date, as determined by the Division after consultation with the Recipient, that operation of the Project is initiated or is capable of being initiated, whichever comes first. "Project Costs" means the incurred costs of the Recipient which are eligible for financial assistance under this Agreement, which are allowable costs as defined under the Policy, and which are reasonable, necessary and allocable by the Recipient to the Project under GAAP, plus capitalized interest. “Project Funds” means all moneys disbursed to the Recipient by the State Water Board pursuant to this Agreement. “Public entities”, with respect to the definition of Revenues, includes but is not limited to the City of Mountain View, the City of Los Altos, the East Palo Alto Sanitary District, Stanford University, and any City of Palo Alto Agreement No.: D16-01034 Project No.: C-06-8190-110 4 2016 cx 6ix16 other of the Recipient’s partner agencies, of any corporate type, that pay to the Recipient for the use or services of, or the debt service on, the Recipient’s Regional Water Quality Control Plant. “Recipient” means City of Palo Alto. “Regional Water Quality Control Board” or “Regional Water Board” means the appropriate Regional Water Quality Control Board. “Reimbursement Resolution” means the Recipient’s reimbursement resolution identified in Exhibit A of this Agreement. “Reserve Fund” means the reserve fund required pursuant to Exhibit D of this Agreement. "Revenues" means, for any period of computation, all gross charges (including fees, tolls, assessments, rates and rentals prescribed under applicable law by the City Council for the services and facilities of the Wastewater Treatment enterprise and Wastewater Collection enterprise, which shall be referred to in this Agreement as “Charges”) received for, and all other gross income and revenues derived by the City from, the ownership or operation of the Wastewater Treatment enterprise and Wastewater Collection enterprise or otherwise arising from the Wastewater Treatment enterprise and Wastewater Collection enterprise during such period, including but not limited to (a) all Charges received by the City for use of the Wastewater Treatment enterprise and Wastewater Collection enterprise, (b) all receipts derived from the investment of funds, (c) transfers from (but exclusive of any transfers to) any stabilization reserve funds, and (d) all moneys received by the City from other public entities whose inhabitants or customers are served pursuant to contracts with the City. “Rule 15c2-12(b)(5)” means Rule 15c2-12(b)(5) promulgated by the Securities and Exchange Commission pursuant to the Securities Exchange Act of 1934, as amended. “SRF” means the Clean Water State Revolving Fund. “State” means State of California. “State Water Board” means the State Water Resources Control Board. "System" means all wastewater collection, pumping, transport, treatment, storage, and disposal facilities, including land and easements thereof, owned by the Recipient, including the Project, and all other properties, structures, or works hereafter acquired and constructed by the Recipient and determined to be a part of the System, together with all additions, betterments, extensions, or improvements to such facilities, properties, structures, or works, or any part thereof hereafter acquired and constructed. “System Obligation” means any long-term obligation of the Recipient payable from the Revenues, including this Obligation and obligations reflected in Exhibit F. “Wastewater Treatment enterprise” and “Wastewater Collection enterprise” mean, collectively, the System enterprises. “Year” means calendar year unless otherwise expressly indicated. 1.2 Exhibits and Appendices Incorporated. All exhibits and appendices to this Agreement, including any amendments and supplements hereto, are hereby incorporated herein and made a part of this Agreement. City of Palo Alto Agreement No.: D16-01034 Project No.: C-06-8190-110 5 2016 cx 6ix16 ARTICLE II REPRESENTATIONS, WARRANTIES, AND COMMITMENTS The Recipient represents, warrants, and commits to the following as of the Eligible Start Date set forth on the first page hereof and continuing thereafter for the term of the Agreement. 2.1 General Recipient Commitments. The Recipient shall comply with all terms, provisions, conditions, and commitments of this Agreement, including all incorporated documents, and to fulfill all assurances, declarations, representations, and commitments in its application, accompanying documents, and communications filed in support of its request for financial assistance. 2.2 Authorization and Validity. The execution and delivery of this Agreement, including all incorporated documents, has been duly authorized by the Recipient. This Agreement constitutes a valid and binding obligation of the Recipient, enforceable in accordance with its terms, except as such enforcement may be limited by law. 2.3 No Violations. The execution, delivery, and performance by Recipient of this Agreement, including all incorporated documents, do not violate any provision of any law or regulation in effect as of the date set forth on the first page hereof, or result in any breach or default under any contract, obligation, indenture, or other instrument to which Recipient is a party or by which Recipient is bound as of the date set forth on the first page hereof. 2.4 No Litigation. There are no pending or, to Recipient’s knowledge, threatened actions, claims, investigations, suits, or proceedings before any governmental authority, court, or administrative agency which materially affect the financial condition or operations of the Recipient, the System, the Revenues, and/or the Project. 2.5 Solvency. None of the transactions contemplated by this Agreement will be or have been made with an actual intent to hinder, delay, or defraud any present or future creditors of Recipient. As of the date set forth on the first page hereof, Recipient is solvent and will not be rendered insolvent by the transactions contemplated by this Agreement. Recipient is able to pay its debts as they become due. 2.6 Legal Status and Eligibility. Recipient is duly organized and existing and in good standing under the laws of the State of California, and will remain so during the term of this Agreement. Recipient shall at all times maintain its current legal existence and preserve and keep in full force and effect its legal rights and authority. Recipient shall maintain its eligibility for funding under this Agreement for the term of this Agreement. 2.7 Financial Statements and Continuing Disclosure. The financial statements of Recipient previously delivered to the State Water Board as of the date(s) set forth in such financial statements: (a) are materially complete and correct; (b) present fairly the financial condition of the Recipient; and (c) have been prepared in accordance with GAAP. Since the date(s) of such financial statements, there has been no material adverse change in the financial condition of the City of Palo Alto Agreement No.: D16-01034 Project No.: C-06-8190-110 6 2016 cx 6ix16 Recipient, nor have any assets or properties reflected on such financial statements been sold, transferred, assigned, mortgaged, pledged or encumbered, except as previously disclosed in writing by Recipient and approved in writing by the State Water Board. The Recipient is current in its continuing disclosure obligations associated with its material debt. 2.8 Completion of Project. The Recipient shall expeditiously proceed with and complete construction of the Project in substantial accordance with Exhibit A and Exhibit A-FBA. 2.9 Award of Construction Contracts. (a) The Recipient shall award the prime construction contract no later than the date specified in Exhibit A. (b) The Recipient shall promptly notify the Division in writing both of the award of the prime construction contract for the Project and of Initiation of Construction of the Project. The Recipient shall make all reasonable efforts to complete construction in substantial conformance with the terms of the contract by the Completion of Construction date established in Exhibit A. Such date shall be binding upon the Recipient unless modified in writing by the Division upon a showing of good cause by the Recipient. The Recipient shall deliver any request for extension of the Completion of Construction date no less than 90 days prior to the Completion of Construction date. The Division will not unreasonably deny a timely request, but the Division may deny requests received after this time. 2.10 Notice. (a) The Recipient shall notify the Division in writing within five (5) working days of the occurrence of the following: (1) Material defaults on this Obligation; (2) Unscheduled draws on debt service reserves held for this Obligation, if any, reflecting financial difficulties; (3) Bankruptcy, insolvency, receivership or similar event of the Recipient; (4) Actions taken pursuant to state law in anticipation of filing for bankruptcy; (5) Other Material Events or Listed Events; except as set forth in subdivisions (b) or (c) of this section; (6) Change of ownership of the Project or change of management or service contracts, if any, for operation of the Project; or (b) The Recipient shall notify the Division within 10 working days of the following: (1) Material defaults on System Obligations, other than this Obligation; (2) Unscheduled draws on debt service reserves held for System Obligations, other than this Obligation, if any, reflecting financial difficulties; (3) Unscheduled draws on credit enhancements on System Obligations, if any, reflecting financial difficulties; City of Palo Alto Agreement No.: D16-01034 Project No.: C-06-8190-110 7 2016 cx 6ix16 (4) Substitution of credit or liquidity providers, if any, or their failure to perform; (5) Any litigation pending or threatened against Recipient regarding its wastewater capacity or its continued existence, circulation of a petition to challenge rates, consideration of dissolution, or disincorporation, or any other material threat to the Recipient’s Revenues; (6) Adverse tax opinions, the issuance by the Internal Revenue Service of proposed or final determinations of taxability, Notices of Proposed Issue (IRS Form 5701-TEB) or other material notices of determinations with respect to the tax status of any tax-exempt bonds; (7) Rating changes on outstanding System Obligations, if any; (8) Issuance of additional parity obligations; (9) Transfers from a rate stabilization fund to meet the requirements in Section 3.7(d) of this Agreement. (c) The Recipient shall notify the Division promptly of the following: (1) Any substantial change in scope of the Project. The Recipient shall undertake no substantial change in the scope of the Project until written notice of the proposed change has been provided to the Division and the Division has given written approval for the change; (2) Cessation of all major construction work on the Project where such cessation of work is expected to or does extend for a period of thirty (30) days or more; (3) Any circumstance, combination of circumstances, or condition, which is expected to or does delay Completion of Construction for a period of ninety (90) days or more beyond the estimated date of Completion of Construction previously provided to the Division; (4) Discovery of any potential archeological or historical resource. Should a potential archeological or historical resource be discovered during construction of the Project, the Recipient agrees that all work in the area of the find will cease until a qualified archeologist has evaluated the situation and made recommendations regarding preservation of the resource, and the Division has determined what actions should be taken to protect and preserve the resource. The Recipient shall implement appropriate actions as directed by the Division; (5) Discovery of any unexpected endangered or threatened species, as defined in the federal Endangered Species Act. Should a federally protected species be unexpectedly encountered during construction of the Project, the Recipient agrees to promptly notify the Division. This notification is in addition to the Recipient’s obligations under the federal Endangered Species Act; (6) Any Project monitoring, demonstration, or other implementation activities such that the State Water Board Regional Water Quality Control Board staff may observe and document such activities; (7) Any public or media event publicizing the accomplishments and/or results of this Agreement and provide the opportunity for attendance and participation by state and federal representatives with at least ten (10) working days’ notice to both the Division and USEPA Region IX. The contact for USEPA Region IX is Josh Amaris at Amaris.josh@epa.gov (415) 972-3597; or City of Palo Alto Agreement No.: D16-01034 Project No.: C-06-8190-110 8 2016 cx 6ix16 (8) Completion of Construction of the Project, and actual Project Completion. 2.11 Findings and Challenge. Upon consideration of a voter initiative to reduce Revenues, the Recipient shall make a finding regarding the effect of such a reduction on the Recipient's ability to satisfy the rate covenant set forth in Section 3.7 of this Agreement. The Recipient shall make its findings available to the public and shall request, if necessary, the authorization of the Recipient’s decision-maker or decision-making body to file litigation to challenge any such initiative that it finds will render it unable to satisfy the rate covenant set forth in Section 3.7 and its obligation to operate and maintain the Project for its useful life. The Recipient shall diligently pursue and bear any and all costs related to such challenge. The Recipient shall notify and regularly update the State Water Board regarding the status of any such challenge. 2.12 Project Access. The Recipient shall ensure that the State Water Board, the Governor of the State, the United States Environmental Protection Agency, the Office of Inspector General, any member of Congress, the President of the United States, or any authorized representative of the foregoing, will have safe and suitable access to the Project site at all reasonable times during Project construction and thereafter for the term of the Obligation. The Recipient acknowledges that, except for a subset of information regarding archaeological records, the Project records and locations are public records, including but not limited to all of the submissions accompanying the application, all of the documents incorporated by Exhibit A and Exhibit A-FBA, and all reports, disbursement requests, and supporting documentation submitted hereunder. 2.13 Project Completion; Initiation of Operations. Upon Completion of Construction of the Project, the Recipient shall expeditiously initiate Project operations. 2.14 Continuous Use of Project; Lease or Disposal of Project. The Recipient agrees that, except as provided in the Agreement, it will not abandon, substantially discontinue use of, lease, or dispose of all or a significant part or portion of the Project during the useful life of the Project without prior written approval of the Division. Such approval may be conditioned as determined to be appropriate by the Division, including a condition requiring repayment of all disbursed Project Funds or all or any portion of all remaining funds covered by this Agreement together with accrued interest and any penalty assessments that may be due. 2.15 Project Reports. (a) Status Reports. The Recipient shall provide expeditiously status reports no less frequently than quarterly, starting with the execution of this Agreement. These reports must accompany any disbursement request and are a condition precedent to any disbursement. At a minimum the reports will contain the following information: (1) A summary of progress to date including a description of progress since the last report, percent construction complete, percent contractor invoiced, and percent schedule elapsed; (2) A description of compliance with environmental requirements; (3) A listing of change orders including amount, description of work, and change in contract amount and schedule; and City of Palo Alto Agreement No.: D16-01034 Project No.: C-06-8190-110 9 2016 cx 6ix16 (4) Any problems encountered, proposed resolution, schedule for resolution, and status of previous problem resolutions. (b) Project Completion Report. The Recipient shall submit a Project Completion Report to the Division with a copy to the appropriate Regional Water Quality Control on or before the due date established by the Division and the Recipient at the time of final project inspection. The Project Completion Report must address the following: (1) Describe the Project, (2) Describe the water quality problem the Project sought to address, (3) Discuss the Project’s likelihood of successfully addressing that water quality problem in the future, and (4) Summarize compliance with environmental conditions, if applicable. (5) If the Recipient fails to submit a timely Project Completion Report, then the State Water Board may stop processing pending or future applications for new financial assistance, withhold disbursements under this Agreement or other agreements, and begin administrative proceedings. (c) As Needed Reports. The Recipient shall provide expeditiously, during the term of this Agreement, any reports, data, and information reasonably required by the Division, including but not limited to material necessary or appropriate for evaluation of the funding program or to fulfill any reporting requirements of the state or federal government. 2.16 Federal Disadvantaged Business Enterprise (DBE) Reporting. The Recipient shall report DBE utilization to the Division on the DBE Utilization Report, State Water Board Form DBE UR334. The Recipient must submit such reports to the Division annually within ten (10) calendar days following October 1 until such time as the "Notice of Completion" is issued. The Recipient shall comply with 40 CFR § 33.301. 2.17 Records. (a) Without limitation of the requirement to maintain Project accounts in accordance with GAAP, the Recipient shall: (1) Establish an official file for the Project which adequately documents all significant actions relative to the Project; (2) Establish separate accounts which will adequately and accurately depict all amounts received and expended on the Project, including all assistance funds received under this Agreement; (3) Establish separate accounts which will adequately depict all income received which is attributable to the Project, specifically including any income attributable to assistance funds disbursed under this Agreement; (4) Establish an accounting system which will accurately depict final total costs of the Project, including both direct and indirect costs; City of Palo Alto Agreement No.: D16-01034 Project No.: C-06-8190-110 10 2016 cx 6ix16 (5) Establish such accounts and maintain such records as may be necessary for the State to fulfill federal reporting requirements, including any and all reporting requirements under federal tax statutes or regulations; and (6) If Force Account is used by the Recipient for any phase of the Project, other than for planning, design, and construction engineering and administration provided for by allowance, accounts will be established which reasonably document all employee hours charged to the Project and the associated tasks performed by each employee. Indirect Force Account costs are not eligible for funding. (b) The Recipient shall maintain separate books, records and other material relative to the Project. The Recipient shall also retain such books, records, and other material for itself and for each contractor or subcontractor who performed or performs work on this project for a minimum of thirty-six (36) years after Completion of Construction. The Recipient shall require that such books, records, and other material are subject at all reasonable times (at a minimum during normal business hours) to inspection, copying, and audit by the State Water Board, the Bureau of State Audits, the United States Environmental Protection Agency (USEPA), the Office of Inspector General, the Internal Revenue Service, the Governor, or any authorized representatives of the aforementioned. The Recipient shall allow and shall require its contractors to allow interviews during normal business hours of any employees who might reasonably have information related to such records. The Recipient agrees to include a similar duty regarding audit, interviews, and records retention in any contract or subcontract related to the performance of this Agreement. The provisions of this section shall survive the discharge of the Recipient's Obligation and the term of this Agreement. 2.18 Audit. (a) The Division may call for an audit of financial information relative to the Project if the Division determines that an audit is desirable to assure program integrity or if an audit becomes necessary because of state or federal requirements. If an audit is called for, the audit shall be performed by a certified public accountant independent of the Recipient and at the cost of the Recipient. The audit shall be in the form required by the Division (b) Audit disallowances will be returned to the State Water Board. ARTICLE III FINANCING PROVISIONS 3.1 Purchase and Sale of Project. The Recipient hereby sells to the State Water Board and the State Water Board hereby purchases from the Recipient the Project. Simultaneously therewith, the Recipient hereby purchases from the State Water Board, and the State Water Board hereby sells to the Recipient, the Project in accordance with the provisions of this Agreement. All right, title, and interest in the Project shall immediately vest in the Recipient on the date of execution and delivery of this Agreement without further action on the part of the Recipient or the State Water Board. The State Water Board’s disbursement of funds hereunder is contingent on the Recipient’s compliance with the terms and conditions of this Agreement. 