CITY OF BOULDER CITY,

DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION

ELDORADO VALLEY WATERLINE EXTENSION ‐ PHASE II

BOULDER CITY PROJECT NO. 18‐1030‐WD

PROPOSALS DUE: THURSDAY, JUNE 21, 2018 – 2:00 PM

FORMAL BID No. FB‐0723‐18

FUNDED BY: THE CITY OF BOULDER CITY

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 1 of 116 TABLE OF CONTENTS

Description Page NOTICE INVITING BIDS 3 INSTRUCTIONS TO BIDDERS 6 OFFICIAL PROPOSAL 10 BID SCHEDULE I 12 BID BOND 14 INFORMATION REQUIRED OF BIDDER 15 CONTRACTOR’S GENERAL INFORMATION 19 SUBCONTRACTOR’S LIST 21 EQUIPMENT /MATERIAL SOURCE INFORMATION 22 AGREEMENT 23 CERTIFICATE OF OWNER’S ATTORNEY 25 AGREEMENT FOR ARBITRATION 26 CORPORATE CERTIFICATE 30 PARTNERSHIP CERTIFICATE 31 FAITHFUL PERFORMANCE BOND 32 LABOR AND MATERIAL BOND 33 GUARANTEE BOND 34 DEFINITIONS AND ABBREVIATIONS 35 GENERAL CONDITIONS 36 SPECIAL PROVISIONS 62 PROJECT LOCATION MAP 79 PROJECT IDENTIFICATION SIGN 80 POTHOLING DATA SHEET 81 2018 PREVAILING WAGE RATES CLARK COUNTY 83

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 2 of 116 NOTICE INVITING BIDS

RECEIPT OF PROPOSALS: Sealed proposals will be received at the office of the Finance Director, City of Boulder City, Nevada, Owner of the work located at City Hall, 401 California Avenue, Boulder City, Nevada 89005, until 2:00 PM, Thursday, June 21, 2018, for the ELDORADO VALLEY WATERLINE EXTENSION – PHASE II, BOULDER CITY PROJECT NO. 18‐1030‐WD.

SITE OF WORK: The site of work is located within the city limits of Boulder City, Nevada; more specifically, crossing a portion of Boulder City Parkway (US‐93) west of Veterans Memorial Drive.

DESCRIPTION OF WORK: This work shall include furnishing all labor, material and equipment to complete the Eldorado Valley Waterline Extension – Phase II project as described in the specifications and shown in the plans. Work includes excavation of approximately 1,230 linear feet of trenching, installation, and backfilling of a 16” C900‐16 PVC waterline. This work shall also include the installation of 6” blow‐off, 4” AVAR, & tee assemblies, valves, bends, restraint fittings, and other miscellaneous related items. This work shall include the installation of approximately 300 linear feet of 30” steel pipe casing by a bore and jack method under existing Boulder City Parkway and an existing railroad track. This project also includes the installation of approximately 40 square yards of asphalt paving in a three inch section.

COMPLETION OF WORK: All work including deficiency list items must be completed within ninety (90) calendar days after the date of the Notice to Proceed by the Owner. The Contractor shall provide a one year warranty for the scope of work performed in this contract. The one year warranty shall be from the date of the Notice of Completion.

DEFICIENCY LIST: The Contractor is required to request a deficiency list inspection to be completed a minimum of 30 days prior to the final contract day. The Contractor shall provide a minimum of a ten (10) calendar day notice for the deficiency list inspection. During the deficiency list inspection the Contractor shall generate the deficiency list and distribute to all parties within seven calendar days.

OPENING OF PROPOSALS: The proposals will be publicly opened and read at 2:00 PM Thursday, June 21, 2018, at City Hall.

OBTAINING CONTRACT DOCUMENTS: The plans, specifications, and all contract documents may be obtained on the City’s website at http://www.bcnv.org/bids.aspx. Bidders who download the contract documents are responsible to check the webpage for updates and addenda.

PROPOSAL GUARANTEE: Each proposal shall be accompanied by a certified or cashier’s check or bid bond in an amount not less than ten percent (10%) of the total bid price, payable to the City of Boulder City as a guarantee that the bidder, if his proposal is accepted, will promptly execute the contract. Workman’s Compensation Insurance, Faithful Performance Bond in the amount of one hundred percent (100%) of the total bid price, a Labor and Material Bond in the amount

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 3 of 116 of one hundred percent (100%) of the total bid price, and a Guarantee Bond will be executed as part of the contract agreement.

If applicable, bidders shall provide documentation to meet requirements of NRS 338.147 as part of their bid proposal.

QUALIFICATION OF BIDDER: At the time of bidding, a bidder must hold a valid license of a class corresponding to the work performed, in accordance with the provisions of the Nevada State Contractor’s License Law.

CLARK COUNTY PREVAILING WAGE RATES: Wage rates on the project shall meet Clark County Prevailing Wage Rates for Public Works, State of Nevada, dated 10/1/17 through 9/30/18. The following Clark County Prevailing Wage Rate Number shall be issued to the Contractor awarded this Contract ‐ CL‐2018‐273. This project is located approximately 21+ miles from the City Hall. The Contractor is responsible for insuring that the correct prevailing wage rates, including any applicable zone pay, are used on this project.

ENGINEER’S ESTIMATE OF PROBABLE COST: $400,000 – $800,000

PRE‐BID CONFERENCE: A pre‐bid conference concerning this project will be held on Tuesday, June 5, 2018, at 10:00 AM in the City Council Chambers at City Hall, 401 California Avenue, Boulder City, Nevada 89005.

AREA LEFT BLANK INTENTIONALLY

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 4 of 116 PROJECT ADMINISTRATION: All questions relative to this project prior to the opening of bids shall be directed to the Project Representative for the project in writing or via e‐mail.

City of Boulder City Project Representative 401 California Avenue Boulder City, NV 89005

ATTN: Shane Cunningham, Construction Manager [email protected]

OWNER’S RIGHTS RESERVED: The Owner reserves the right to reject any or all bids, to waive any informality in a bid, and to make awards in the interest of the Owner.

CITY OF BOULDER CITY

BY: Scott P. Hansen, P.E., Director of Public Works

DATE:

Published: Las Vegas Review Journal May 24, 2018 City of Boulder City website www.bcnv.org

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 5 of 116 INSTRUCTIONS TO BIDDERS

FORM OF PROPOSAL: The proposal shall be made on the bidding schedule(s) bound herein and the proposal shall be submitted and include all pages identified with the RECYCLE logo located in the upper right‐hand corner of the page.

The proposal shall be enclosed in a sealed envelope bearing the name of the bidder and the name of the project. In the event there is more than one bidding schedule, the bidder may bid on any individual schedule or on any combination of schedules.

DELIVERY OF PROPOSAL: The proposal shall be delivered by the time and to the place stipulated in the Notice Inviting Bids. It is the bidder’s sole responsibility to see that his proposal is received in proper time. Any proposal received after the scheduled closing time for receipt of proposals will be returned to the bidder unopened.

WITHDRAWAL OF PROPOSAL: The proposal may be withdrawn by the bidder by means of a written request, signed by the bidder or his properly authorized representative. Such written requests must be delivered to the place stipulated in the Notice Inviting Bids for receipt of proposals prior to the scheduled closing time for receipt of proposals.

OPENING OF PROPOSALS: The proposals will be publicly opened and read at the time and place stipulated in the Notice Inviting Bids.

MODIFICATIONS AND ALTERNATIVE PROPOSALS: Unauthorized conditions, limitations, or provisions attached to a proposal will render it informal and may cause its rejection. The completed proposal forms shall be without interlineations, alterations, or erasures. Alternative proposals will not be considered unless called for. Oral, telegraphic, telephonic, or emailed proposals or modifications will not be considered.

DISCREPANCIES IN PROPOSALS: In the event there is more than one bid item in a bidding schedule, the bidder shall furnish a price for all bid items in the schedule, and failure to do so will render the proposal informal and may cause its rejection. In the event there are unit price bid items in a bidding schedule and the “amount” indicated for a unit price bid item does not equal the product of the unit price and quantity, the unit price shall govern and the amount will be corrected accordingly. In the event there is more than one bid item in a bidding schedule and the total indicated for the schedule does not agree with the sum of the prices bid on the individual items, the prices bid on the individual items shall govern and the total for the schedule will be corrected accordingly.

DESIGNATED CONTACTS: Communication between a bidder and a member of the City Council or between a Bidder and a non‐designated CITY contact, regarding this bid is prohibited from the time the bid is advertised until the time of award of the Contract.

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 6 of 116 Questions pertaining to this invitation shall be addressed in writing or via email only to the Project Representative listed under the Project Administration section of the Notice Inviting Bids.