3.2 Amounts Payable by the Recipient. (a) Installment Payments. Interest will accrue beginning with each disbursement. Beginning one year after Completion of Construction, repayment of the principal of the Project Funds, together with all interest accruing thereon, shall be repaid annually, and shall be fully amortized by the end term date specified in Exhibit B. City of Palo Alto Agreement No.: D16-01034 Project No.: C-06-8190-110 11 2016 cx 6ix16 The Installment Payments are based on a standard fully amortized assistance amount with equal annual payments. The remaining balance is the previous balance, plus the disbursements, plus the accrued interest on both, less the Installment Payment. Installment Payment calculations will be made beginning one (1) year after Completion of Construction and shall be fully amortized not later than the date specified in Exhibit B. Exhibit C is a payment schedule based on the provisions of this article and an estimated disbursement schedule. Actual payments will be based on actual disbursements. Upon Completion of Construction and submission of necessary reports by the Recipient, the Division will prepare an appropriate payment schedule and supply the same to the Recipient. The Division may amend this schedule as necessary to accurately reflect amounts due under this Agreement. The Division will prepare any necessary amendments to the payment schedule and send them to the Recipient. The Recipient shall make each Installment Payment from the sources specified in this Agreement on or before the due date therefor. A ten (10) day grace period will be allowed, after which time a penalty in the amount of costs incurred by the State Water Board will be assessed for late payment. These costs may include, but are not limited to, lost interest earnings, staff time, bond debt service default penalties, if any, and other costs. For purposes of penalty assessment, payment will be deemed to have been made if payment is deposited in the U.S. Mail within the grace period with postage prepaid and properly addressed. Any penalties assessed will not be added to the assistance amount balance, but will be treated as a separate account and obligation of the Recipient. The interest penalty will be assessed from the payment due date. The Recipient as a whole is obligated to make all payments from sources specified in this Agreement and as required by this Agreement to the State Water Board, notwithstanding any individual default by its constituents or others in the payment to the Recipient of "Charges" levied or imposed by the Recipient. Such Charges include, for instance, payments made to the Recipient by Public entities, as defined in this Agreement, for the use or services of, or debt service on, the Recipient’s Regional Water Quality Control Plant. The Recipient shall provide for the punctual payment to the State Water Board of all amounts which become due under this Agreement and which are received from constituents or others in the payment to the Recipient. In the event of failure, neglect or refusal of any officer of the Recipient to levy or cause to be levied any Charge to provide payment by the Recipient under this Agreement, to enforce or to collect such Charge, or to pay over to the State Water Board in accordance with Section 3.7(c) any money collected on account of such Charge necessary to satisfy any amount due under this Agreement and lawfully available for such purpose, the State Water Board may take such action in a court of competent jurisdiction as it deems necessary to compel the performance of all duties relating to the imposition or levying and collection of any of such Charges and the payment in accordance with Section 3.7(c) of the money collected therefrom to the State Water Board. Action taken pursuant hereto shall not deprive the State Water Board of, or limit the application of, any other remedy provided by law or by this Agreement. Each Installment Payment shall be paid by check and in lawful money of the United States of America. The Recipient shall not be entitled to interest earned on undisbursed funds. Upon execution of this Agreement, the State Water Board shall encumber an amount equal to the Obligation. The Recipient shall pay Installment Payments and Additional Payments from Net Revenues and/or other amounts legally available to the Recipient therefor. Interest on any funds disbursed to the Recipient shall begin to accrue as of the date of each disbursement. (b) Project Costs. The Recipient shall pay any and all costs connected with the Project including, without limitation, any and all Project Costs. If the Project Funds are not sufficient to pay the Project Costs in full, the Recipient shall nonetheless complete the Project and pay that portion of City of Palo Alto Agreement No.: D16-01034 Project No.: C-06-8190-110 12 2016 cx 6ix16 the Project Costs in excess of available Project Funds, and shall not be entitled to any reimbursement therefor from the State Water Board. (c) Additional Payments. In addition to the Installment Payments required to be made by the Recipient, the Recipient shall also pay to the State Water Board, the reasonable extraordinary fees and expenses of the State Water Board, and of any assignee of the State Water Board's right, title, and interest in and to this Agreement, in connection with this Agreement, including all expenses and fees of accountants, trustees, staff, contractors, consultants, costs, insurance premiums and all other reasonable extraordinary costs incurred by the State Water Board or assignee of the State Water Board. Additional Payments may be billed to the Recipient by the State Water Board from time to time, together with a statement executed by a duly authorized representative of the State Water Board, stating that the amounts billed pursuant to this section have been incurred by the State Water Board or its assignee for one or more of the above items and a copy of the invoice or statement for the amount so incurred or paid. Amounts so billed shall be paid by the Recipient within thirty (30) days after receipt of the bill by the Recipient. (d) The Recipient may without penalty prepay all or any portion of the outstanding principal amount of the Obligation provided that the Recipient shall also pay at the time of such prepayment all accrued interest on the principal amount prepaid through the date of prepayment. 3.3 Obligation Absolute. The obligation of the Recipient to make the Installment Payments and other payments required to be made by it under this Agreement, from Net Revenues and/or other amounts legally available to the Recipient therefor, is absolute and unconditional, and until such time as the Installment Payments and Additional Payments have been paid in full, the Recipient shall not discontinue or suspend any Installment Payments or other payments required to be made by it hereunder when due, whether or not the System or any part thereof is operating or operable or has been completed, or its use is suspended, interfered with, reduced or curtailed or terminated in whole or in part, and such Installment Payments and other payments shall not be subject to reduction whether by offset or otherwise and shall not be conditional upon the performance or nonperformance by any party of any agreement for any cause whatsoever. The Recipient’s obligation to pay Installment Payments is solely from Net Revenues. Notwithstanding anything to the contrary, nothing in this Agreement prohibits the City from making any payments hereunder from amounts legally available and appropriated therefor. 3.4 No Obligation of the State. Any obligation of the State Water Board herein contained shall not be an obligation, debt, or liability of the State and any such obligation shall be payable solely out of the moneys encumbered pursuant to this Agreement. 3.5 Disbursement of Project Funds; Availability of Funds. (a) Except as may be otherwise provided in this Agreement, disbursement of Project Funds will be made as follows: (1) Upon execution and delivery of this Agreement, the Recipient may request immediate disbursement of any eligible incurred planning and design allowance as specified in Exhibit B from the Project Funds through submission to the State Water Board of the Disbursement Request Form 260, or any amendment thereto, duly completed and executed. City of Palo Alto Agreement No.: D16-01034 Project No.: C-06-8190-110 13 2016 cx 6ix16 (2) The Recipient may request disbursement of eligible construction and equipment costs consistent with budget amounts referenced in Exhibit B and Exhibit A-FBA. (Note that this Agreement will be amended to incorporate Exhibit A-FBA after final budget approval.) (3) Additional Project Funds will be promptly disbursed to the Recipient upon receipt of Disbursement Request Form 260, or any amendment thereto, duly completed and executed by the Recipient for incurred costs consistent with this Agreement, along with receipt of status reports due under Section 2.15 above. (4) The Recipient shall not request disbursement for any Project Cost until such cost has been incurred and is currently due and payable by the Recipient, although the actual payment of such cost by the Recipient is not required as a condition of disbursement request. (5) Recipient shall spend Project Funds within 30 days of receipt. Any interest earned on Project Funds shall be reported to the State Water Board and may be required to be returned to the State Water Board or deducted from future disbursements. (6) The Recipient shall not be entitled to interest earned on undisbursed planning funds. (7) The Recipient shall not request a disbursement unless that Project Cost is allowable, reasonable, and allocable. (8) Notwithstanding any other provision of this Agreement, no disbursement shall be required at any time or in any manner which is in violation of or in conflict with federal or state laws, policies, or regulations. (b) The State Water Board's obligation to disburse Project Funds is contingent upon the availability of sufficient funds to permit the disbursements provided for herein. If sufficient funds are not available for any reason, including but not limited to failure of the federal or State government to appropriate funds necessary for disbursement of Project Funds, the State Water Board shall not be obligated to make any disbursements to the Recipient under this Agreement. This provision shall be construed as a condition precedent to the obligation of the State Water Board to make any disbursements under this Agreement. Nothing in this Agreement shall be construed to provide the Recipient with a right of priority for disbursement over any other agency. If any disbursements due the Recipient under this Agreement are deferred because sufficient funds are unavailable, it is the intention of the State Water Board that such disbursement will be made to the Recipient when sufficient funds do become available, but this intention is not binding. 3.6 Withholding of Disbursements and Material Violations. (a) The State Water Board may withhold all or any portion of the funds provided for by this Agreement in the event that: (1) The Recipient has materially violated, or threatens to materially violate, any term, provision, condition, or commitment of this Agreement; or (2) The Recipient fails to maintain reasonable progress toward completion of the Project. (b) For the purposes of this Agreement, the terms “material violation” or “threat of material violation” include, but are not limited to: (1) Placement on the ballot of an initiative or referendum to reduce Revenues; (2) Passage of such an initiative or referendum; City of Palo Alto Agreement No.: D16-01034 Project No.: C-06-8190-110 14 2016 cx 6ix16 (3) Successful challenges by ratepayer(s) to the process used by Recipient to set, dedicate, or otherwise secure Revenues; or (4) Any other action or lack of action that may be construed by the Division as a material violation or threat thereof. 3.7 Pledge; Rates, Fees and Charges; Additional Debt. (a) Establishment of Enterprise Fund and Reserve Fund. In order to carry out its Material Obligations, the Recipient covenants that it shall establish and maintain or shall have established and maintained the Enterprise Fund. All Revenues received shall be deposited when and as received in trust in the Enterprise Fund. As required in Exhibit D of this Agreement and Section 4.18, the Recipient shall establish and maintain a Reserve Fund. (b) Pledge of Net Revenues, Enterprise Fund, and Reserve Fund. The Obligation hereunder shall be secured by a lien on and pledge of Net Revenues and any Reserve Fund specified in Exhibit D in priority as specified in Exhibit F (senior, parity, or subordinate). The Recipient hereby pledges and grants such lien on and pledge of Net Revenues and any Reserve Fund specified in Exhibit D to secure the Obligation, including payment of Installment Payments and Additional Payments hereunder. The Net Revenues shall be subject to the lien of such pledge without any physical delivery thereof or further act, and the lien of such pledge shall be valid and binding as against all parties having claims of any kind in tort, contract, or otherwise against the Recipient. (c) Application and Purpose of the Enterprise Fund. Subject to the provisions of any outstanding Material Obligation, money on deposit in the Enterprise Fund shall be applied and used first, to pay Maintenance and Operation Costs, and thereafter, all amounts due and payable with respect to the Material Obligations. Subject to the provisions of any outstanding Material Obligation, after making all payments hereinabove required to be made in each Fiscal Year, the Recipient may expend in such Fiscal Year any remaining money in the Enterprise Fund for any lawful purpose of the Recipient, including payment of subordinate debt. (d) Rates, Fees and Charges. The Recipient shall, to the extent permitted by law, fix, prescribe and collect rates, fees and charges for the System during each Fiscal Year which are reasonable, fair, and nondiscriminatory and which will be at least sufficient to yield during each Fiscal Year Net Revenues equal to the debt service on System Obligations, including the Obligation, for such Fiscal Year, plus any coverage ratio specified in Exhibit D of this Agreement. The Recipient may make adjustments from time to time in such fees and charges and may make such classification thereof as it deems necessary, but shall not reduce the rates, fees and charges then in effect unless the Net Revenues from such reduced rates, fees, and charges will at all times be sufficient to meet the requirements of this section. (e) Additional Debt Test. (1) Additional Senior Debt. The Recipient’s future debt that is secured by Net Revenues may not be senior to this Obligation, except where the new senior obligation refunds or refinances an existing senior obligation, the new senior obligation has the same or earlier repayment term as the refunded senior debt, and the new senior debt service is the same or lower than the existing debt service in each year, thereby not diminishing the applicant’s ability to repay its SRF obligations. (2) Additional Parity Debt. Future debt that is secured by Net Revenues may be on parity with this Obligation if the Recipient is then in compliance with the reserve, coverage and additional debt test requirements in Exhibit D to this Agreement. City of Palo Alto Agreement No.: D16-01034 Project No.: C-06-8190-110 15 2016 cx 6ix16 (f) In the event that this Agreement is inconsistent with the Recipient’s resolution pledging revenues for repayment of this Obligation, the terms of this Agreement shall govern. 3.8 Financial Management System and Standards. The Recipient shall comply with federal standards for financial management systems. The Recipient agrees that, at a minimum, its fiscal control and accounting procedures will be sufficient to permit preparation of reports required by the federal government and tracking of Project funds to a level of expenditure adequate to establish that such funds have not been used in violation of federal or state law or the terms of this Agreement. To the extent applicable, the Recipient shall be bound by, and to comply with, the provisions and requirements of the federal Single Audit Act of 1984, Office of Management and Budget (OMB) Circular No. A-133 and 2 CFR Part 200, subpart F, and updates or revisions, thereto. 3.9 Accounting and Auditing Standards. The Recipient must maintain project accounts according to GAAP as issued by the Governmental Accounting Standards Board (GASB) or its successor. The Recipient shall maintain GAAP-compliant project accounts, including GAAP requirements relating to the reporting of infrastructure assets. 3.10 Other Assistance. If funding for Project Costs is made available to the Recipient from sources other than this Agreement, the Recipient shall notify the Division. The Recipient may retain such funding up to an amount which equals the Recipient's local share of Project Costs. To the extent allowed by requirements of other funding sources, excess funding shall be remitted to the State Water Board to be applied to Installment Payments due hereunder, if any. ARTICLE IV TAX COVENANTS 4.1 Purpose. The purpose of this Article IV is to establish the reasonable expectations of the Recipient regarding the Project and the Project Funds, and is intended to be and may be relied upon for purposes of Sections 103, 141 and 148 of the Code and as a certification described in Section 1.148-2(b)(2) of the Treasury Regulations. This Article IV sets forth certain facts, estimates and circumstances which form the basis for the Recipient’s expectation that neither the Project nor the Bond Funded Portion of the Project Funds is to be used in a manner that would cause the Obligation to be classified as “arbitrage bonds” under Section 148 of the Code or “private activity bonds” under Section 141 of the Code. 4.2 Tax Covenant. The Recipient agrees that it will not take or authorize any action or permit any action within its reasonable control to be taken, or fail to take any action within its reasonable control, with respect to the Project which would result in the loss of the exclusion of interest on the Bonds from gross income for federal income tax purposes under Section 103 of the Code. 4.3 Governmental Unit. City of Palo Alto Agreement No.: D16-01034 Project No.: C-06-8190-110 16 2016 cx 6ix16 The Recipient is a state or local governmental unit as defined in Section 1.103-1 of the Treasury Regulations or an instrumentality thereof (a "Governmental Unit") and is not the federal government or any agency or instrumentality thereof. 4.4 Financing of a Capital Project. The Recipient will use the Project Funds to finance costs it has incurred or will incur for the construction, reconstruction, installation or acquisition of the Project. Such costs have not previously been financed with the proceeds of any other issue of tax-exempt obligations. 4.5 Ownership and Operation of Project. The Recipient exclusively owns and, except as provided in Section 4.12 hereof, operates the Project. 4.6 Temporary Period. The Recipient reasonably expects that at least eighty-five percent (85%) of the Bond Funded Portion of the Project Funds will be allocated to expenditures for the Project within three (3) years of the earlier of the effective date of this Agreement or the date the Bonds are issued ("Applicable Date"). The Recipient has incurred, or reasonably expects that it will incur within six (6) months of the Applicable Date, a substantial binding obligation (i.e., not subject to contingencies within the control of the Recipient or a related party) to a third party to expend at least five percent (5%) of the Bond Funded Portion of the Project Funds on Project Costs. The completion of acquisition, construction, improvement and equipping of the Project and the allocation of the Bond Funded Portion of the Project Funds to Project Costs will proceed with due diligence. 4.7 Working Capital. No operational expenditures of the Recipient or any related entity are being, have been or will be financed or refinanced with Project Funds. 4.8 Expenditure of Proceeds. The Bond Funded Portion of the Project Funds shall be used exclusively for the following purposes: (i) Reimbursement Expenditures (as defined in Section 4.20 below), (ii) Preliminary Expenditures (as defined in Section 4.20 below) in an aggregate amount not exceeding twenty percent (20%) of the Bond Funded Portion of the Project Funds, (iii) capital expenditures relating to the Project originally paid by the Recipient on or after the date hereof, (iv) interest on the Obligation through the later of three (3) years after the Applicable Date or one (1) year after the Project is placed in service, and (v) initial operating expenses directly associated with the Project in the aggregate amount not more than five percent (5%) of the Bond Funded Portion of the Project Funds. 4.9 Private Use and Private Payments. No portion of the Project Funds or the Project is being, has been or will be used in the aggregate for any activities that constitute a Private Use (as defined below). No portion of the principal of or interest with respect to the Installment Payments will be secured by any interest in property (whether or not the Project) used for a Private Use or in payments in respect of property used for a Private Use, or will be derived from payments in respect of property used for a Private Use. "Private Use" means any activity that constitutes a trade or business that is carried on by persons or entities, other than a Governmental Unit. The leasing of the Project or the access by or the use of the Project by a person or entity other than a Governmental Unit on a basis other than as a member of the general public shall constitute a Private Use. Use by or on behalf of the State of California or any of its agencies, instrumentalities or subdivisions or by any local Governmental Unit and use as a member of the general public will be disregarded in determining whether a Private Use exists. Use under an arrangement that conveys priority rights or other City of Palo Alto Agreement No.: D16-01034 Project No.: C-06-8190-110 17 2016 cx 6ix16 preferential benefits is generally not use on the same basis as the general public. Arrangements providing for use that is available to the general public at no charge or on the basis of rates that are generally applicable and uniformly applied do not convey priority rights or other preferential benefits. For this purpose, rates may be treated as generally applicable and uniformly applied even if (i) different rates apply to different classes of users, such as volume purchasers, if the differences in rates are customary and reasonable; or (ii) a specially negotiated rate arrangement is entered into, but only if the user is prohibited by federal law from paying the generally applicable rates, and the rates established are as comparable as reasonably possible to the generally applicable rates. An arrangement that does not otherwise convey priority rights or other preferential benefits is not treated, nevertheless, as general public use if the term of the use under the arrangement, including all renewal options, is greater than 200 days. For this purpose, a right of first refusal to renew use under the arrangement is not treated as a renewal option if (i) the compensation for the use under the arrangement is redetermined at generally applicable, fair market value rates that are in effect at the time of renewal; and (ii) the use of the financed property under the same or similar arrangements is predominantly by natural persons who are not engaged in a trade or business. 4.10 No Sale, Lease or Private Operation of the Project. The Project (or any portion thereof) will not be sold or otherwise disposed of, in whole or in part, to any person who is not a Governmental Unit prior to the final maturity date of the Obligation. The Project will not be leased to any person or entity that is not a Governmental Unit prior to the final maturity date of the Obligation. Except as permitted under Section 4.12 hereof, the Recipient will not enter any contract or arrangement or cause or permit any contract or arrangement to be entered with persons or entities that are not Governmental Units if that contract or arrangement would confer on such persons or entities any right to use the Project on a basis different from the right of members of the general public. The contracts or arrangements contemplated by the preceding sentence include but are not limited to management contracts, take or pay contracts or put or pay contracts, and capacity guarantee contracts. 