Questions must be received a minimum of eight (8) calendar days prior to the bid opening. Any questions received within seven (7) calendar days prior to the bid opening will not be answered.

PROPOSAL GUARANTEE: Each proposal shall be accompanied by a certified or cashier’s check or bid bond in the amount stated in the Notice Inviting Bids. Said check or bond shall be made payable to the Owner and shall be given as a guarantee that the bidder, if awarded the work, will enter into a contract within ten (10) calendar days after receipt of the contract from the Owner, and will furnish the necessary insurance certificates, faithful performance bond, labor and material bond, guarantee bond; each of said bonds to be in the amount stated in the Notice Inviting Bids. In case of refusal or failure to enter into said contract, the check or bid bond, as the case may be, shall be forfeited to the Owner. If the bidder elects to furnish a bid bond as his proposal guarantee, he shall use the bid bond form bound herein, or one conforming substantially to it in form.

BIDDER’S EXAMINATION OF SITE: Before submitting a proposal, the bidder shall carefully examine the drawings, specifications, and other contract documents, and he shall visit the site of the work. It will be assumed that the bidder is familiar with existing site conditions and that he has a clear understanding of the requirements of the contract regarding the furnishing of materials and performance of work.

COMPETENCY OF BIDDERS: In selecting the lowest responsible bidder, consideration will be given not only to the financial standing, but also to the general competency of the bidder for the performance of the work covered by the proposal. To this end, each proposal shall be supported by a statement of the bidder’s experience as of recent date on the form entitled “INFORMATION REQUIRED OF BIDDER”, bound herein. Consideration will also be given to the bidder’s performance on past projects as reported by references contacted by the Owner. Reports of poor, substandard, or adversarial past performance may be reason to not recommend the lowest bidder for award. No proposal for the work will be accepted from a contractor who is not licensed in accordance with applicable state and local law(s).

The successful bidder is required to obtain a City of Boulder City Business License prior to the issuance of the Notice to Proceed. All subcontractors, suppliers, deliveries, or any other associated business doing business in Boulder City are required to obtain a City of Boulder City Business License prior to performing any work on the project.

DISQUALIFICATION OF BIDDERS: More than one proposal from an individual, firm, partnership, corporation, or association under the same or different names will not be considered. Reasonable grounds for believing that any bidder is interested in more than one proposal for the work contemplated will cause the rejection of all proposals in which such bidder is

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 7 of 116 interested. If there is a reason for believing that collusion exists among the bidders, all bids will be rejected and none of the participants in such collusion will be considered in future proposals.

RETURN OF PROPOSAL GUARANTEE: Within ten (10) calendar days after award of the contract, the Owner will return the guarantees accompanying the proposals that are not considered in making the award. All other proposal guarantees will be held until the contract has been finally executed. They will then be returned to the respective bidders.

AWARD OF CONTRACT: Award of a contract, if it be awarded, will be based primarily on the lowest overall cost to the Owner, and will be made to a responsible bidder whose proposal complies with all the requirements prescribed. Any such award will be made within forty‐five (45) calendar days after opening of the proposals, unless a longer waiting period before award is expressly allowed in the Notice Inviting Bids. Unless otherwise indicated, a single award will not be made for less than all the bid items in an individual bidding schedule. In the event there is more than one bidding schedule, the Owner may award schedules individually or in combination.

EXECUTION OF CONTRACT: The bidder to whom award is made shall execute a written contract with the owner on the form of agreement provided, shall secure all insurance and shall furnish all certificates and bonds required by the specifications within ten (10) calendar days after receipt of the contract from the Owner. Failure or refusal to enter into a contract as herein provided or to conform to any of the stipulated requirements in connection therewith shall be just cause for annulment of the award and the forfeiture of the proposal guarantee. If the successful bidder refuses or fails to execute the contract, the Owner may award the contract to the second lowest responsible bidder. If the second lowest responsible bidder refuses or fails to execute the contract, the Owner may award the contract to the third lowest responsible bidder. On the failure or refusal of such second or third lowest bidder to execute the contract, such bidder’s guarantees shall be likewise forfeited to the Owner.

The Contractor shall comply with the Copeland “Anti‐Kick Back” Act (18 U.S.C. 874) as supplemented in the Department of Labor Regulations (29 CFR Part 3). This act provides that each contractor or subcontractor shall be prohibited from inducing, by any means, any persons employed in the construction, completion or repair of public work, to give up any part of the compensation to which he is otherwise entitled.