4.11 No Disproportionate or Unrelated Use. No portion of the Project Funds or the Project is being, have been, or will be used for a Private Use that is unrelated or disproportionate to the governmental use of the Project Funds. 4.12 Management and Service Contracts. With respect to management and service contracts, the determination of whether a particular use constitutes Private Use shall be determined on the basis of applying Section 1.141-3(b)(4) of the Treasury Regulations, Revenue Procedure 97-13, IRS Notice 2014-67, and other applicable rules and regulations. As of the date hereof, no portion of the Bond Funded Portion of the Project Funds or the Project is being used to provide property subject to contracts or other arrangements with persons or entities engaged in a trade or business (other than Governmental Units) that involve the management of property or the provision of services that do not comply with the standards of the Treasury Regulations and Revenue Procedure 97-13, as modified by IRS Notice 2014-67. Except to the extent the Recipient has received an opinion of counsel expert in the issuance of state and local government bonds the interest on which is excluded from gross income under Section 103 of the Code ("Nationally-Recognized Bond Counsel") and satisfactory to the State Water Board and the Bank to the contrary, the Recipient will not enter into any management or service contracts with any person or entity that is not a Governmental Unit for services to be provided with respect to the Project while the Obligation is outstanding, unless the contract meets the following requirements: (i) the compensation is reasonable for the services rendered; (ii) the compensation is not based, in whole or in part, on a share of net profits from the operation of the Project; (iii) the term of the contract, including all renewal options, does not exceed five (5) years; and (iv) all of the compensation for services for each annual period during the term of the contract is based on a periodic fixed fee or all of the compensation for services is based on a stated amount, a periodic capitation fee, a capitation fee, a per unit fee, or combination of the City of Palo Alto Agreement No.: D16-01034 Project No.: C-06-8190-110 18 2016 cx 6ix16 preceding. The compensation for services may be all, or may include, a percentage of gross revenues, adjusted gross revenues, or expenses of the Project (but not both revenues and expenses). A capitation fee is a fixed periodic amount for each person for whom the service provider assumes the responsibility to provide all needed services for a specified period so long as the quantity and type of services actually provided to covered persons vary substantially, e.g., a fixed dollar amount payable per month to a service provider for each member of a plan for whom the provider agrees to provide all needed services for a specified period. A capitation fee may include a variable component of up to twenty percent (20%) of the total capitation fee designed to protect the service provider against risks such as catastrophic loss. 4.13 No Disposition of Financed Property. As of the date hereof, the Recipient does not expect to sell or otherwise dispose of any portion of the Project, in whole or in part, prior to the final maturity date of the Obligation. 4.14 Useful Life of Project. As of the date hereof, the Recipient reasonably expects that the economic useful life of the Project, commencing at Project Completion, will be at least equal to the term of this Agreement, as set forth on Exhibit B hereto. 4.15 Installment Payments. Installment Payments generally are expected to be derived from assessments, taxes, fees, charges or other current Revenues of the Recipient in each year, and such current Revenues are expected to equal or exceed the Installment Payments during each payment period. Any amounts accumulated in a sinking fund or bona fide debt service fund to pay Installment Payments (whether or not deposited to a fund or account established by the Recipient) will be disbursed to pay Installment Payments within thirteen months of the initial date of accumulation or deposit. Any such fund used for the payment of Installment Payments will be depleted once a year except for a reasonable carryover amount not exceeding earnings on such fund or one-twelfth of the Installment Payments in either case for the immediately preceding year. 4.16 No Other Replacement Proceeds. The Recipient will not use any of the Bond Funded Portion of the Project Funds to replace or substitute other funds of the Recipient that were otherwise to be used to finance the Project or which are or will be used to acquire securities, obligations or other investment property reasonably expected to produce a yield that is materially higher than the yield on the Bonds. 4.17 No Sinking or Pledged Fund. Except as set forth in Section 4.18 below, the Recipient will not create or establish any sinking fund or pledged fund which will be used to pay Installment Payments on the Obligation within the meaning of Section 1.148-1(c) of the Treasury Regulations. If any sinking fund or pledged fund comes into being with respect to the Obligation before the Obligation has been fully retired which may be used to pay the Installment Payments, the Recipient will invest such sinking fund and pledged fund moneys at a yield that does not exceed the yield on the Bonds. 4.18 Reserve Amount. The State Water Board requires that the Recipient maintain and fund a separate account in an amount equal to one (1) year of debt service with respect to the Obligation (the “Reserve Amount”) as set forth in Exhibit D. The Recipient represents that the Reserve Amount is and will be available to pay debt service with respect to the Obligation, if and when needed. The Reserve Amount consists solely of revenues of the Recipient and does not include any proceeds of any obligations the interest on which is excluded from City of Palo Alto Agreement No.: D16-01034 Project No.: C-06-8190-110 19 2016 cx 6ix16 gross income for federal income tax purposes or investment earnings thereon. The aggregate of the Reserve Amount, up to an amount not exceeding the lesser of (i) ten percent of the aggregate principal amount of the Obligation, (ii) the maximum annual debt service with respect to the Obligation, or (iii) 125 percent of the average annual debt service with respect to the Obligation, will be treated as a reasonably required reserve fund. 4.19 Reimbursement Resolution. The “reimbursement resolution” adopted by the Recipient is incorporated herein by reference, pursuant to Exhibit A. 4.20 Reimbursement Expenditures. Reimbursements are disallowed, except as specifically authorized in Exhibit B or Exhibit D of this Agreement. To the extent so authorized, a portion of the Bond Funded Portion of the Project Funds may be applied to reimburse the Recipient for Project Costs paid before the date hereof, so long as the Project Cost was (i) not paid prior to sixty (60) days before the Recipient’s adoption of a declaration of official intent to finance the Project, (ii) not paid more than eighteen (18) months prior to the date hereof or the date the Project was placed-in-service, whichever is later, and (iii) not paid more than three (3) years prior to the date hereof (collectively, “Reimbursement Expenditures”), unless such cost is attributable to a “preliminary expenditure.” Preliminary expenditure for this purpose means architectural, engineering, surveying, soil testing and similar costs incurred prior to the commencement of construction or rehabilitation of the Project, but does not include land acquisition, site preparation and similar costs incident to the commencement of acquisition, construction or rehabilitation of the Project. Preliminary expenditures may not exceed 20% of the Bond Funded Portion of the Project Funds. 4.21 Change in Use of the Project. The Recipient reasonably expects to use all Project Funds and the Project for the entire stated term to maturity of the Obligation. Absent an opinion of Nationally-Recognized Bond Counsel to the effect that such use of the Bond Funded Portion of the Project Funds will not adversely affect the exclusion from federal gross income of interest on the Bonds pursuant to Section 103 of the Code; the Recipient will use the Bond Funded Portion of the Project Funds and the Project solely as set forth in the Agreement. 4.22 Rebate Obligations. If the Recipient satisfies the requirements of one of the spending exceptions to rebate specified in Section 1.148-7 of the Treasury Regulations, amounts earned from investments, if any, acquired with the Bond Funded Portion of the Project Funds will not be subject to the rebate requirements imposed under Section 148(f) of the Code. If the Recipient fails to satisfy such requirements for any period, it will notify the State Water Board and the Bank immediately and will comply with the provisions of the Code and the Treasury Regulations at such time, including the payment of any rebate amount calculated by the State Water Board or the Bank. 4.23 No Federal Guarantee. The Recipient will not directly or indirectly use any of the Bond Funded Portion of the Project Funds in any manner that would cause the Bonds to be "federally guaranteed" within the meaning of Section 149(b) of the Code, taking into account various exceptions including any guarantee related to investments during an initial temporary period until needed for the governmental purpose of the Bonds, investments as part of a bona fide debt service fund, investments of a reasonably required reserve or replacement fund, investments in bonds issued by the United States Treasury, investments in refunding escrow funds or certain other investments permitted under the Treasury Regulations. 4.24 No Notices or Inquiries from IRS. City of Palo Alto Agreement No.: D16-01034 Project No.: C-06-8190-110 20 2016 cx 6ix16 Within the last 10 years, the Recipient has not received any notice of a final action of the Internal Revenue Service that determines that interest paid or payable on any debt obligation of the Recipient is or was includable in the gross income of an owner or beneficial owner thereof for federal income tax purposes under the Code. 4.25 Amendments. The provisions in this Article may be amended, modified or supplemented at any time to reflect changes in the Code upon obtaining written approval of the State Water Board and the Bank and an opinion of Nationally-Recognized Bond Counsel to the effect that such amendment, modification or supplement will not adversely affect the exclusion from federal gross income of interest on the Bonds pursuant to Section 103 of the Code. 4.26 Reasonable Expectations. The Recipient warrants that, to the best of its knowledge, information and belief, and based on the facts and estimates as set forth in the tax covenants in this Article, the expectations of the Recipient as set forth in this Article are reasonable. The Recipient is not aware of any facts or circumstances that would cause it to question the accuracy or reasonableness of any representation made in the provisions in this Article IV. ARTICLE V MISCELLANEOUS PROVISIONS 5.1 Amendment. No amendment or variation of the terms of this Agreement shall be valid unless made in writing, signed by the parties and approved as required. No oral understanding or agreement not incorporated in this Agreement is binding on any of the parties. 5.2 Assignability. The Recipient consents to any pledge, sale, or assignment to the Bank or a trustee for the benefit of the owners of the Bonds, if any, at any time of any portion of the State Water Board's estate, right, title, and interest and claim in, to and under this Agreement and the right to make all related waivers and agreements in the name and on behalf of the State Water Board, as agent and attorney-in-fact, and to perform all other related acts which are necessary and appropriate under this Agreement, if any, and the State Water Board's estate, right, title, and interest and claim in, to and under this Agreement to Installment Payments (but excluding the State Water Board's rights to Additional Payments and to notices, opinions and indemnification under each Obligation). This Agreement is not assignable by the Recipient, either in whole or in part, without the consent of the State Water Board in the form of a formal written amendment to this Agreement. 5.3 Bonding. Where contractors are used, the Recipient shall not authorize construction to begin until each contractor has furnished a performance bond in favor of the Recipient in the following amounts: faithful performance (100%) of contract value; labor and materials (100%) of contract value. This requirement shall not apply to any contract for less than $25,000.00. 5.4 Competitive Bidding. City of Palo Alto Agreement No.: D16-01034 Project No.: C-06-8190-110 21 2016 cx 6ix16 Recipient shall adhere to any applicable state or local ordinance for competitive bidding and applicable labor laws. 5.5 Compliance with Law, Regulations, etc. The Recipient shall, at all times, comply with and require its contractors and subcontractors to comply with all applicable federal and state laws, rules, guidelines, regulations, and requirements. Without limitation of the foregoing, to the extent applicable, the Recipient shall: (a) Comply with the provisions of the adopted environmental mitigation plan, if any, for the term of this Agreement; (b) Comply with the State Water Board's Policy; (c) Comply with and require compliance with the list of state laws attached as Exhibit H. (d) Comply with and require its contractors and subcontractors on the Project to comply with federal DBE requirements; and (e) Comply with and require its contractors and subcontractors to comply with the list of federal laws attached as Exhibit E. 5.6 Conflict of Interest. The Recipient certifies that its owners, officers, directors, agents, representatives, and employees are in compliance with applicable state and federal conflict of interest laws. 5.7 Damages for Breach Affecting Tax-Exempt Status or Federal Compliance. In the event that any breach of any of the provisions of this Agreement by the Recipient shall result in the loss of tax-exempt status for any bonds of the State or any subdivision or agency thereof, including Bonds issued on behalf of the State Water Board, or if such breach shall result in an obligation on the part of the State or any subdivision or agency thereof to reimburse the federal government by reason of any arbitrage profits, the Recipient shall immediately reimburse the State or any subdivision or agency thereof from Net Revenues and other legally available moneys in an amount equal to any damages paid by or loss incurred by the State or any subdivision or agency thereof due to such breach. In the event that any breach of any of the provisions of this Agreement by the Recipient shall result in the failure of Project Funds to be used pursuant to the provisions of this Agreement, or if such breach shall result in an obligation on the part of the State or any subdivision or agency thereof to reimburse the federal government, the Recipient shall immediately reimburse the State or any subdivision or agency thereof from Net Revenues and other legally available moneys in an amount equal to any damages paid by or loss incurred by the State or any subdivision or agency thereof due to such breach. 5.8 Disputes. (a) The Recipient may appeal a staff decision within 30 days to the Deputy Director of the Division or designee, for a final Division decision. The Recipient may appeal a final Division decision to the State Water Board within 30 days. The Office of the Chief Counsel of the State Water Board will prepare a summary of the dispute and make recommendations relative to its final resolution, which will be provided to the State Water Board’s Executive Director and each State Water Board Member. Upon the motion of any State Water Board Member, the State Water Board will review and resolve the dispute in the manner determined by the State Water Board. Should the State Water Board determine not to review the final Division decision, this decision will represent a final agency action on the dispute. City of Palo Alto Agreement No.: D16-01034 Project No.: C-06-8190-110 22 2016 cx 6ix16 (b) This clause does not preclude consideration of legal questions, provided that nothing herein shall be construed to make final the decision of the State Water Board, or any official or representative thereof, on any question of law. (c) Recipient shall continue with the responsibilities under this Agreement during any dispute. (d) This section 5.8 relating to disputes does not establish an exclusive procedure for resolving claims within the meaning of Government Code sections 930 and 930.4. 5.9 Governing Law. This Agreement is governed by and shall be interpreted in accordance with the laws of the State of California. 5.10 Income Restrictions. The Recipient agrees that any refunds, rebates, credits, or other amounts (including any interest thereon) accruing to or received by the Recipient under this Agreement shall be paid by the Recipient to the State Water Board, to the extent that they are properly allocable to costs for which the Recipient has been reimbursed by the State Water Board under this Agreement. 5.11 Indemnification and State Reviews. The parties agree that review or approval of Project plans and specifications by the State Water Board is for administrative purposes only , including conformity with application and eligibility criteria, and expressly not for the purposes of design defect review or construction feasibility, and does not relieve the Recipient of its responsibility to properly plan, design, construct, operate, and maintain the Project. To the extent permitted by law, the Recipient agrees to indemnify, defend, and hold harmless the State Water Board, the Bank, and any trustee, and their officers, employees, and agents for the Bonds, if any (collectively, "Indemnified Persons"), against any loss or liability arising out of any claim or action brought against any Indemnified Persons from and against any and all losses, claims, damages, liabilities, or expenses, of every conceivable kind, character, and nature whatsoever arising out of, resulting from, or in any way connected with (1) the System or the Project or the conditions, occupancy, use, possession, conduct, or management of, work done in or about, or the planning, design, acquisition, installation, or construction, of the System or the Project or any part thereof; (2) the carrying out of any of the transactions contemplated by this Agreement or any related document; (3) any violation of any applicable law, rule or regulation, any environmental law (including, without limitation, the Federal Comprehensive Environmental Response, Compensation and Liability Act, the Resource Conservation and Recovery Act, the California Hazardous Substance Account Act, the Federal Water Pollution Control Act, the Clean Air Act, the Toxic Substances Control Act, the Occupational Safety and Health Act, the Safe Drinking Water Act, the California Hazardous Waste Control Law, and California Water Code Section 13304, and any successors to said laws), rule or regulation or the release of any toxic substance on or near the System; or (4) any untrue statement or alleged untrue statement of any material fact or omission or alleged omission to state a material fact necessary to make the statements required to be stated therein, in light of the circumstances under which they were made, not misleading with respect to any information provided by the Recipient for use in any disclosure document utilized in connection with any of the transactions contemplated by this Agreement. The Recipient shall also provide for the defense and indemnification of the Indemnified Parties in any contractual provision extending indemnity to the Recipient in any contract let for the performance of any work under this Agreement, and shall cause the Indemnified Parties to be included within the scope of any provision for the indemnification and defense of the Recipient in any contract or subcontract. To the fullest extent permitted by law, the Recipient agrees to pay and discharge any judgment or award entered or made against Indemnified Persons with respect to any such claim or action, and any settlement, compromise or other voluntary resolution. The provisions of this section shall survive the term of this Agreement and the discharge of the Recipient's Obligation hereunder. City of Palo Alto Agreement No.: D16-01034 Project No.: C-06-8190-110 23 2016 cx 6ix16 5.12 Independent Actor. The Recipient, and its agents and employees, if any, in the performance of this Agreement, shall act in an independent capacity and not as officers, employees, or agents of the State Water Board. 5.13 Leveraging Covenants. (a) Tax Covenant. Notwithstanding any other provision hereof, the Recipient covenants and agrees that it will comply with the Tax Covenants set forth in Article IV of this Agreement. (b) Disclosure of Financial Information, Operating Data, and Other Information. The Recipient covenants to furnish such financial, operating and other data pertaining to the Recipient as may be requested by the State Water Board to: (i) enable the State Water Board to cause the issuance of Bonds and provide for security therefor; or (ii) enable any underwriter of Bonds issued for the benefit of the State Water Board to comply with Rule 15c2-12(b)(5). The Recipient further covenants to provide the State Water Board with copies of all continuing disclosure reports and materials concerning the System required by the terms of any financing other than this Agreement and to submit such reports to the State Water Board at the same time such reports are submitted to any dissemination agent, trustee, nationally recognized municipal securities information repository, the Municipal Securities Rulemaking Board’s Electronic Municipal Market Access (EMMA) website or other person or entity. 5.14 Non-Discrimination Clause. (a) During the performance of this Agreement, Recipient and its contractors and subcontractors shall not unlawfully discriminate, harass, or allow harassment against any employee or applicant for employment because of sex, race, color, ancestry, religious creed, national origin, sexual orientation, physical disability (including HIV and AIDS), mental disability, medical condition (cancer), age (over 40), marital status, denial of family care leave, or genetic information, gender, gender identity, gender expression, or military and veteran status. (b) The Recipient, its contractors, and subcontractors shall ensure that the evaluation and treatment of their employees and applicants for employment are free from such discrimination and harassment. (c) The Recipient, its contractors, and subcontractors shall comply with the provisions of the Fair Employment and Housing Act and the applicable regulations promulgated thereunder. (Gov. Code, §12990, subds. (a)-(f) et seq.;Cal. Code Regs., tit. 2, § 7285 et seq.) Such regulations are incorporated into this Agreement by reference and made a part hereof as if set forth in full. (d) The Recipient, its contractors, and subcontractors shall give written notice of their obligations under this clause to labor organizations with which they have a collective bargaining or other agreement. (e) The Recipient shall include the nondiscrimination and compliance provisions of this clause in all subcontracts to perform work under the Agreement. 5.15 No Third Party Rights. The parties to this Agreement do not create rights in, or grant remedies to, any third party as a beneficiary of this Agreement, or of any duty, covenant, obligation, or undertaking established herein. 5.16 Operation and Maintenance; Insurance. City of Palo Alto Agreement No.: D16-01034 Project No.: C-06-8190-110 24 2016 cx 6ix16 The Recipient agrees to sufficiently and properly staff, operate and maintain all portions of the System during its useful life in accordance with all applicable state and federal laws, rules, and regulations. The Recipient will procure and maintain or cause to be maintained insurance on the System with responsible insurers, or as part of a reasonable system of self-insurance, in such amounts and against such risks (including damage to or destruction of the System) as are usually covered in connection with systems similar to the System. Such insurance may be maintained by a self-insurance plan so long as such plan provides for (i) the establishment by the Recipient of a separate segregated self-insurance fund in an amount determined (initially and on at least an annual basis) by an independent insurance consultant experienced in the field of risk management employing accepted actuarial techniques and (ii) the establishment and maintenance of a claims processing and risk management program. In the event of any damage to or destruction of the System caused by the perils covered by such insurance, the net proceeds thereof shall be applied to the reconstruction, repair or replacement of the damaged or destroyed portion of the System. The Recipient shall begin such reconstruction, repair or replacement as expeditiously as possible, and shall pay out of such net proceeds all costs and expenses in connection with such reconstruction, repair or replacement so that the same shall be completed and the System shall be free and clear of all claims and liens. If such net proceeds are insufficient to enable the Recipient to pay all remaining unpaid principal portions of the Installment Payments, if any, the Recipient shall provide additional funds to restore or replace the damaged portions of the System. Recipient agrees that for any policy of general liability insurance concerning the construction of the Project, it will cause, and will require its contractors and subcontractors to cause, a certificate of insurance to be issued showing the State Water Board, its officers, agents, employees, and servants as additional insured; and shall provide the Division with a copy of all such certificates prior to the commencement of construction of the Project. 5.17 Permits, Subcontracting, and Remedies. The Recipient shall comply in all material respects with all applicable federal, state and local laws, rules and regulations. Recipient shall procure all permits, licenses and other authorizations necessary to accomplish the work contemplated in this Agreement, pay all charges and fees, and give all notices necessary and incidental to the due and lawful prosecution of the work. Signed copies of any such permits or licenses shall be submitted to the Division before construction begins. The Recipient shall not contract or allow subcontracting with excluded parties. The Recipient shall not contract with any party who is debarred or suspended or otherwise excluded from or ineligible for participation in any work overseen, directed, funded, or administered by the State Water Board program for which this funding is authorized. For any work related to this Agreement, the Recipient shall not contract with any individual or organization on the State Water Board’s List of Disqualified Businesses and Persons that is identified as debarred or suspended or otherwise excluded from or ineligible for participation in any work overseen, directed, funded, or administered by the State Water Board program for which funding under this Agreement is authorized. The State Water Board’s List of Disqualified Businesses and Persons is located at http://www.waterboards.ca.gov/water_issues/programs/ustcf/dbp.shtml. 5.18 Prevailing Wages. The Recipient agrees to be bound by all applicable provisions of State Labor Code regarding prevailing wages. The Recipient shall monitor all agreements subject to reimbursement from this Agreement to ensure that the prevailing wage provisions of the State Labor Code are being met. In addition, the Recipient agrees to comply with the provisions of Exhibit G (Davis-Bacon). 5.19 Public Funding. City of Palo Alto Agreement No.: D16-01034 Project No.: C-06-8190-110 25 2016 cx 6ix16 This Project is publicly funded. Any service provider or contractor with which the Recipient contracts must not have any role or relationship with the Recipient, that, in effect, substantially limits the Recipient's ability to exercise its rights, including cancellation rights, under the contract, based on all the facts and circumstances. 5.20 Recipient’s Responsibility for Work. The Recipient shall be responsible for all work and for persons or entities engaged in work performed pursuant to this Agreement, including, but not limited to, contractors, subcontractors, suppliers, and providers of services. The Recipient shall be responsible for responding to any and all disputes arising out of its contracts for work on the Project. The State Water Board will not mediate disputes between the Recipient and any other entity concerning responsibility for performance of work. 5.21 Related Litigation. Under no circumstances may the Recipient use funds from any disbursement under this Agreement to pay costs associated with any litigation the Recipient pursues against the State Water Board or any Regional Water Quality Control Board. Regardless of the outcome of any such litigation, and notwithstanding any conflicting language in this Agreement, the Recipient agrees to repay all of the disbursed funds plus interest in the event that Recipient does not complete the project. 5.22 Rights in Data. The Recipient agrees that all data, plans, drawings, specifications, reports, computer programs, operating manuals, notes, and other written or graphic work produced in the performance of this Agreement are subject to the rights of the State as set forth in this section. The State shall have the right to reproduce, publish, and use all such work, or any part thereof, in any manner and for any purposes whatsoever and to authorize others to do so. If any such work is copyrightable, the Recipient may copyright the same, except that, as to any work which is copyrighted by the Recipient, the State reserves a royalty-free, nonexclusive, and irrevocable license to reproduce, publish, and use such work, or any part thereof, and to authorize others to do so, and to receive electronic copies from the Recipient upon request. 5.23 State Water Board Action; Costs and Attorney Fees. Any remedy provided in this Agreement is in addition to and not in derogation of any other legal or equitable remedy available to the State Water Board as a result of breach of this Agreement by the Recipient, whether such breach occurs before or after completion of the Project, and exercise of any remedy provided by this Agreement by the State Water Board shall not preclude the State Water Board from pursuing any legal remedy or right which would otherwise be available. In the event of litigation between the parties hereto arising from this Agreement, it is agreed that each party shall bear its own costs and attorney fees. 5.24 Termination; Immediate Acceleration; Interest. (a) This Agreement may be terminated by written notice during construction of the Project, or thereafter at any time prior to complete satisfaction of the Obligation by the Recipient, at the option of the State Water Board, upon violation by the Recipient of any material provision of this Agreement after such violation has been called to the attention of the Recipient and after failure of the Recipient to bring itself into compliance with the provisions of this Agreement within a reasonable time as established by the Division. (b) In the event of such termination, the Recipient agrees, upon demand, to immediately repay to the State Water Board from Net Revenues and other legally available moneys an amount equal to Project Funds disbursed hereunder, accrued interest, penalty assessments, and Additional Payments. In the event of termination, interest shall accrue on all amounts due at the highest City of Palo Alto Agreement No.: D16-01034 Project No.: C-06-8190-110 26 2016 cx 6ix16 legal rate of interest from the date that notice of termination is mailed to the Recipient to the date all monies due have been received by the State Water Board. 5.25 Timeliness. Time is of the essence in this Agreement. 5.26 Unenforceable Provision. In the event that any provision of this Agreement is unenforceable or held to be unenforceable, then the parties agree that all other provisions of this Agreement have force and effect and shall not be affected thereby. 5.27 Useful Life. The Recipient warrants that the economic useful life of the Project, commencing at Project Completion, is at least equal to the term of this Agreement, as set forth in Exhibit B hereto. 5.28 Venue. Any action arising out of this Agreement shall be filed and maintained in the Superior Court in and for the County of Sacramento, California. 5.29 Waiver and Rights of the State Water Board. Any waiver of rights by the State Water Board with respect to a default or other matter arising under the Agreement at any time shall not be considered a waiver of rights with respect to any other default or matter. Any rights and remedies of the State Water Board provided for in this Agreement are in addition to any other rights and remedies provided by law. City of Palo Alto Agreement No.: D16-01034 Project No.: C-06-8190-110 27 2016 cx 6ix16 IN WITNESS WHEREOF, this Agreement has been executed by the parties hereto. CITY OF PALO ALTO: By: ____________________________________ Name: James Allen Title: Regional Water Quality Control Plant Manager Date: __________________________________ STATE WATER RESOURCES CONTROL BOARD: By: ____________________________________ Name: Leslie Laudon Title: Deputy Director Division of Financial Assistance Date: __________________________________ City of Palo Alto Agreement No.: D16-01034 Project No.: C-06-8190-110 EXHIBIT A – SCOPE OF WORK A-1 1. The Recipient agrees to start construction no later than the estimated date of May 15, 2017. 2. The Completion of Construction date is hereby established as March 30, 2019. 3. The Recipient agrees to ensure that its final Request for Disbursement is received by the Division no later than six months after Completion of Construction, unless prior approval has been granted by the Division. Otherwise, the undisbursed balance of this Agreement will be deobligated. 4. Incorporated by reference into this Agreement are the following documents: (a) the Final Plans & Specifications, which are the basis for the construction contract to be awarded by the Recipient (Agreement will be amended to incorporate such document); (b) the Waste Discharge Requirement Order No. R2-2014-0024 and National Pollutant Discharge Elimination System Permit No. CA0037834) (c) the Recipient’s Reimbursement Resolution No. 9632 dated October 17, 2016; 5. Reporting. Status Reports due at least quarterly. 6. Scope of Work. (a) Project Objectives: The objective of the Project is to retire the City of Palo Alto’s Regional Water Quality Control Plant (RWQCP) incinerators by 2019. This need is driven by seismic and reliability issues due to the age of the incinerators and the two fold community mandate to reduce greenhouse gas emissions within the Recipient and to beneficially use Recipient-generated organics. The key Project goals include:  Minimize greenhouse gas emissions;  Identify beneficial uses for the biosolids generated at the RWQCP; manage the RWQCP solids as biosolids recognizing their energy and nutrient value;  Produce renewable energy;  Minimize odors and other environmental impacts;  Manage organics and residuals at the local level;  Avoid biosolids solutions that may result in stranded assets, incorporate flexibility for future uncertainties and opportunities. (b) Project Description: The Project will allow the decommissioning of the RWQCP incinerators. The facility will enable RWQCP to dewater and transport sludge to offsite locations for final processing. Decommissioning of incinerators and construction of sludge digestion facility will be completed in a separate Project. The Project includes construction of a new two-story building with an estimated area of 10,000 square feet to accommodate four belt filter presses, a truck loadout, and other miscellaneous support areas. The Project will also include equipment such as polymer storage and feed pumps, gravity-fed cake storage hoppers, and an odor control system. In addition to the dewatering and truck loadout facility itself, a standby diesel engine generator will be installed to provide backup. The generator is sized to handle the load for the facility as well as other nearby facilities. Fuel City of Palo Alto Agreement No.: D16-01034 Project No.: C-06-8190-110 EXHIBIT A – SCOPE OF WORK A-2 storage will be provided by means of a sub-base fuel tank. Dewatered raw sludge will be distributed via truck loads to various locations which include Synagro Central Valley Compost Facility, East Bay Municipal Utility District and Kirby Canyon Landfill Facility. 7. Signage. The Recipient shall place a sign at least four feet tall by eight feet wide made of ¾ inch thick exterior grade plywood or other approved material in a prominent location on the Project site and shall maintain the sign in good condition for the duration of the construction period. The sign must include the following disclosure statement and color logos (available from the Division): “Funding for this $30,000,000 Sludge Dewatering and Loadout Facility Poject has been provided in full or in part by the Clean Water State Revolving Fund through an agreement with the State Water Resources Control Board. California’s Clean Water State Revolving Fund is capitalized through a variety of funding sources, including grants from the United States Environmental Protection Agency and state bond proceeds.” The Project sign may include another agency's required promotional information so long as the above logos and disclosure statement are equally prominent on the sign. The sign shall be prepared in a professional manner. The Recipient shall include the following disclosure statement in any document, written report, or brochure prepared in whole or in part pursuant to this Agreement: “Funding for this project has been provided in full or in part through an agreement with the State Water Resources Control Board. California’s Clean Water State Revolving Fund is capitalized through a variety of funding sources, including grants from the United States Environmental Protection Agency and state bond proceeds. The contents of this document do not necessarily reflect the views and policies of the foregoing, nor does mention of trade names or commercial products constitute endorsement or recommendation for use.” City of Palo Alto Agreement No.: D16-01034 Project No.: C-06-8190-110 EXHIBIT B – FUNDING AMOUNT B-1 1. Estimated Reasonable Cost. The estimated reasonable cost of the total Project, including associated planning and design costs is thirty million dollars and no cents ($30,000,000.00). 2. Project Financing. Subject to the terms of this Agreement, the State Water Board agrees to provide Project Funds in the amount of up to thirty million dollars and no cents ($30,000,000.00). A portion of this amount four million dollars and no cents ($4,000,000,00) is anticipated to be a forgiven. The estimated amount of principal that will be due to the State Water Board under this Agreement is twenty-six million dollars and no cents ($26,000,000.00). 3. Payment, Interest Rate, and Charges. The Recipient agrees to make all Installment Payments according to the schedule in Exhibit C at an interest rate of one and eight tenths percent (1.8%) per annum. The Recipient agrees to pay an Administrative Service Charge in lieu of interest as reflected in Exhibit C. The Recipient agrees to pay a Small Community Grant Fund Charge in lieu of interest as reflected in Exhibit C. 4. Contingent Principal Forgiveness. Contingent on the Recipient’s performance of its obligations under this Agreement, the State Water Board agrees to forgive up to four million dollars and no cents ($4,000,000.00) of the principal under this Agreement. 7. The term of this agreement is from March 20, 2017 to March 30, 2049. 8. Budget costs are contained in the Project Cost, which is part of Exhibit A-FBA. (This Agreement will be amended to incorporate Exhibit A-FBA.) 9. Preliminary budget costs are as follows: Planning and design allowances: $3,480,000 Construction costs and disbursements are not available until after this Agreement has been amended to incorporate Exhibit A-FBA. Construction costs incurred prior to the Eligible Start Date on the cover page of this Agreement are not eligible for reimbursement. Failure to begin construction according to the timelines set forth in Exhibit A may require the Recipient to repay to the State Water Board all disbursed Project Funds, including planning and design allowances. City of Palo Alto Agreement No.: D16-01034 Project No.: C-06-8190-110 EXHIBIT C – PAYMENT SCHEDULE C-1 See the attached preliminary Payment Schedule dated March 27, 2017. The final Payment Schedule will be forwarded to the Recipient after all disbursements have been paid and construction of the Project has been completed. Ref Num Due Date Date Received Principal Payment Interest Rate% Interest Payment Total P and I Payment Total Payment Ending Balance CPI Interest 1 3/30/2020 558,864.54 1.8 299,404.30 858,268.84 858,268.84 19,258,905.73 0.00 2 3/30/2021 634,447.37 1.8 379,550.34 1,013,997.71 1,013,997.71 22,148,906.56 0.00 3 3/30/2022 709,403.95 1.8 425,315.89 1,134,719.84 1,134,719.84 24,097,284.14 0.00 4 3/30/2023 700,968.73 1.8 433,751.11 1,134,719.84 1,134,719.84 23,396,315.41 0.00 5 3/30/2024 713,586.16 1.8 421,133.68 1,134,719.84 1,134,719.84 22,682,729.25 0.00 6 3/30/2025 726,430.71 1.8 408,289.13 1,134,719.84 1,134,719.84 21,956,298.54 0.00 7 3/30/2026 739,506.47 1.8 395,213.37 1,134,719.84 1,134,719.84 21,216,792.07 0.00 8 3/30/2027 752,817.58 1.8 381,902.26 1,134,719.84 1,134,719.84 20,463,974.49 0.00 9 3/30/2028 766,368.30 1.8 368,351.54 1,134,719.84 1,134,719.84 19,697,606.19 0.00 10 3/30/2029 780,162.93 1.8 354,556.91 1,134,719.84 1,134,719.84 18,917,443.26 0.00 11 3/30/2030 794,205.86 1.8 340,513.98 1,134,719.84 1,134,719.84 18,123,237.40 0.00 12 3/30/2031 808,501.57 1.8 326,218.27 1,134,719.84 1,134,719.84 17,314,735.83 0.00 13 3/30/2032 823,054.60 1.8 311,665.24 1,134,719.84 1,134,719.84 16,491,681.23 0.00 14 3/30/2033 837,869.58 1.8 296,850.26 1,134,719.84 1,134,719.84 15,653,811.65 0.00 15 3/30/2034 852,951.23 1.8 281,768.61 1,134,719.84 1,134,719.84 14,800,860.42 0.00 16 3/30/2035 868,304.35 1.8 266,415.49 1,134,719.84 1,134,719.84 13,932,556.07 0.00 17 3/30/2036 883,933.83 1.8 250,786.01 1,134,719.84 1,134,719.84 13,048,622.24 0.00 18 3/30/2037 899,844.64 1.8 234,875.20 1,134,719.84 1,134,719.84 12,148,777.60 0.00 19 3/30/2038 916,041.84 1.8 218,678.00 1,134,719.84 1,134,719.84 11,232,735.76 0.00 20 3/30/2039 932,530.60 1.8 202,189.24 1,134,719.84 1,134,719.84 10,300,205.16 0.00 21 3/30/2040 949,316.15 1.8 185,403.69 1,134,719.84 1,134,719.84 9,350,889.01 0.00 22 3/30/2041 966,403.84 1.8 168,316.00 1,134,719.84 1,134,719.84 8,384,485.17 0.00 23 3/30/2042 983,799.11 1.8 150,920.73 1,134,719.84 1,134,719.84 7,400,686.06 0.00 24 3/30/2043 1,001,507.49 1.8 133,212.35 1,134,719.84 1,134,719.84 6,399,178.57 0.00 25 3/30/2044 1,019,534.63 1.8 115,185.21 1,134,719.84 1,134,719.84 5,379,643.94 0.00 26 3/30/2045 1,037,886.25 1.8 96,833.59 1,134,719.84 1,134,719.84 4,341,757.69 0.00 27 3/30/2046 1,056,568.20 1.8 78,151.64 1,134,719.84 1,134,719.84 3,285,189.49 0.00 28 3/30/2047 1,075,586.43 1.8 59,133.41 1,134,719.84 1,134,719.84 2,209,603.06 0.00 29 3/30/2048 1,094,946.98 1.8 39,772.86 1,134,719.84 1,134,719.84 1,114,656.08 0.00 30 3/30/2049 1,114,656.08 1.8 20,063.81 1,134,719.89 1,134,719.89 0.00 0.00 26,000,000.00 7,644,422.12 33,644,422.12 33,644,422.12 0.00 Page 1 of 1 3/27/2017 California Clean Water SRF Payment Schedule Project No. 8190-110 - Palo Alto, City of Agreement: D1601034 - based on Actual + Projected Disbursements Sludge Dewatering and Loadout Facility Interest rate:1.80000% Principal is paid over:30 Years City of Palo Alto Agreement No.: D16-01034 Project No.: C-06-8190-110 EXHIBIT D – SPECIAL CONDITIONS D-1 Recipient acknowledges and agrees to the following special conditions: Environmental Special Conditions as follows: The documents identified below are incorporated by reference and the Recipient shall comply with the conditions and recommendations therein: 1. The March 28, 2016 Mitigation Monitoring and Reporting Program, including but not limited to the following mitigation measures:  Avoidance Measures for Special-Status Wildlife Species. The Recipient shall make no changes in the Project, construction area, or special conditions, without obtaining the appropriate and necessary prior approval(s) from the State Water Board. REPORTING TO THE STATE WATER BOARD The Recipient shall include the status of its environmental compliance with the measures identified in this Exhibit D in the Project Quarterly Construction Status Reports, and shall report its environmental compliance efforts with these measures identified herein in the final Project Quarterly Construction Status Reports for submittal to the State Water Board after the completion of the Project construction. Financial Special Conditions as follows: 1. Recipient shall establish and maintain rates and charges sufficient to generate Revenues in the amounts necessary to cover Maintenance and Operations Costs, and shall ensure that Net Revenues are equal to at least 1.25 times the annual debt service in each Fiscal Year. 2. The proposed financing agreement shall be subordinate to the 1995 Utility Revenue Bond and the1999 Utility Revenue and Refunding bond; and on parity with the CWSRF #C-06-4132-110 and CWSRF #COS-5044-110 Agreements. Issuance of additional parity debt requires Recipient's Net Revenues, excluding transfers from a rate stabilization fund, to be a minimum of 1.25 times the maximum annual debt service for existing and proposed additional debt. 3. Recipient shall establish a restricted Reserve Fund, held in its Enterprise Fund, equal to one year's debt service on this Obligation prior to the Completion of Construction. The restricted Reserve Fund shall be maintained for the full term of the Agreement and shall be subject to lien and pledge as security for this Obligation and its use shall be restricted to payment of this