The Contractor will not discriminate against any employee or applicant for employment because of physical or mental handicap in regard to any position for which the employee or applicant for employment is qualified. The Contractor agrees to take affirmative action to employ, advance in employment, and otherwise treat qualified handicapped individuals without discrimination based upon their physical or mental handicap in all employment practices such as the following:

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 8 of 116 Employment, upgrading, demotion or transfer, recruitment, advertising, layoff or termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship.

The City of Boulder City, in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d at 2000d‐4 and Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Non‐Discrimination in Federally Assisted Programs of the Department of Transportation issued pursuant to this advertisement, minority business enterprises, will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for any award.

The Contractor and his subcontractors shall comply with all provisions of Executive Order 11246 of September 24, 1965, including all amendments and the rules and regulations and relevant orders of the Secretary of Labor.

The Contractor and subcontractors shall be bound by and comply with all federal, state, and local laws with regard to minimum wages, overtime work, hiring and discrimination, including Chapter 338 of the Nevada Revised Statutes, which is entitled, “Public Works.” The Contractor shall ensure that all employees on the work site are paid in accordance with the current prevailing wage rates as approved by the State Labor Commissioner whenever the actual value of the contract totals two hundred fifty thousand ($250,000) or more. A copy of the rates are attached hereto and included herein. If a change order causes a contract to exceed two hundred fifty thousand ($250,000), the State Labor Commissioner may audit the entire contract period. All work necessary to be performed after regular working hours, on weekends, or legal holidays, shall be performed without additional expense to the City.

Laborers on this project shall be paid no less than the minimum wage rates established by the Nevada Labor Commissioner.

Any controversy or claim arising out of or relating to this contract, which cannot be resolved by mutual agreement, shall be settled by binding arbitration in accordance with the Agreement for Arbitration attached hereto. The Contractor by submitting a bid agrees to enter into the binding arbitration agreement, if needed, to resolve any controversy or claim.

AREA LEFT BLANK INTENTIONALLY

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 9 of 116 OFFICIAL PROPOSAL

ELDORADO VALLEY WATERLINE EXTENSION – PHASE II BOULDER CITY PROJECT NO. 18‐1030‐WD THURSDAY, JUNE 21, 2018 – 2:00 PM

TOTAL BID AMOUNT IN WORDS*

*THIS AMOUNT MUST MATCH THE “TOTAL BID AMOUNT” AT THE END OF THE BID SCHEDULE I.

DOLLARS

& CENTS NOTE: The lowest responsible proposal for each schedule or combination thereof shall be determined in part by the unit prices contained therein. The unit prices must be written legibly or typed. If the unit prices cannot be read, it may result in the bid being deemed non‐ responsive at the discretion of the City. In the case of a mathematical error in the bid schedule, the sum of the individual unit prices shall prevail; however, at the discretion of the City, a mathematical error may result in the bid being deemed non‐responsive.

The undersigned bidder hereby proposes to furnish all labor, materials, equipment, tools, and services necessary to perform all work required under the bidding schedule(s) of the Owner’s specifications entitled ELDORADO VALLEY WATERLINE EXTENSION – PHASE II, BOULDER CITY PROJECT NO. 18‐1030‐WD in accordance with the intent of said specifications, drawings, and all addenda issued by said Owner prior to opening of proposals.

Said bidder agrees that, within ten (10) calendar days after receipt of the contract from said Owner, he will execute said contract in the required form, of which the Notice inviting bids, Instructions to Bidders, Proposal, Information Required of Bidder, Specifications, and Drawings are a part, and will secure the required insurance and bonds and furnish the required insurance certificates; and that upon failure to do so within said time, then the proposal guarantee furnished by said bidder shall be forfeited to said owner as liquidated damages for such failure; provided, that if said bidder shall execute the contract, secure the required insurance and bonds, and furnish the required insurance certificates within said time, his check, if furnished, shall be returned to him within five (5) days thereafter, and the bid bond, if furnished, shall become void.

The bidder does acknowledge receipt of any Addendum by attaching it to the contract documents and by signing this proposal sheet.

Said bidder further agrees to complete all work required under the contract within the time stipulated in said specifications, and to accept the full payment therefore, the prices(s) named

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 10 of 116 in the bidding schedule(s). Price(s) named in the bid proposal(s) must include all taxes and Contractor’s overhead and profit.

Contractor:

Address:

City, State, Zip Code:

Telephone Number:

Printed Name of Contractor Representative:

Title of Representative:

Contractor Representative Authorized Signature:

Date:

NOTE: The quantities shown on the bid schedule(s) are estimated quantities only, payment will be made on actual quantities performed, measured, and approved in the field.

NOTE: A ten percent (10%) proposal guarantee must be included as part of this bid proposal.

NOTE: The City of Boulder City will only accept bonds from surety companies that are approved by the Department of Treasury Federal Register, latest edition.

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 11 of 116 BID SCHEDULE I

ELDORADO VALLEY WATERLINE EXTENSION – PHASE II BOULDER CITY PROJECT NO. 18‐1030‐WD THURSDAY, JUNE 21, 2018 – 2:00 PM

EXTENDED ITEM DESCRIPTION QTY UNIT UNIT PRICE TOTAL AMOUNT

105.06 Cooperation with Utilities 1 LS $ $

105.18 Record Drawings 1 LS $2,500.00 $2,500.00

Permits and Permit Inspection 105.19 1 LS $ $ Coordination

109.03 Extra and Force Account Work 1 LS $100,000.00 $100,000.00

109.09 Deficiency List 1 LS $5,000.00 $5,000.00

200.01 Mobilization 1 LS $ $

Photograph/Video/Daily 200.02 1 LS $ $ Documentation

200.03 Project Identification Sign 2 EA $ $

208.01 Hard Digging 500 LF $ $

402.01 3‐Inch Asphaltic Concrete 40 SY $ $

626.01 Final Cleanup 1 LS $10,000.00 $10,000.00

629.01 16” C900‐16 PVC Waterline 1,230 LF $ $

629.02 16” Gate Valve (Isolation) 1 EA $ $

629.03 16” Cut‐in Tee Assembly 1 EA $ $

16” Tee Assembly 629.04 2 EA $ $ (Blind Flange)

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 12 of 116 EXTENDED ITEM DESCRIPTION QTY UNIT UNIT PRICE TOTAL AMOUNT

629.05 6” Manual Blow‐off Assembly 2 EA $ $

629.06 4” AVAR Valve Assembly 1 EA $ $

629.07 30” Steel Pipe Casing 300 LF $ $

637.01 Dust Palliative 1 LS $ $

TOTAL BID AMOUNT (Must match “Total Bid Amount in Words” on page 10) $

Legend: EA = Each; LF = Linear Feet; LS = Lump Sum; SY = Square Yard

AREA LEFT BLANK INTENTIONALLY

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 13 of 116 BID BOND

KNOW ALL MEN BY THESE PRESENT, That , as Principal, and , as Surety, are held and firmly bound unto CITY OF BOULDER CITY, NEVADA, hereinafter called “Owner,” in the sum of (not less than 10 percent of the total amount of bid) Dollars, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these present.

WHEREAS, said Principal has submitted a bid to said Owner to perform all work required under the bidding schedule(s) of the Owner’s specifications entitled, ELDORADO VALLEY WATERLINE EXTENSION – PHASE II, BOULDER CITY PROJECT NO. 18‐1030‐WD.

NOW THEREFORE, if said Principal is awarded a contract by said Owner and, within the time and in the manner required under the heading “Instructions to Bidders” bound with said specifications and furnishes the required bonds, payment for labor and materials, then this obligation shall be null and void; otherwise it shall remain in full force and effect. In the event suit is brought upon this bond by said Owner and judgment is recovered, said Surety shall pay all costs incurred by said Owner in such suit, including a reasonable attorney’s fee to be fixed by the court.

SIGNED AND SEALED, this day of ,2018

(Principal) (Surety)

By: By: (Signature) (Signature)

(SEAL) (SEAL)

(SEAL AND NOTARIAL ACKNOWLEDGMENT OF SURETY)

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 14 of 116 INFORMATION REQUIRED OF BIDDER

AFFIDAVIT OF COMPLIANCE WITH NRS 338.147

The Bidder does hereby state under the penalty of perjury that the Bidder’s firm (is , is not ) eligible for the bid preference in accordance with the provisions of NRS 338.147, concerning preference given to certain contractors for the award of public works projects. Bidder understands that, pursuant to said statue, he must submit with his bid, proof of sales and use tax payment, or any combination of these taxes in accordance with NRS 338.147. Noncompliance with this statutory requirement could result in rejection of the bid.