obligation during the term of this agreement. City of Palo Alto Agreement No.: D16-01034 Project No.: C-06-8190-110 EXHIBIT E – PROGRAMMATIC CONDITIONS & CROSS-CUTTERS E-1 The Recipient agrees to comply with the following federal conditions: (A) Federal Award Conditions (1) American Iron and Steel. Unless the Recipient has obtained a waiver from USEPA on file with the State Water Board or unless this Project is not a project for the construction, alteration, maintenance or repair of a public water system or treatment work, the Recipient shall not purchase “iron and steel products” produced outside of the United States on this Project. Unless the Recipient has obtained a waiver from USEPA on file with the State Water Board or unless this Project is not a project for the construction, alteration, maintenance or repair of a public water system or treatment work, the Recipient hereby certifies that all “iron and steel products” used in the Project were or will be produced in the United States. For purposes of this section, the term "iron and steel products" means the following products made primarily of iron or steel: lined or unlined pipes and fittings, manhole covers and other municipal castings, hydrants, tanks, flanges, pipe clamps and restraints, valves, structural steel, reinforced precast concrete, and construction materials. “Steel” means an alloy that includes at least 50 percent iron, between .02 and 2 percent carbon, and may include other elements. (2) Wage Rate Requirements (Davis-Bacon). The Recipient shall include in full the language provided in Exhibit G of this Agreement in all contracts and subcontracts. (3) Signage Requirements. The Recipient shall comply with the USEPA’s Guidelines for Enhancing Public Awareness of SRF Assistance Agreements, dated June 3, 2015, as otherwise specified in this Agreement. (4) Public or Media Events. The Recipient shall notify the State Water Board and the EPA contact as provided in the notice provisions of this Agreement of public or media events publicizing the accomplishment of significant events related to this Project and provide the opportunity for attendance and participation by federal representatives with at least ten (10) working days’ notice. (5) EPA General Terms and Conditions (USEPA GTCs). The Recipient shall comply with applicable EPA general terms and conditions found at http://www.epa.gov/ogd, including but not limited to the following: (a) DUNS. No Recipient may receive funding under this Agreement unless it has provided its DUNS number to the State Water Board. (b) Executive Compensation. The Recipient shall report the names and total compensation of each of its five most highly compensated executives for the preceding completed fiscal year, as set forth in the USEPA GTCs. (c) Contractors, Subcontractors, Debarment and Suspension, Executive Order 12549; 2 CFR Part 180; 2 CFR Part 1532. The Recipient shall comply with Subpart C of 2 CFR Part 180 and shall ensure that its contracts include compliance. The Recipient shall not subcontract with any party who is debarred or suspended or otherwise excluded from or ineligible for participation in federal assistance programs under Executive Order 12549, "Debarment and Suspension". The Recipient shall not subcontract with any individual or organization on USEPA's List of Violating Facilities. The Recipient shall obtain certification from its contractor as to themselves and their principals as to the following, and hereby certifies as to itself and its principals:: City of Palo Alto Agreement No.: D16-01034 Project No.: C-06-8190-110 EXHIBIT E – PROGRAMMATIC CONDITIONS & CROSS-CUTTERS E-2 i. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded by any federal department or agency; ii. Have not within a three (3) year period preceding this Agreement been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (federal, state or local) transaction or contract under a public transaction; violation of federal or state antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; iii. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (federal, state or local) with commission of any of the offenses enumerated in paragraph (b) of this certification; and iv. Have not within a three (3) year period preceding this application/proposal had one or more public transactions (federal, state or local) terminated for cause or default. v. Suspension and debarment information can be accessed at http://www.sam.gov. The Recipient represents and warrants that it has or will include a term or conditions requiring compliance with this provision in all of its contracts and subcontracts under this Agreement. The Recipient acknowledges that failing to disclose the information as required at 2 CFR 180.335 may result in the termination, delay or negation of this Agreement, or pursuance of legal remedies, including suspension and debarment. (d) Conflict of Interest. To the extent applicable, the Recipient shall disclose to the State Water Board any potential conflict of interest consistent with USEPA’s Final Financial Assistance Conflict of Interest Policy at https://www.epa.gov/grants/epas- final-financial-assistance-conflict-interest-policy. A conflict of interest may result in disallowance of costs. (e) Copyright and Patent. i. USEPA and the State Water Board have the right to reproduce, publish, use and authorize others to reproduce, publish and use copyrighted works or other data developed under this assistance agreement. ii. Where an invention is made with Project Funds, USEPA and the State Water Board retain the right to a worldwide, nonexclusive, nontransferable, irrevocable, paid-up license to practice the invention owned by the Recipient. The Recipient must utilize the Interagency Edison extramural invention reporting system at http://iEdison.gov and shall notify the Division when an invention report, patent report, or utilization report is filed. City of Palo Alto Agreement No.: D16-01034 Project No.: C-06-8190-110 EXHIBIT E – PROGRAMMATIC CONDITIONS & CROSS-CUTTERS E-3 (f) Credit. The Recipient agrees that any reports, documents, publications or other materials developed for public distribution supported by this Agreement shall contain the following statement: “This project has been funded wholly or in part by the United States Environmental Protection Agency and the State Water Resources Control Board. The contents of this document do not necessarily reflect the views and policies of the Environmental Protection Agency or the State Water Resources Control Board, nor does the EPA or the Board endorse trade names or recommend the use of commercial products mentioned in this document.” (g) Electronic and Information Technology Accessibility. The Recipient is encouraged to follow guidelines established under Section 508 of the Rehabilitation Act, codified at 36 CFR Part 1194, with respect to enabling individuals with disabilities to participate in its programs supported by this Project. (h) Trafficking in Persons. The Recipient, its employees, contractors and subcontractors and their employees may not engage in severe forms of trafficking in persons during the term of this Agreement, procure a commercial sex act during the term of this Agreement, or use forced labor in the performance of this Agreement. The Recipient must include this provision in its contracts and subcontracts under this Agreement. The Recipient must inform the State Water Board immediately of any information regarding a violation of the foregoing. The Recipient understands that failure to comply with this provision may subject the State Water Board to loss of federal funds. The Recipient agrees to compensate the State Water Board for any such funds lost due to its failure to comply with this condition, or the failure of its contractors or subcontractors to comply with this condition. The State Water Board may unilaterally terminate this Agreement if the Recipient that is a private entity is determined to have violated the foregoing. Trafficking Victims Protection Act of 2000. (B) Super Cross-Cutters - Civil Rights Obligations. The Recipient must comply with the following federal non-discrimination requirements: (1) Title VI of the Civil Rights Act of 1964, which prohibits discrimination based on race, color, and national origin, including limited English proficiency (LEP). (EPA XC HB) (2) Section 504 of the Rehabilitation Act of 1973, which prohibits discrimination against persons with disabilities. (EPA XC HB) (3) The Age Discrimination Act of 1975, which prohibits age discrimination. (EPA XC HB) (4) Section 13 of the Federal Water Pollution Control Act Amendments of 1972, which prohibits discrimination on the basis of sex. (EPA XC HB) (5) 40 CFR Part 7, as it relates to the foregoing (EPA XC HB) City of Palo Alto Agreement No.: D16-01034 Project No.: C-06-8190-110 EXHIBIT E – PROGRAMMATIC CONDITIONS & CROSS-CUTTERS E-4 (C) WRRDA Conditions (1) Architectural and engineering contracts. Where the Recipient contracts for program management, construction management, feasibility studies, preliminary engineering, design, engineering, surveying, mapping, or architectural related services, the Recipient shall ensure that such any such contract is negotiated in the same manner as a contract for architectural and engineering services is negotiated under chapter 11 of title 40, United States Code, or an equivalent State qualifications-based requirement as determined by the State Water Board. (2) Fiscal sustainability. The Recipient certifies that it has developed and is implementing a fiscal sustainability plan for the Project that includes an inventory of critical assets that are a part of the Project, an evaluation of the condition and performance of inventoried assets or asset groupings, a certification that the recipient has evaluated and will be implementing water and energy conservation efforts as part of the plan, and a plan for maintaining, repairing, and, as necessary, replacing the Project and a plan for funding such activities. (D) Cross-Cutters (1) Executive Order No. 11246. The Recipient shall include in its contracts and subcontracts related to the Project the following provisions: "During the performance of this contract, the contractor agrees as follows: "(a) The contractor will not discriminate against any employee or applicant for employment because of race, creed, color, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, creed, color, or national origin. Such action shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. "(b) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, creed, color, or national origin. "(c) The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer, advising the labor union or workers' representative of the contractor's commitments under Section 202 of Executive Order No. 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. "(d) The contractor will comply with all provisions of Executive Order No. 11246 of Sept. 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. "(e) The contractor will furnish all information and reports required by Executive Order No. 11246 of September 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. City of Palo Alto Agreement No.: D16-01034 Project No.: C-06-8190-110 EXHIBIT E – PROGRAMMATIC CONDITIONS & CROSS-CUTTERS E-5 "(f) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of such rules, regulations, or orders, this contract may be cancelled, terminated or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order No. 11246 of Sept 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order No. 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. "(g) The contractor will include the provisions of Paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order No. 11246 of Sept. 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the contracting agency may direct as a means of enforcing such provisions including sanctions for noncompliance: Provided, however, That in the event the contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the contracting agency, the contractor may request the United States to enter into such litigation to protect the interests of the United States." (2) Disadvantaged Business Enterprises (40 CFR Part 33). The Recipient agrees to comply with the requirements of USEPA’s Program for Utilization of Small, Minority and Women’s Business Enterprises. The DBE rule can be accessed at www.epa.gov/osbp . The Recipient shall comply with, and agrees to require its prime contractors to comply with 40 CFR Section 33.301, and retain all records documenting compliance with the six good faith efforts. (IUP) (3) Procurement Prohibitions under Section 306 of the Clean Air Act and Section 508 of the Clean Water Act, including Executive Order 11738, Administration of the Clean Air Act and the Federal Water Pollution Control Act with Respect to Federal Contracts, Grants, or Loans; 42 USC § 7606; 33 USC § 1368. Except where the purpose of this Agreement is to remedy the cause of the violation, the Recipient may not procure goods, services, or materials from suppliers excluded under the federal System for Award Management: http://www.sam.gov/ . (4) Uniform Relocation and Real Property Acquisition Policies Act, Pub. L. 91-646, as amended; 42 USC §§4601-4655. The Recipient must comply with the Act’s implementing regulations at 49 CFR 24.101 through 24.105. (5) Debarment and Suspension Executive Order No. 12549 (1986). The Recipient certifies that it will not knowingly enter into a contract with anyone who is ineligible under the 40 CFR Part 32 to participate in the Project. Contractors on the Project must provide a similar certification prior to the award of a contract and subcontractors on the project must provide the general contractor with the certification prior to the award of any subcontract. (6) The Recipient agrees that if its network or information system is connected to USEPA networks to transfer data using systems other than the Environmental Information Exchange Network or USEPA’s Central Data Exchange, it will ensure that any connections are secure. (E) Geospatial Data Standards All geospatial data created pursuant to this Agreement that is submitted to the State Water Board for use by USEPA or that is submitted directly to USEPA must be consistent with Federal Geographic Data Committee endorsed standards. Information on these standards may be found at www.fgdc.gov. City of Palo Alto Agreement No.: D16-01034 Project No.: C-06-8190-110 EXHIBIT F – SCHEDULE OF SYSTEM OBLIGATIONS F-1 Except for the following and the Obligation evidenced by this Agreement, the Recipient certifies that it has no outstanding System Obligations and that it is in compliance with all applicable additional debt provisions of the following: The following outstanding debt is senior to the Obligation: Title Debt Service Coverage Requirement Par Amount End Date 1999 Utility Revenue & Refunding Bond 1.25 $17,735,000 6/1/2024 1995 Utility Revenue Bond 1.25 $8,640,000 6/1/2020 The following outstanding debt is on parity with the Obligation: Title Debt Service Coverage Requirement Par Amount End Date 2007 CWSRF Loan, Project No. 4132-110, Agreement No. 07-814- 550 1.25 $9,000,000 6/30/2029 2009 CWSRF, Project No. 5044- 110, Agreement No. 09-814-550 1.25 $8,500,000 11/30/2030 The following outstanding debt is subordinate to the Obligation: Title Debt Service Coverage Requirement Par Amount End Date N/A City of Palo Alto Agreement No.: D16-01034 Project No.: C-06-8190-110 EXHIBIT G – DAVIS-BACON REQUIREMENTS G-1 For purposes of this Exhibit only, “subrecipient” or “sub recipient” means the Recipient as defined in this Agreement. For purposes of this Exhibit only, “recipient” means the State Water Board. I. Requirements For Sub recipients That Are Governmental Entities: If a sub recipient has questions regarding when Davis-Bacon (DB) applies, obtaining the correct DB wage determinations, DB provisions, or compliance monitoring, it may contact the State Water Board. The recipient or sub recipient may also obtain additional guidance from DOL’s web site at http://www.dol.gov/whd/ 1. Applicability of the Davis- Bacon (DB) prevailing wage requirements. DB prevailing wage requirements apply to the construction, alteration, and repair of treatment works carried out in whole or in part with assistance made available by a State water pollution control revolving fund and to any construction project carried out in whole or in part by assistance made available by a drinking water treatment revolving loan fund. If a sub recipient encounters a unique situation at a site that presents uncertainties regarding DB applicability, the sub recipient must discuss the situation with the recipient State before authorizing work on that site. 2. Obtaining Wage Determinations. (a) Sub recipients shall obtain the wage determination for the locality in which a covered activity subject to DB will take place prior to issuing requests for bids, proposals, quotes or other methods for soliciting contracts (solicitation) for activities subject to DB. These wage determinations shall be incorporated into solicitations and any subsequent contracts. Prime contracts must contain a provision requiring that subcontractors follow the wage determination incorporated into the prime contract. (i) While the solicitation remains open, the sub recipient shall monitor www.wdol.gov weekly to ensure that the wage determination contained in the solicitation remains current. The sub recipients shall amend the solicitation if DOL issues a modification more than 10 days prior to the closing date (i.e. bid opening) for the solicitation. If DOL modifies or supersedes the applicable wage determination less than 10 days prior to the closing date, the sub recipients may request a finding from the State recipient that there is not a reasonable time to notify interested contractors of the modification of the wage determination. The State recipient will provide a report of its findings to the sub recipient. (ii) If the sub recipient does not award the contract within 90 days of the closure of the solicitation, any modifications or supersedes DOL makes to the wage determination contained in the solicitation shall be effective unless the State recipient, at the request of the sub recipient, obtains an extension of the 90 day period from DOL pursuant to 29 CFR 1.6(c)(3)(iv). The sub recipient shall monitor www.wdol.gov on a weekly basis if it does not award the contract within 90 days of closure of the solicitation to ensure that wage determinations contained in the solicitation remain current. (b) If the sub recipient carries out activity subject to DB by issuing a task order, work assignment or similar instrument to an existing contractor (ordering instrument) rather than by publishing a solicitation, the sub recipient shall insert the appropriate DOL wage determination from www.wdol.gov into the ordering instrument. (c) Sub recipients shall review all subcontracts subject to DB entered into by prime contractors to verify that the prime contractor has required its subcontractors to include the applicable wage determinations. City of Palo Alto Agreement No.: D16-01034 Project No.: C-06-8190-110 EXHIBIT G – DAVIS-BACON REQUIREMENTS G-2 (d) As provided in 29 CFR 1.6(f), DOL may issue a revised wage determination applicable to a sub recipient’s contract after the award of a contract or the issuance of an ordering instrument if DOL determines that the sub recipient has failed to incorporate a wage determination or has used a wage determination that clearly does not apply to the contract or ordering instrument. If this occurs, the sub recipient shall either terminate the contract or ordering instrument and issue a revised solicitation or ordering instrument or incorporate DOL’s wage determination retroactive to the beginning of the contract or ordering instrument by change order. The sub recipient’s contractor must be compensated for any increases in wages resulting from the use of DOL’s revised wage determination. 3. Contract and Subcontract provisions. (a) The Recipient shall insure that the sub recipient(s) shall insert in full in any contract in excess of $2,000 which is entered into for the actual construction, alteration and/or repair, including painting and decorating, of a treatment work under the CWSRF or a construction project under the DWSRF - financed in whole or in part from Federal funds or in accordance with guarantees of a Federal agency or financed from funds obtained by pledge of any contract of a Federal agency to make a loan, grant or annual contribution (except where a different meaning is expressly indicated), and which is subject to the labor standards provisions of any of the acts listed in § 5.1 or the Consolidated Appropriations Act, 2016, the following clauses: (1) Minimum wages. (i) All laborers and mechanics employed or working upon the site of the work will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph (a)(1)(iv) of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in § 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided that the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under paragraph (a)(1)(ii) of this section) and the Davis-Bacon poster (WH-1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. Sub recipients may obtain wage determinations from the U.S. Department of Labor’s web site, www.dol.gov. (ii)(A) The sub recipient(s), on behalf of EPA, shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The State award official shall approve a request for an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: City of Palo Alto Agreement No.: D16-01034 Project No.: C-06-8190-110 EXHIBIT G – DAVIS-BACON REQUIREMENTS G-3 (1) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (2) The classification is utilized in the area by the construction industry; and (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (B) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the sub recipient(s) agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), documentation of the action taken and the request, including the local wage determination shall be sent by the sub recipient (s) to the State award official. The State award official will transmit the request, to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, DC 20210 and to the EPA DB Regional Coordinator concurrently. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification request within 30 days of receipt and so advise the State award official or will notify the State award official within the 30-day period that additional time is necessary. (C) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the sub recipient(s) do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the award official shall refer the request and the local wage determination, including the views of all interested parties and the recommendation of the State award official, to the Administrator for determination. The request shall be sent to the EPA DB Regional Coordinator concurrently. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt of the request and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (D) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs (a)(1)(ii)(B) or (C) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (iii) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (iv) If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. (2) Withholding. The sub recipient(s), shall upon written request of the EPA Award Official or an authorized representative of the Department of Labor, withhold or cause to be withheld from the contractor under this contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to Davis-Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, the (Agency) may, after written notice to the City of Palo Alto Agreement No.: D16-01034 Project No.: C-06-8190-110 EXHIBIT G – DAVIS-BACON REQUIREMENTS G-4 contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. (3) Payrolls and basic records. (i) Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis-Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (ii)(A) The contractor shall submit weekly, for each week in which any contract work is performed, a copy of all payrolls to the sub recipient, that is, the entity that receives the sub-grant or loan from the State capitalization grant recipient. Such documentation shall be available on request of the State recipient or EPA. As to each payroll copy received, the sub recipient shall provide written confirmation in a form satisfactory to the State indicating whether or not the project is in compliance with the requirements of 29 CFR 5.5(a)(1) based on the most recent payroll copies for the specified week. The payrolls shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i), except that full social security numbers and home addresses shall not be included on the weekly payrolls. Instead the payrolls shall only need to include an individually identifying number for each employee (e.g., the last four digits of the employee's social security number). The required weekly payroll information may be submitted in any form desired. Optional Form WH-347 is available for this purpose from the Wage and Hour Division Web site at http://www.dol.gov/whd/forms/wh347instr.htm or its successor site. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request to the sub recipient(s) for transmission to the State or EPA if requested by EPA, the State, the contractor, or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this section for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records, without weekly submission to the sub recipient(s). (B) Each payroll submitted shall be accompanied by a “Statement of Compliance,” signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (1) That the payroll for the payroll period contains the information required to be provided under § 5.5 (a)(3)(ii) of Regulations, 29 CFR part 5, the appropriate information is being maintained under § 5.5 (a)(3)(i) of Regulations, 29 CFR part 5, and that such information is correct and complete; (2) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either City of Palo Alto Agreement No.: D16-01034 Project No.: C-06-8190-110 EXHIBIT G – DAVIS-BACON REQUIREMENTS G-5 directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR part 3; (3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (C) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the “Statement of Compliance” required by paragraph (a)(3)(ii)(B) of this section. (D) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 of title 31 of the United States Code. (iii) The contractor or subcontractor shall make the records required under paragraph (a)(3)(i) of this section available for inspection, copying, or transcription by authorized representatives of the State, EPA or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the Federal agency or State may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. (4) Apprentices and trainees (i) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship Training, Employer and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Office of Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship program, City of Palo Alto Agreement No.: D16-01034 Project No.: C-06-8190-110 EXHIBIT G – DAVIS-BACON REQUIREMENTS G-6 the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (ii) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (iii) Equal employment opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended and 29 CFR part 30. (5) Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR part 3, which are incorporated by reference in this contract. (6) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses contained in 29 CFR 5.5(a)(1) through (10) and such other clauses as the EPA determines may by appropriate, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5. (7) Contract termination; debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. (8) Compliance with Davis-Bacon and Related Act requirements. All rulings and interpretations of the Davis-Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference in this contract. (9) Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and sub recipient(s), State, EPA, the U.S. Department of Labor, or the employees or their representatives. City of Palo Alto Agreement No.: D16-01034 Project No.: C-06-8190-110 EXHIBIT G – DAVIS-BACON REQUIREMENTS G-7 (10) Certification of eligibility. (i) By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1). (ii) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1). (iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. 4. Contract Provision for Contracts in Excess of $100,000. (a) Contract Work Hours and Safety Standards Act. The sub recipient shall insert the following clauses set forth in paragraphs (a)(1), (2), (3), and (4) of this section in full in any contract in an amount in excess of $100,000 and subject to the overtime provisions of the Contract Work Hours and Safety Standards Act. These clauses shall be inserted in addition to the clauses required by Item 3, above or 29 CFR 4.6. As used in this paragraph, the terms laborers and mechanics include watchmen and guards. (1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (a)(1) of this section the contractor and any subcontractor responsible therefore shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (a)(1) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (a)(1) of this section. (3) Withholding for unpaid wages and liquidated damages. The sub recipient, upon written request of the EPA Award Official or an authorized representative of the Department of Labor, shall withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (b)(2) of this section. (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (a)(1) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (a)(1) through (4) of this section. (b) In addition to the clauses contained in Item 3, above, in any contract subject only to the Contract Work Hours and Safety Standards Act and not to any of the other statutes cited in 29 CFR 5.1, the Sub recipient shall insert a clause requiring that the contractor or subcontractor shall maintain payrolls City of Palo Alto Agreement No.: D16-01034 Project No.: C-06-8190-110 EXHIBIT G – DAVIS-BACON REQUIREMENTS G-8 and basic payroll records during the course of the work and shall preserve them for a period of three years from the completion of the contract for all laborers and mechanics, including guards and watchmen, working on the contract. Such records shall contain the name and address of each such employee, social security number, correct classifications, hourly rates of wages paid, daily and weekly number of hours worked, deductions made, and actual wages paid. Further, the Sub recipient shall insert in any such contract a clause providing that the records to be maintained under this paragraph shall be made available by the contractor or subcontractor for inspection, copying, or transcription by authorized representatives of the USEPA and the Department of Labor and the State Water Board, and the contractor or subcontractor will permit such representatives to interview employees during working hours on the job. 5. Compliance Verification (a) The sub recipient shall periodically interview a sufficient number of employees entitled to DB prevailing wages (covered employees) to verify that contractors or subcontractors are paying the appropriate wage rates. As provided in 29 CFR 5.6(a)(6), all interviews must be conducted in confidence. The sub recipient must use Standard Form 1445 (SF 1445) or equivalent documentation to memorialize the interviews. Copies of the SF 1445 are available from EPA on request. (b) The sub recipient shall establish and follow an interview schedule based on its assessment of the risks of noncompliance with DB posed by contractors or subcontractors and the duration of the contract or subcontract. Sub recipients must conduct more frequent interviews if the initial interviews or other information indicated that there is a risk that the contractor or subcontractor is not complying with DB. Sub recipients shall immediately conduct interviews in response to an alleged violation of the prevailing wage requirements. All interviews shall be conducted in confidence." (c) The sub recipient shall periodically conduct spot checks of a representative sample of weekly payroll data to verify that contractors or subcontractors are paying the appropriate wage rates. The sub recipient shall establish and follow a spot check schedule based on its assessment of the risks of noncompliance with DB posed by contractors or subcontractors and the duration of the contract or subcontract. At a minimum, if practicable, the sub recipient should spot check payroll data within two weeks of each contractor or subcontractor’s submission of its initial payroll data and two weeks prior to the completion date the contract or subcontract. Sub recipients must conduct more frequent spot checks if the initial spot check or other information indicates that there is a risk that the contractor or subcontractor is not complying with DB. In addition, during the examinations the sub recipient shall verify evidence of fringe benefit plans and payments there under by contractors and subcontractors who claim credit for fringe benefit contributions. (d) The sub recipient shall periodically review contractors’ and subcontractors’ use of apprentices and trainees to verify registration and certification with respect to apprenticeship and training programs approved by either the U.S Department of Labor or a state, as appropriate, and that contractors and subcontractors are not using disproportionate numbers of, laborers, trainees and apprentices. These reviews shall be conducted in accordance with the schedules for spot checks and interviews described in Item 5(b) and (c) above. (e) Sub recipients must immediately report potential violations of the DB prevailing wage requirements to the EPA DB contact listed above and to the appropriate DOL Wage and Hour District Office listed at http://www.dol.gov/whd/america2.htm. City of Palo Alto Agreement No.: D16-01034 Project No.: C-06-8190-110 EXHIBIT H – COMPLIANCE WITH CROSS-CUTTING STATE AUTHORITIES H-1 1. EMERGENCY DROUGHT REGULATIONS The Recipient certifies that it complies with and shall continue to comply with the State Water Board’s Drought Emergency Water Conservation regulations in Article 22.5 of Chapter 2 of Division 3 of Title 23 of the California Code of Regulations. The Recipient will include a discussion of its implementation in reports submitted pursuant to Section 2.15 of this Agreement. 2. CALIFORNIA DEBT INVESTMENT ADVISORY COMMISSION (CDIAC) Where Recipient is a public entity, Recipient acknowledges its responsibility to file debt obligations with the CDIAC. Recipient understands that CDIAC has waived filing fees for State Water Board SRF debt. 3. COMPLIANCE WITH STATE REQUIREMENTS Recipient represents that is in in compliance with the following conditions precedent and agrees that it will continue to maintain compliance during the term of this Agreement: (a) Monthly Water Diversion Reporting If Recipient is a water diverter, Recipient must maintain compliance with Water Code section 5103, subdivision (e)(2)(A) by submitting monthly diversion reports to the Division of Water Rights of the State Water Resources Control Board. (b) Public Works Contractor Registration with Department Of Industrial Relations To bid for public works contracts, Recipient and Recipient’s subcontractors must register with the Department of Industrial Relations as required by Labor Code sections 1725.5 and 1771.1. (c) Volumetric Pricing & Water Meters If Recipient is an “urban water supplier” as defined by Water Code section 10617, Recipient must charge each customer for actual water volume measured by water meter according to the requirements of Water Code sections 526 and 527. Section 527 further requires that such suppliers not subject to section 526 install water meters on all municipal and industrial service connections within their service area by 2025. (d) Urban Water Management Plan If Recipient is an “urban water supplier” as defined by Water Code section 10617, the Recipient certifies that this Project complies with the Urban Water Management Planning Act (Water Code, § 10610 et seq.). This shall constitute a condition precedent to this Agreement. (e) Urban Water Demand Management If Recipient is an “urban water supplier” as defined by Water Code section 10617, Recipient must comply with water conservation measures established by SBx7-7. (Water Code, Sec. 10608.56.) (f) Delta Plan Consistency Findings If Recipient is a state or local public agency and the proposed action is covered by the Delta Plan, Recipient must submit certification of project consistency with the Delta Plan to the Delta City of Palo Alto Agreement No.: D16-01034 Project No.: C-06-8190-110 EXHIBIT H – COMPLIANCE WITH CROSS-CUTTING STATE AUTHORITIES H-2 Stewardship Council according to the requirements of Water Code section 85225 and California Code of Regulations, title 23, section 5002. (g) Agricultural Water Management Plan Consistency If Recipient is an agricultural water supplier as defined by Water Code section 10608.12, Recipient must comply with Agricultural Water Management Planning requirements as mandated by Water Code section 10852. (h) Charter City Project Labor Requirements If Recipient is a charter city as defined in Labor Code section 1782, subdivision (d)(2), Recipient will comply with the requirements of Labor Code section 1782 and Public Contract Code section 2503 as discussed in the following subparts (1) and (2). (1) Prevailing Wage Recipient certifies that it is eligible for state funding assistance notwithstanding Labor Code section 1782. Specifically Recipient certifies that no charter provision nor ordinance authorizes a construction project contractor not to comply with Labor Code’s prevailing wage rate requirements, nor, within the prior two years (starting from January 1, 2015 or after) has the city awarded a public works contract without requiring the contractor to comply with such wage rate requirements according to Labor Code section 1782. (2) Labor Agreements Recipient certifies that no charter provision, initiative, or ordinance limits or constrains the city’s authority or discretion to adopt, require, or utilize project labor agreements that include all the taxpayer protection antidiscrimination provisions of Public Contract Code section 2500 in construction projects, and that Recipient is accordingly eligible for state funding or financial assistance pursuant to Public Contract Code section 2503. CITY OF PALO ALTO AND CALIFORNIA STATE WATER RESOURCES CONTROL BOARD PROJECT FINANCE AGREEMENT - STATE REVOLVING FUND PROJECT NO. C-06-4132-110 AGREEMENT NO. 07-814-550 AMENDMENT NO. 1 AMOUNT: $9,000,000 TERM DATES: MARCH 20, 2007 – JUNE 30, 2029 The parties mutually agree to this amendment as follows. All actions noted below are by this reference made a part of the Agreement, originally executed on October 12, 2007 and incorporated herein: Changes made in this amendment are shown as follows in the attached Exhibits: Exhibit A – Scope of Work - Section 3. Definitions (3 pages attached)* Exhibit B – Budget Detail and Payment Provisions (1 page attached)* Exhibit D- Special Conditions (1 page attached)* Exhibit J – Schedule of System Obligations (1 page attached)* *Text additions are displayed in bold and underline. Except as otherwise noted, text deletions are displayed as strike through text (i.e., strike out) ** Entire Exhibit replaced *** Updated Pages All other terms and conditions shall remain the same. CITY OF PALO ALTO: By: ___________________________________ Name: James Allen Title: Regional Water Quality Control Plant Manager Date: __________________________________ STATE WATER RESOURCES CONTROL BOARD By: __________________________________ Name: Leslie Laudon Title: Deputy Director Division of Financial Assistance Date: _________________________________ SR 7871 ATTACHMENT D EXHIBIT B City of Palo Alto Agreement No.: 07-814-550-0 ISA No.: C-06-4132-110 Amendment No. 1 EXHIBIT A- SCOPE OF WORK   baseOCC20X09 3 SECTION 3. DEFINITIONS. "Additional Payments" means the Additional Payments described in Exhibit B Section 2.3(C) of this Agreement. "Allowance" means an amount based on a percentage of the accepted bid for an eligible project to help defray the planning, design, and construction engineering and administration costs of the Project. "Authorized Representative" means the Mayor of a City, the Chairperson of the County Board of Supervisors, the Chairperson of the Board of Directors of the Agency, or another duly appointed representative. For all authorized representatives, a certified original copy of the authorizing resolution that designates the authorized representative, by title, must accompany any contract, the first payment request, and any other documents or requests required or allowed under this Agreement. "Bank" means the California Infrastructure and Economic Development Bank. "Bonds" means any series of bonds issued by the Bank all or a portion of the proceeds of which may be applied to fund the Project in whole or in part or that are secured in whole or in part by Installment Payments paid hereunder. "Code" means the Internal Revenue Code of 1986, as amended, and any successor provisions and the regulations of the U.S. Department of the Treasury promulgated thereunder. "Completion of Construction" means the date, as determined by the Division after consultation with the Agency, that the work of building and erection of the Project is substantially complete. “CWSRF” means Clean Water State Revolving Fund. "Division" means the Division of Financial Assistance of the SWRCB, or any other segment of the SWRCB authorized to administer the CWSRF. “Enterprise Fund” means the enterprise fund of the Recipient in which Revenues of its Wastewater Treatment enterprise and Wastewater Collection enterprise are deposited. "Fiscal Year" means the period of twelve (12) months terminating on June 30 of any year, or any other annual period hereafter selected and designated by the Agency as its Fiscal Year in accordance with applicable law. "Force Account" means the use of the Agency's own employees or equipment for construction of the Project. "Initiation of Construction" means the date that notice to proceed with work is issued for the Project, or, if notice to proceed is not required, the date of commencement of building and erection of the Project. "Installment Payments" means Installment Payments due and payable by the Agency to the Board under this Agreement to repay the Project Costs, the amounts of which are set forth as Exhibit I hereto. "Net Revenues" means, for any Fiscal Year, so long as there may be outstanding System Obligations, as such term is defined under the authorizing instruments for such System Obligations, and thereafter all Revenues received by the Agency less the Operations and Maintenance Costs for such Fiscal Year with respect to the Wastewater Treatment enterprise and Wastewater Collection enterprise, for any period of computation, the amount of the Revenues received from the Wastewater Treatment City of Palo Alto Agreement No.: 07-814-550-0 ISA No.: C-06-4132-110 Amendment No. 1 EXHIBIT A- SCOPE OF WORK   baseOCC20X09 3 enterprise and Wastewater Collection enterprise during such period, less the amount of Operation and Maintenance Costs of the Wastewater Treatment enterprise and Wastewater Collection enterprise becoming payable during such period. "Obligation" means the obligation owed by the Agency to make Installment Payments and Additional Payments as provided herein, as evidenced by the execution of this Agreement, to be used to fund the Project as specified in the Project Description attached hereto as Exhibits F and G. "Operations and Maintenance Costs" means the reasonable and necessary costs spent or incurred by the City for maintaining and operating the Wastewater Treatment enterprise and Wastewater Collection enterprise, calculated in accordance with sound accounting principles, including the cost of supply of water, gas and electric energy under contracts or otherwise, the funding of reasonable reserves, and all reasonable and necessary expenses of management and repair and other expenses to maintain and preserve the Wastewater Treatment enterprise and Wastewater Collection enterprise in good repair and working order, and including all reasonable and necessary administrative costs of the City attributable to the Wastewater Treatment enterprise and Wastewater Collection enterprise and to any financing instruments incurred to finance improvements to the Wastewater Treatment enterprise and Wastewater Collection enterprise, such as salaries and wages and the necessary contribution to retirement of employees, overhead, insurance, taxes (if any), expenses, compensation and indemnification of any bond trustee, and fees of auditors, accountants, attorneys or engineers, and including all other reasonable and necessary costs of the City or charges required to be paid by it to comply with the terms of any financing instrument related to the Wastewater Treatment enterprise and Wastewater Collection enterprise, but excluding depreciation, replacement and obsolescence charges or reserves therefor and amortization of intangibles or other bookkeeping entries of a similar nature. , so long as outstanding System Obligations are outstanding, the definition of such term as defined therein, and thereafter, the reasonable and necessary costs paid or incurred by the Agency for maintaining and operating the System, determined in accordance with generally accepted accounting principles, including all reasonable expenses of management and repair and all other expenses necessary to maintain and preserve the System in good repair and working order, and including all reasonable and necessary administrative costs of the Agency that are charged directly or apportioned to the operation of the System, such as salaries and wages of employees, overhead, taxes (if any), the cost of permits, licenses and charges to operate the System and insurance premiums; but excluding, in all cases depreciation, replacement and obsolescence charges or reserves therefor and amortization of intangibles   "Pledged Revenues" means and include user fees and charges or other sources of income which are consistent with federal requirements. "Policy" means the Board's "Policy for Implementing the State Revolving Fund for Construction of Wastewater Treatment Facilities," adopted on February 16, 1995, as amended. “Project” means the Project as described in Exhibit A, Section 1 and Exhibits F and G. "Project Completion" means the date, as determined by the Division after consultation with the Agency, that operation of the Project is initiated or is capable of being initiated, whichever comes first. This date shall be synonymous with the date specified in the “Initiation of Operation” form submitted as part of the ATA package. "Project Costs" means the incurred costs of the Agency which are eligible for financial assistance from the CWSRF under the Statute, which are allowable costs as defined under the Policy and which are City of Palo Alto Agreement No.: 07-814-550-0 ISA No.: C-06-4132-110 Amendment No. 1 EXHIBIT A- SCOPE OF WORK   baseOCC20X09 4 reasonable, necessary and allocable by the Agency to the Project under generally accepted accounting principles plus capitalized interest. "Project Funds" mean the proceeds provided to the Agency by the SWRCB from the CWSRF for the purposes set forth in this Agreement. "Revenue Program" means a system of charges, fees, or other means of income production adopted by the Agency which provides for recovery of appropriate capital costs of the Project, generates adequate income to reasonably assure repayment of the Obligation under this Agreement, generates adequate income to provide for reasonable operation and maintenance of the Project, and provides adequate income for reasonable future expansion and improvement of the Project. "Revenues" means, for each Fiscal Year, all gross income and revenue received or receivable by the Agency from the ownership or operation of the System, determined in accordance with generally accepted accounting principles, including all rates, fees and charges (including connection fees and charges) as received by the Agency for the services of the System, and all other income and revenue howsoever derived by the Agency from the ownership or operation of the System or arising from the System, and also including all income from the deposit or investment of any money in the Enterprise Fund or any rate stabilization fund, and any refundable deposits made to establish credit, and advances or contributions in aid of construction for any period of computation, all gross charges (including fees, tolls, assessments, rates and rentals prescribed under applicable law by the City Council for the services and facilities of the Wastewater Treatment enterprise and Wastewater Collection enterprise, which shall be referred to in this Agreement as “Charges”) received for, and all other gross income and revenues derived by the City from, the ownership or operation of the Wastewater Treatment enterprise and Wastewater Collection enterprise or otherwise arising from the Wastewater Treatment enterprise and Wastewater Collection enterprise during such period, including but not limited to (a) all Charges received by the City for use of the Wastewater Treatment enterprise and Wastewater Collection enterprise, (b) all receipts derived from the investment of funds, (c) transfers from (but exclusive of any transfers to) any stabilization reserve funds, and (d) all moneys received by the City from other public entities whose inhabitants or customers are served pursuant to contracts with the City. “State” means State of California. "System" means all wastewater collection, transport, treatment, storage and disposal facilities, including land and easements thereof, owned by the Agency, including the Project, and all other properties, structures or works hereafter acquired and constructed by the Agency and determined to be a part of the System, together with all additions, betterments, extensions or improvements to such facilities, properties, structures or works or any part thereof hereafter acquired and constructed. "System Obligations" means all senior, parity and subordinate obligations of the Agency payable from Revenues as identified as of the date of this Agreement in Exhibit J and such additional obligations as may hereafter be issued in accordance with the provisions of such obligations. “Wastewater Treatment enterprise” and “Wastewater Collection enterprise” mean, collectively, the System enterprises. City of Palo Alto Agreement No.: 07-814-550-0 ISA No.: C-06-4132-110 Amendment No. 1 EXHIBIT B – BUDGET DETAIL AND PAYMENT PROVISIONS   baseOCC20X09 5 SECTION 4. PLEDGE AND LIEN OF NET REVENUES; RATES, FEES AND CHARGES; ADDITIONAL PAYMENTS. Section 4.1. Establishment of Enterprise Fund. In order to carry out its obligation to pay the Installment Payments, Additional Payments and System Obligations, the Agency agrees and covenants that it shall establish and maintain the Enterprise Fund. All Revenues received shall be deposited when and as received in trust in the Enterprise Fund. Section 4.2. Pledge of Net Revenues. The Net Revenues are hereby pledged and a security interest granted therein in order to secure the payment of Installment Payments and Additional Payments. The Net Revenues in the Enterprise Fund shall be subject to the lien of such pledge without any physical delivery thereof or further act, and the lien of such pledge shall be valid and binding as against all parties having claims of any kind in tort, contract or otherwise against the Agency. Section 4.3. Application and Purpose of the Enterprise Fund. Subject to the provisions of any outstanding System Obligations, money on deposit in the Enterprise Fund shall be applied and used first, to pay Operations and Maintenance Costs, and thereafter, all amounts due on Installment Payments, Additional Payments and System Obligations due. After making all payments hereinabove required to be made in each Fiscal Year, the Agency may expend in such Fiscal Year any remaining money in the Enterprise Fund for any lawful purpose of the Agency, including payment of Subordinate Debt. Section 4.4. Rates, Fees and Charges. The Agency agrees, to the extent permitted by law, to fix, prescribe and collect rates, fees and charges for the System during each Fiscal Year which are reasonable, fair and nondiscriminatory and which will be at least sufficient to yield during each Fiscal Year, Net Revenues equal to the Installment Payments, Additional Payment and debt service on System Obligations for such Fiscal Year. The Agency may make adjustments from time to time in such fees and charges and may make such classification thereof as it deems necessary, but shall not reduce the rates, fees and charges then in effect unless the Net Revenues from such reduced rates, fees and charges will at all times be sufficient to meet the requirements of this section Section 4.5. Future Local Debt. All future debt secured by the pledged revenue source shall be on parity with, or subordinate to, the Obligation. Additional Debt Test. (1) Additional Senior Debt. The Recipient’s future debt that is secured by Net Revenues may not be senior to this Obligation, except where the new senior obligation refunds or refinances an existing senior obligation, the new senior obligation has the same or earlier repayment term as the refunded senior debt, and the new senior debt service is the same or lower than the existing debt service in each year, thereby not diminishing the applicant’s ability to repay its SRF obligations. (2) Additional Parity Debt. Future debt that is secured by Net Revenues may be on parity with this Obligation if the Recipient is then in compliance with the reserve, coverage and additional debt test requirements in Exhibit D to this Agreement. City of Palo Alto Agreement No.: 07-814-550-0 ISA No.: C-06-4132-110 Amendment No. 1 EXHIBIT D – SPECIAL CONDITIONS   baseOCC20X09 D-1 Financial Special Conditions as follows: 1. Recipient shall establish and maintain rates and charges sufficient to generate Revenues in the amounts necessary to cover Maintenance and Operations Costs and shall ensure that Net Revenues are equal to at least 1.25 times the maximum annual debt service during the term of this Agreement. Issuance of additional parity debt requires Recipient’s Net Revenues, excluding any transfers from rate stabilization funds, to then be a minimum of 1.25 times the maximum annual debt service for existing and proposed additional debt. 2. In the event of any conflict between the original Agreement and the Agreement as amended by Amendment No. 1 the terms of the Agreement as amended shall govern. Otherwise, the original Agreement shall remain in full force and effect. This agreement is governed by and shall be interpreted in accordance with the laws of the State of California. Legal Special Condition as follows: 1. As a condition precedent to this amended Agreement, the Recipient shall adopt a resolution to the Division’s satisfaction that authorizes the Recipient’s representative to sign the amended Agreement on behalf of the Recipient. The Recipient shall submit such resolution to the Division prior to execution of this amended Agreement. City of Palo Alto Agreement No.: 07-814-550-0 ISA No.: C-06-4132-110 Amendment No. 1 EXHIBIT J — SCHEDULE OF SYSTEM OBLIGATIONS   J-1 Except for the following and the Obligation evidenced by this Agreement, the Recipient certifies that it has no outstanding System Obligations: The following outstanding debt is senior to this Obligation: Title Debt Service Coverage Requirement Interest Rate Par Total Amount Amount Remaining End Date 1999 Utility and Refunding Bonds 1.25 $17,735,000 June 1, 2024 1995 Utility Revenue Bond 1.25 $8,640,000 $5,650,000 June 1, 2020 The following outstanding debt is parity to this Obligation: Title Debt Service Coverage Requirement Interest Rate Par Total Amount Amount Remaining End Date N/A 2009 SRF Loan Project No. 5044- 110, Agreement No. 09-814-550 1.25 $8,500,000 November 30, 2030 2017 SRF Loan Project No. 8190- 110, Agreement No. D16-01034 1.25 $30,000,000 March 30, 2049 * Local Match Financing The following outstanding debt is subordinate to this Obligation: Title Debt Service Coverage Requirement Interest Rate Par Total Amount Amount Remaining End Date N/A   CITY OF PALO ALTO AND CALIFORNIA STATE WATER RESOURCES CONTROL BOARD PROJECT FINANCE AGREEMENT STATE REVOLVING FUND PROJECT NO. C-06-5044-110 AGREEMENT NO. 09-814-550 AMENDMENT NO. 1 AMOUNT: $8,500,000 TERM DATES: JANUARY 7, 2009 – NOVEMBER 30, 2030 The parties mutually agree to this amendment as follows. All actions noted below are by this reference made a part of the Agreement, originally executed on October 27, 2009 and incorporated herein: Changes made in this Amendment are shown as follows in the attached Exhibits: Article I – Definitions (4 pages attached)* Article III – Financing Provisions (6 pages attached)* Exhibit D – Special Conditions (1 page attached)* Exhibit F – Schedule of System Obligations (1 page attached)* *Text additions are displayed in bold and underline. Except as otherwise noted, text deletions are displayed as strike through text (i.e., strike out) ** Entire Exhibit replaced *** Updated Pages All other terms and conditions shall remain the same. CITY OF PALO ALTO: By: ___________________________________ Name: James Allen Title: Regional Water Quality Control Plant Manager Date: __________________________________ STATE WATER RESOURCES CONTROL BOARD: By: __________________________________ Name: Leslie Laudon Title: Deputy Director Division of Financial Assistance Date: _________________________________ SR 7871 ATTACHMENT DEXHIBIT C City of Palo Alto Agreement No.: 09-814-550 Project No.: C-06-5044-110 Amendment No. 1 ARTICLE I DEFINITIONS   baseOCC20X09 2 1.1 Definitions. Unless otherwise specified, each capitalized term used in this Agreement (including the Exhibits hereto) has the following meaning: "Additional Payments" means the Additional Payments described in Section 3.2(c) of this Agreement. "Agreement" means the Project Finance Agreement, dated as of the date set forth on the first page hereof, by and between the State Water Board and the Recipient, including all exhibits and attachments thereto. "Allowance" means an amount based on a percentage of the accepted bid for an eligible project to help defray the planning, design, and construction engineering and administration costs of the Project. "Authorized Representative" means the Mayor of a City, the Chairperson of the County Board of Supervisors, the Chairperson of the Board of Directors of the Recipient, or another duly appointed representative. For all authorized representatives, a certified original of the authorizing resolution that designates the authorized representative, by title, must accompany the first payment request, and any other documents or requests required or allowed under this Agreement. "Bank" means the California Infrastructure and Economic Development Bank. "Bonds" means any series of bonds issued by the Bank all or a portion of the proceeds of which may be applied to fund the Project in whole or in part or that are secured in whole or in part by Installment Payments paid hereunder. "Code" means the Internal Revenue Code of 1986, as amended, and any successor provisions and the regulations of the U.S. Department of the Treasury promulgated thereunder. "Completion of Construction" means the date, as determined by the Division after consultation with the Recipient, that the work of building and erection of the Project is substantially complete. “Construction” includes, for the purposes of expanded use projects, implementation (but not planning or design). “CWSRF” means Clean Water State Revolving Fund. "Division" means the Division of Financial Assistance of the State Water Board, or any other segment of the State Water Board authorized to administer the CWSRF. “Enterprise Fund” means the enterprise fund of the Recipient in which System Revenues are deposited  Revenues of its Wastewater Treatment enterprise and Wastewater Collection enterprise are deposited. "Fiscal Year" means the period of twelve (12) months terminating on June 30 of any year, or any other annual period hereafter selected and designated by the Recipient as its Fiscal Year in accordance with applicable law. "Force Account" means the use of the Recipient's own employees or equipment for construction of the Project. City of Palo Alto Agreement No.: 09-814-550 Project No.: C-06-5044-110 Amendment No. 1 ARTICLE I DEFINITIONS   baseOCC20X09 3 "Initiation of Construction" means the date that notice to proceed with work is issued for the Project, or, if notice to proceed is not required, the date of commencement of building and erection of the Project, or, for expanded use projects, any implementation other than planning or design. "Installment Payments" means Installment Payments due and payable by the Recipient to the State Water Board under this Agreement to repay the Project Costs, the amounts of which are set forth as Exhibit C hereto. "Net Revenues" means, for any Fiscal Year, so long as there may be outstanding System Obligations other than the Obligation, as such term is defined under the authorizing instruments for such System Obligations, and thereafter all Revenues received by the Recipient less the Operations and Maintenance Costs for such Fiscal Year with respect to the Wastewater Treatment enterprise and Wastewater Collection enterprise, for any period of computation, the amount of the Revenues received from the Wastewater Treatment enterprise and Wastewater Collection enterprise during such period, less the amount of Operation and Maintenance Costs of the Wastewater Treatment enterprise and Wastewater Collection enterprise becoming payable during such period. "Obligation" means the obligation of the Recipient to make Installment Payments and Additional Payments as provided herein, as evidenced by the execution of this Agreement, proceeds of such obligations being used to fund the Project as specified in the Project Description attached hereto as Exhibit A and in the documents thereby incorporated by reference. "Operations and Maintenance Costs" means the reasonable and necessary costs spent or incurred by the City for maintaining and operating the Wastewater Treatment enterprise and Wastewater Collection enterprise, calculated in accordance with sound accounting principles, including the cost of supply of water, gas and electric energy under contracts or otherwise, the funding of reasonable reserves, and all reasonable and necessary expenses of management and repair and other expenses to maintain and preserve the Wastewater Treatment enterprise and Wastewater Collection enterprise in good repair and working order, and including all reasonable and necessary administrative costs of the City attributable to the Wastewater Treatment enterprise and Wastewater Collection enterprise and to any financing instruments incurred to finance improvements to the Wastewater Treatment enterprise and Wastewater Collection enterprise, such as salaries and wages and the necessary contribution to retirement of employees, overhead, insurance, taxes (if any), expenses, compensation and indemnification of any bond trustee, and fees of auditors, accountants, attorneys or engineers, and including all other reasonable and necessary costs of the City or charges required to be paid by it to comply with the terms of any financing instrument related to the Wastewater Treatment enterprise and Wastewater Collection enterprise, but excluding depreciation, replacement and obsolescence charges or reserves therefor and amortization of intangibles or other bookkeeping entries of a similar nature. , so long as outstanding System Obligations other than the Obligation are outstanding, the definition of such term as defined therein, and thereafter, the reasonable and necessary costs paid or incurred by the Recipient for maintaining and operating the System, determined in accordance with generally accepted accounting principles, including all reasonable expenses of management and repair and all other expenses necessary to maintain and preserve the System in good repair and working order, and including all reasonable and necessary administrative costs of the Recipient that are charged directly or apportioned to the operation of the System, such as salaries and wages of employees, overhead, taxes (if any), the cost of permits, licenses and charges to operate the System and insurance premiums; but excluding, in all cases depreciation, replacement and obsolescence charges or reserves therefor and amortization of intangibles  City of Palo Alto Agreement No.: 09-814-550 Project No.: C-06-5044-110 Amendment No. 1 ARTICLE I DEFINITIONS   baseOCC20X09 4 "Policy" means the State Water Board's "Policy for Implementing the State Revolving Fund for Construction of Wastewater Treatment Facilities," as most recently amended, the State Water Board’s “Strategy for Implementing State Revolving Fund for Expanded Use Projects”, as appropriate, and Board Resolution 2009-0027. “Project” means the Project as described in Exhibit A and in the documents thereby incorporated by reference. "Project Completion" for the purposes of a wastewater or water recycling project, means the date, as determined by the Division after consultation with the Recipient, that operation of the Project is initiated or is capable of being initiated, whichever comes first. For the purposes of all other projects, “Project Completion” means the date that all tasks in Exhibit A are completed to the reasonable satisfaction of the Division. This date shall be synonymous with the date specified in the “Initiation of Operation” form submitted as part of the Approval of Award package, if any. "Project Costs" means the incurred costs of the Recipient which are eligible for financial assistance from the CWSRF under the federal Clean Water Act, which are allowable costs as defined under the Policy and which are reasonable, necessary and allocable by the Recipient to the Project under generally accepted accounting principles, plus capitalized interest. For the purposes of all other projects, "Project Costs" means those costs incurred by the Recipient for the planning, design, and implementation of the project as set forth in Exhibit A; this includes any monitoring, reporting, education and outreach, or direct administrative costs associated with these tasks and deemed necessary by the Division. “Project Funds” means funds disbursed by the State Water Board to the Recipient for purposes of this Agreement. “Recipient” means the recipient of Project Funds, as identified on the front page of this Agreement. "Revenues" means, for each Fiscal Year, all gross income and revenue received or receivable by the Recipient from the ownership or operation of the System, determined in accordance with generally accepted accounting principles, including all rates, fees and charges (including connection fees and charges) as received by the Recipient for the services of the System, and all other income and revenue howsoever derived by the Recipient from the ownership or operation of the System or arising from the System, including all income from the deposit or investment of any money in the Enterprise Fund or any rate stabilization fund of the Recipient or held on the Recipient’s behalf, and any refundable deposits made to establish credit, and advances or contributions in aid of construction for any period of computation, all gross charges (including fees, tolls, assessments, rates and rentals prescribed under applicable law by the City Council for the services and facilities of the Wastewater Treatment enterprise and Wastewater Collection enterprise, which shall be referred to in this Agreement as “Charges”) received for, and all other gross income and revenues derived by the City from, the ownership or operation of the Wastewater Treatment enterprise and Wastewater Collection enterprise or otherwise arising from the Wastewater Treatment enterprise and Wastewater Collection enterprise during such period, including but not limited to (a) all Charges received by the City for use of the City of Palo Alto Agreement No.: 09-814-550 Project No.: C-06-5044-110 Amendment No. 1 ARTICLE I DEFINITIONS   baseOCC20X09 5 Wastewater Treatment enterprise and Wastewater Collection enterprise, (b) all receipts derived from the investment of funds, (c) transfers from (but exclusive of any transfers to) any stabilization reserve funds, and (d) all moneys received by the City from other public entities whose inhabitants or customers are served pursuant to contracts with the City. “State” means State of California. “State Water Board” means the State Water Resources Control Board, an administrative and regulatory agency of the State of California. "System" means for the purposes of a wastewater project, all wastewater collection, transport, treatment, storage and disposal facilities, including land and easements thereof, owned by the Recipient, including the Project, and all other properties, structures or works hereafter acquired and constructed by the Recipient and determined to be a part of the System, together with all additions, betterments, extensions or improvements to such facilities, properties, structures or works or any part thereof hereafter acquired and constructed. For the purposes of a water recycling project, “System” means all wastewater, water recycling, and/or potable water collection, transport, treatment, storage and/or disposal facilities, including land and easements thereof, owned by the Recipient, including the Project, and all other properties, structures or works hereafter acquired and constructed by the Recipient and determined to be a part of the System, together with all additions, betterments, extensions or improvements to such facilities, properties, structures or works or any part thereof hereafter acquired and constructed. For the purposes of all other projects, “System” means all nonpoint source control or estuary enhancement facilities, including land and easements thereof, owned by the Recipient, including the Project, and all other properties, structures or works hereafter acquired and constructed by the Recipient and determined to be a part of the System, together with all additions, betterments, extensions or improvements to such facilities, properties, structures or works or any part thereof hereafter acquired and constructed. "System Obligations" means all senior, parity and subordinate obligations of the Recipient payable from Revenues as identified as of the date of this Agreement in Exhibit F and such additional obligations as may hereafter be issued in accordance with the provisions of such obligations. “Wastewater Treatment enterprise” and “Wastewater Collection enterprise” mean, collectively, the System enterprises. 1.2 Exhibits and Appendices Incorporated. All exhibits and appendices to this Agreement, including any amendments and supplements hereto, are hereby incorporated herein and made a part of this Agreement City of Palo Alto Agreement No.: 09-814-550 Project No.: C-06-5044-110 Amendment No. 1 ARTICLE III FINANCING PROVISIONS baseOCC20X09 11 3.1 Purchase and Sale of Project.   The Recipient hereby sells to the State Water Board and the State Water Board hereby purchases from the Recipient the Project. Simultaneously therewith, the Recipient hereby purchases from the State Water Board, and the State Water Board hereby sells to the Recipient, the Project in accordance with the provisions of this Agreement. All right, title and interest in the Project shall immediately vest in the Recipient on the date of execution and delivery of this Agreement without further action on the part of the Recipient or the State Water Board. 3.2 Amounts Payable by the Recipient. (a) Installment Payments. Repayment of the Project Funds, together with all interest accruing thereon, shall be repaid in annual installments commencing on the date that is one (1) year after Completion of Construction, and shall be fully amortized by the date specified in Exhibit B. The repayment amount is based on a standard fully amortized assistance amount with equal annual repayments. The remaining balance is the previous balance, plus the disbursements, plus the accrued interest on both, less the repayment. Repayment calculations will be made beginning one (1) year after Completion of Construction and shall be fully amortized not later than the date specified in Exhibit B. Exhibit C is a CWSRF Payment Schedule based on the provisions of this article and an estimated disbursement schedule. The actual repayments will be based on actual disbursements. Upon Completion of Construction and submission of necessary reports, the Division will prepare an appropriate CWSRF Payment Schedule and supply the same to the Recipient. The CWSRF Payment Schedule may be amended as necessary to accurately reflect amounts due under this Agreement. Any amended CWSRF Payment Schedule which is necessary will be prepared by the Division and furnished to the Recipient. The Recipient agrees to make each installment payment on or before the due date therefor. A ten (10) day grace period will be allowed, after which time a penalty in the amount of costs incurred to the State Water Board will be assessed for late payment. These costs may include, but are not limited to, lost interest earnings, staff time, bond debt service default penalties, if any, and other costs incurred. Penalties assessed will not change the principal balance of the financing Agreement. Such penalties will be treated as a separate receivable in addition to the annual payment due. For purposes of penalty assessment, repayment will be deemed to have been made if repayment is deposited in the U.S. Mail within the grace period with postage prepaid and properly addressed. Any penalties assessed will not be added to the assistance amount balance, but will be treated as a separate account and obligation of the Recipient. The interest penalty will be assessed from the repayment due date. City of Palo Alto Agreement No.: 09-814-550 Project No.: C-06-5044-110 Amendment No. 1 ARTICLE III FINANCING PROVISIONS baseOCC20X09 12 The Recipient as a whole is obligated to make all payments required by this Agreement to the State Water Board, notwithstanding any individual default by its constituents or others in the payment to the Recipient of fees, charges, taxes, assessments, tolls or other charges ("Charges") levied or imposed by the Recipient. The Recipient shall provide for the punctual payment to the State Water Board of all amounts which become due under this Agreement and which are received from constituents or others in the payment to the Recipient. In the event of failure, neglect or refusal of any officer of the Recipient to levy or cause to be levied any Charge to provide payment by the Recipient under this Agreement, to enforce or to collect such Charge, or to pay over to the State Water Board any money collected on account of such Charge necessary to satisfy any amount due under this Agreement, the State Water Board may take such action in a court of competent jurisdiction as it deems necessary to compel the performance of all duties relating to the imposition or levying and collection of any of such Charges and the payment of the money collected therefrom to the State Water Board. Action taken pursuant hereto shall not deprive the State Water Board of, or limit the application of, any other remedy provided by law or by this Agreement.   Attached as Exhibit C is a CWSRF Payment Schedule based on the provisions of this section and an estimated disbursement schedule. CWSRF Payment Schedule will be revised based on actual disbursements following Completion of Construction.   Each Installment Payment shall be paid by check and in lawful money of the United States of America.   The Recipient agrees that it shall not be entitled to interest earned on undisbursed project funds. Upon execution of this Agreement, the State Water Board shall encumber an amount equal to the Obligation. The Recipient hereby agrees to pay Installment Payments and Additional Payments from Net Revenues and/or other amounts legally available to the Recipient therefor. Interest on any funds disbursed to the Recipient shall begin to accrue as of the date of each disbursement.   (b) Project Costs. The Recipient agrees to pay any and all costs connected with the Project including, without limitation, any and all Project Costs. If the Project Funds are not sufficient to pay the Project Costs in full, the Recipient shall nonetheless complete the Project and pay that portion of the Project Costs in excess of available Project Funds, and shall not be entitled to any reimbursement therefor from the State Water Board.   (c) Additional Payments. In addition to the Installment Payments required to be made by the Recipient, the Recipient shall also pay to the State Water Board the reasonable extraordinary fees and expenses of the State Water Board, and of any assignee of the State Water Board's right, title and interest in and to this Agreement, in connection with this Agreement, including all expenses and fees of accountants, trustees, attorneys, litigation costs, insurance premiums and all other extraordinary costs reasonably incurred by the State Water Board or assignee of the State Water Board.   Additional Payments shall be billed to the Recipient by the State Water Board from time to time, together with a statement executed by a duly authorized representative of the State Water Board, stating that the amounts billed pursuant to this section have been incurred by the State Water Board or its assignee for one or more of the above items and a copy of the invoice or statement for the amount so incurred or paid. Amounts so billed shall be paid by the Recipient within thirty (30) days after receipt of the bill by the Recipient. City of Palo Alto Agreement No.: 09-814-550 Project No.: C-06-5044-110 Amendment No. 1 ARTICLE III FINANCING PROVISIONS baseOCC20X09 13 (d) The Recipient may without penalty prepay all or any portion of the outstanding principal amount of the Obligation provided that the Recipient shall also pay at the time of such prepayment all accrued interest on the principal amount prepaid through the date of prepayment.   3.3 Obligation Absolute. The obligation of the Recipient to make the Installment Payments and other payments required to be made by it under this Agreement, from Net Revenues and/or other amounts legally available to the Recipient therefor, is absolute and unconditional, and until such time as the Installment Payments and Additional Payments have been paid in full, the Recipient shall not discontinue or suspend any Installment Payments or other payments required to be made by it hereunder when due, whether or not the System or any part thereof is operating or operable or has been completed, or its use is suspended, interfered with, reduced or curtailed or terminated in whole or in part, and such Installment Payments and other payments shall not be subject to reduction whether by offset or otherwise and shall not be conditional upon the performance or nonperformance by any party of any agreement for any cause whatsoever.   3.4 No Obligation of the State. Any obligation of the State Water Board herein contained shall not be an obligation, debt or liability of the State and any such obligation shall be payable solely out of the moneys in the CWSRF made available pursuant to this Agreement.   3.5 Disbursement of Project Funds; Availability of Funds. (a) Except as may be otherwise provided in this Agreement, disbursement of Project Funds will be made as follows:   (1) Upon execution and delivery of this Agreement, the Recipient may request immediate disbursement of any eligible incurred planning and design allowance as specified in Exhibit B from the Project Funds through submission to the State Water Board of the Disbursement Request Form 260, or any amendment thereto, duly completed and executed. Eligible planning and design costs incurred prior to the start date of this Agreement may be funded. Such costs incurred prior to October 1, 2008, will be funded with non-ARRA monies.   (2) The Recipient may request disbursement of eligible construction and equipment costs consistent with budget amounts referenced in Exhibit B. (Note that this Agreement will be amended to incorporate Approval of Award.)   (3) Additional Project Funds will be promptly disbursed to the Recipient upon receipt of Disbursement Request Form 260, or any amendment thereto, duly completed and executed by the Recipient for incurred costs consistent with this Agreement, along with receipt of status reports due under Section 2.9 above.   (4) The Recipient agrees that it will not request disbursement for any Project Cost until such cost has been incurred and is currently due and payable by the Recipient, although the actual payment of such cost by the Recipient is not required as a condition of disbursement request. City of Palo Alto Agreement No.: 09-814-550 Project No.: C-06-5044-110 Amendment No. 1 ARTICLE III FINANCING PROVISIONS baseOCC20X09 14 (5) Recipient shall spend Project Funds within 30 days of receipt. Any interest earned on Project Funds shall be reported to the State Water Board and may be required to be returned to the State Water Board or deducted from future disbursements   (6) Recipient shall request its final disbursement no later than six months after Completion of Construction unless prior approval is granted by the Division. If the Recipient fails to do so, then the undisbursed balance of this Agreement will be deobligated.   (7) Notwithstanding any other provision of this Agreement, no disbursement shall be required at any time or in any manner which is in violation of or in conflict with federal or state laws, policies, or regulations.   (b) The State Water Board's obligation to disburse Project Funds is contingent upon the availability of sufficient funds to permit the disbursements provided for herein. If sufficient funds are not available for any reason, including but not limited to failure of the federal or State government to appropriate funds necessary for disbursement of Project Funds, the State Water Board shall not be obligated to make any disbursements to the Recipient under this Agreement. This provision shall be construed as a condition precedent to the obligation of the State Water Board to make any disbursements under this Agreement. Nothing in this Agreement shall be construed to provide the Recipient with a right of priority for disbursement over any other agency. If any disbursements due the Recipient under this contract are deferred because sufficient funds are unavailable, such disbursement will be made to the Recipient when sufficient funds do become available.   3.6 Withholding of Disbursements. (a) The State Water Board may withhold all or any portion of the funds provided for by this Agreement in the event that:   (1) The Recipient has materially violated, or threatens to materially violate, any term, provision, condition, or commitment of this Agreement; or   (2) The Recipient fails to maintain reasonable progress toward completion of the Project.   (b) For the purposes of this section, the terms “material violation” or “threat of material violation” include, but are not limited to:   (1) Placement on the ballot of an initiative to reduce revenues securing this Agreement;   (2) Passage of such an initiative;   (3) Successful challenges by ratepayer(s) to process used by Recipient to set, dedicate, or otherwise secure revenues used for securing this Agreement; or   (4) Any other action or lack of action that may be construed as a material violation or threat thereof. City of Palo Alto Agreement No.: 09-814-550 Project No.: C-06-5044-110 Amendment No. 1 ARTICLE III FINANCING PROVISIONS baseOCC20X09 15 3.7 Pledge; Rates, Fees and Charges; Additional Debt. (a) Establishment of Enterprise Fund. In order to carry out its System Obligations, including the Obligation, the Recipient agrees and covenants that it shall establish and maintain or shall have established and maintained the Enterprise Fund. All Revenues received shall be deposited when and as received in trust in the Enterprise Fund. This requirement applies to Recipients that are public agencies.   (b) Pledge of Net Revenues. The Obligation hereunder shall be secured by a lien on and pledge of Net Revenues in priority as specified in Exhibit F. The Recipient hereby pledges and grants such lien on and pledge of Net Revenues to secure the Obligation, including payment of Installment Payments and Additional Payments hereunder. The Net Revenues in the Enterprise Fund shall be subject to the lien of such pledge without any physical delivery thereof or further act, and the lien of such pledge shall be valid and binding as against all parties having claims of any kind in tort, contract or otherwise against the Recipient.   (c) Application and Purpose of the Enterprise Fund. Subject to the provisions of any outstanding System Obligations, money on deposit in the Enterprise Fund shall be applied and used first, to pay Operations and Maintenance Costs, and thereafter, all amounts due and payable with respect to the System Obligations. After making all payments hereinabove required to be made in each Fiscal Year, the Recipient may expend in such Fiscal Year any remaining money in the Enterprise Fund for any lawful purpose of the Recipient, including payment of subordinate debt. This requirement applies to Recipients that are public agencies.   (d) Rates, Fees and Charges. The Recipient agrees, to the extent permitted by law, to fix, prescribe and collect rates, fees and charges for the System during each Fiscal Year which are reasonable, fair and nondiscriminatory and which will be at least sufficient to yield during each Fiscal Year Net Revenues equal to the debt service on System Obligations, including the Obligation, for such Fiscal Year. The Recipient may make adjustments from time to time in such fees and charges and may make such classification thereof as it deems necessary, but shall not reduce the rates, fees and charges then in effect unless the Net Revenues from such reduced rates, fees and charges will at all times be sufficient to meet the requirements of this section. The Recipient agrees to promptly challenge any initiative that would impair the Obligation and publicly state its opposition to any rate challenges. This requirement applies to Recipients that are public agencies.   (e) Future Local Debt. The applicant’s future debt may not be senior to CWSRF debt. The applicant’s future local debt may be on parity with the CWSRF debt if the following conditions are met: (1) The applicant’s net revenues pledged to pay all senior debts relying on the pledged revenue source are at least 1.2 times the highest year’s debt service and net revenues pledged to pay all debts are at least 1.1 times the highest year’s debt service; and (2) One of the following conditions is met: (A) The Recipient’s proposed parity Additional Obligation is rated “A,” or higher, by at least two nationally recognized rating agencies; or (B) The Recipient is a disadvantaged community and the Division determines that it would be economically burdensome for the agency to obtain nationally recognized ratings for its parity debt; or City of Palo Alto Agreement No.: 09-814-550 Project No.: C-06-5044-110 Amendment No. 1 ARTICLE III FINANCING PROVISIONS baseOCC20X09 16 (C) The Recipient is a disadvantaged community and the Division determines that requiring the proposed Additional Obligations to be subordinate to the Recipient’s Obligations hereunder will unduly restrict the Recipients from obtaining future system debt necessary for water quality improvements. Additional Debt Test. (1) Additional Senior Debt. The Recipient’s future debt that is secured by Net Revenues may not be senior to this Obligation, except where the new senior obligation refunds or refinances an existing senior obligation, the new senior obligation has the same or earlier repayment term as the refunded senior debt, and the new senior debt service is the same or lower than the existing debt service in each year, thereby not diminishing the applicant’s ability to repay its SRF obligations. (2) Additional Parity Debt. Future debt that is secured by Net Revenues may be on parity with this Obligation if the Recipient is then in compliance with the reserve, coverage and additional debt test requirements in Exhibit D to this Agreement.   3.8 Financial Management System and Standards. The Recipient agrees to comply with federal standards for financial management systems. The Recipient agrees that, at a minimum, its fiscal control and accounting procedures will be sufficient to permit preparation of reports required by the federal government and tracking of Project funds to a level of expenditure adequate to establish that such funds have not been used in violation of federal or state law or the terms of this Agreement. To the extent applicable, the Recipient agrees to be bound by and to comply with, the provisions and requirements of the federal Single Audit Act of 1984 (Pub. L.98-502) Office of Management and Budget (OMB) Circular No. A-133, and updates or revisions, thereto.   3.9 Accounting and Auditing Standards. The Recipient will maintain separate Project accounts in accordance with generally accepted accounting principles. The Recipient shall comply with "Standards for Audit of Governmental Organizations, Programs, Activities and Functions" promulgated by the U.S. General Accounting Office. (40 CFR § 35.3135(I).)   3.10 Federal or State Assistance. If federal or state funding for Project Costs is made available to the Recipient from sources other than the CWSRF, the Recipient may retain such funding up to an amount which equals the Recipient's local share of Project Costs. To the extent allowed by requirements of other funding sources, any funding received in excess of the Recipient's local share, not to exceed the total amount of the CWSRF financing assistance, shall be remitted to the State Water Board to be applied to Installment Payments due hereunder. City of Palo Alto Agreement No.: 09-814-550 ISA No.: C-06-5044-110 Amendment No. 1 EXHIBIT D – SPECIAL CONDITIONS   D-1 Special conditions as follows: D.1 The financing agreement shall be secured on subordinate parity to the debt service on the with the outstanding 1999 Series A Revenue Bonds that is attributable to the Sewer System (as defined in the Indenture of Trust for the 1999 Series A Revenue Bonds). D.2 The financing agreement shall be subordinate to the outstanding 1995 Series A Revenue Bonds; and; D.3 The City of Palo Alto shall fund a reserve fund of one year’s debt service and maintain it throughout the term of the financing agreement. D.4 Recipient shall establish and maintain rates and charges sufficient to generate Revenues in the amounts necessary to cover Maintenance and Operations Costs and shall ensure that Net Revenues are equal to at least 1.25 times the maximum annual debt service during the term of this Agreement. Issuance of additional parity debt requires Recipient’s Net Revenues, excluding any transfers from rate stabilization funds, to then be a minimum of 1.25 times that maximum annual debt service for existing and proposed additional debt. D.5 In the event of any conflict between the original Agreement and the Agreement as amended by Amendment No. 1, the terms of the Agreement as amended shall govern. Otherwise, the original Agreement shall remain in full force and effect. This agreement is governed by and shall be interpreted in accordance with the laws of the State of California. City of Palo Alto Agreement No.: 09-814-550 ISA No.: C-06-5044-110 Amendment No. 1 EXHIBIT F — SCHEDULE OF SYSTEM OBLIGATIONS   F-1 Except for the following and the Obligation evidenced by this Agreement, the Recipient certifies that it has no outstanding System Obligations: The following outstanding debt is senior to this Obligation: Title Debt Service Coverage Requirement Interest Rate Par Total Amount Amount Remaining End Date 1995 Utility Revenue Bond 1.25 5.0-6.25% $8,640,000 $5,650,000 June 1, 2020 1999 Utility and Refunding Bonds 1.25 $17,735,000 June 1, 2024 The following outstanding debt is parity to this Obligation: Title Interest Rate Par Total Amount Amount Remaining End Date 1999 Utility and Refunding Bonds 3-25- 5.25% $17,735,000 $14,670,000 June 1, 2024 Mountain View/Moffett Area Reclaimed Water Pipeline Project SRF Contract # 07-814- 550-0 Project # C-06- 4132-110 1.25 0%* $9,000,000 $9,000,000 June 30, 2029 2017 SRF Loan Project No. 8190- 110, Agreement No. D16-01034 1.25 $30,000,000 March 30, 2049 * Local Match Financing The following outstanding debt is subordinate to this Obligation: Title Interest Rate Par Total Amount Amount Remaining End Date Not Applicable