Authorized Signature

Bidder’s Firm Name

Date

PER NRS 338.147 BIDDER MUST SUBMIT PROOF OF PAYMENT OF:

(1) The sales and use taxes imposed on materials used for construction of not less than $5,000 for each consecutive 12‐month period for 60 months immediately preceding the submission of this bid; or

(2) The motor vehicle privilege tax imposed pursuant to chapter 371 of NRS on the vehicles used in the operation of his business of not less than $5,000 for each consecutive 12‐month period for 60 months immediately preceding the submission of his bid; or

(3) Any combination of such sales and use taxes and motor vehicle privilege tax.

(4) The City of Boulder City, NV, will accept the following documentation as acceptable proof for the payment of sales and use taxes or motor vehicle privilege tax as follows:

(a) Bidder shall submit copies of its State of Nevada sales and use tax reports (either monthly or quarterly, whichever is applicable) along with copies of Bidder’s canceled check showing payment of the sales and use tax for each consecutive 12‐month period for 60 months immediately preceding the submission of the bid; or

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 15 of 116 (b) Submit copies of bidder’s motor vehicle registration showing the amount of privilege tax paid on each vehicle used in the operation of his business along with the copy of the canceled check made out to the Department of Motor Vehicles as proof of payment for the motor vehicle privilege tax for each consecutive 12‐month period for 60 months immediately preceding the submission of the bid; or

(c) Submit copies noted above in (a) and (b) showing the payment in any combination of such sales and use taxes and motor vehicle privilege tax for each consecutive 12‐month period of 60 months immediately preceding the submission of the bid; or

(d) Affidavit of Certified Public Accountant submitted as proof of Contractor’s compliance with the provisions of NRS 338.147. Certified Public Accountant must complete the affidavit at the end of this section; or

(e) Certificate of Eligibility issued by the Nevada State Contractors Board stating compliance with NRS 338.147.

BIDDER ATTESTS:

Pursuant to Subsection 2 of NRS 338.1389, Subsection 2 of NRS 338.147, Subsection 3 of NRS 338.1693, Subsection 3 of NRS 338.1727 or Subsection 2 of NRS 408.3886 for the duration of the project:

(a) At least 50 percent of all workers employed on the public work, including, without limitation, any employees of the Contractor, applicant or design‐build team, and of any subcontractor engaged on the public work, will hold a valid Driver’s License or identification card issued by the Nevada Department of Motor Vehicles;

(b) All vehicles used primarily for the public work will be:

(1) Registered and partially apportioned to Nevada pursuant to the International Registration Plan, as adopted by the Nevada Department of Motor Vehicles pursuant to NRS 706.826; or

(2) Registered in Nevada;

(c) At least 50 percent of the design professionals working on the public work, including, without limitation, any employees of the Contractor, applicant or design‐ build team, and of any subcontractor engaged on the public work, will have a valid Driver’s License or identification card issued by the Nevada Department of Motor Vehicles;

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 16 of 116 (d) At least 25 percent of the suppliers of the materials used for the public work will be located in Nevada unless the public body requires the acquisition of materials or equipment that cannot be obtained from a supplier located in Nevada; and

(e) The Contractor, applicant or design‐build team, and any subcontractor engaged on the public work will maintain and make available for inspection within Nevada his or her records concerning payroll relating to the public work.

Failure to comply with any requirement of paragraphs (a) through (e) above is a material breach of the contract and entitles the City to liquidated damages in the amount of 1% of the cost of the contract.

Authorized Signature

Bidder’s Firm Name

Date

AREA LEFT BLANK INTENTIONALLY

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 17 of 116 Project No. 18‐1030‐WD Project Bid Opening Date: Thursday, June 21, 2018

AFFIDAVIT OF CERTIFIED PUBLIC ACCOUNTANT SUBMITTED AS PROOF OF CONTRACTOR’S COMPLIANCE WITH THE PROVISIONS OF NRS 338.147

I, , being first duly sworn, deposes and says the following:

1. That affiant is a duly licensed certified public accountant within the State of Nevada.

2. That affiant has reviewed and examined the books and records of

(hereinafter the “Contractor”).

3. That based upon that review and examination, affiant has verified, and hereby certifies, that the Contractor has:

A. Paid sales and use taxes imposed on materials used for construction of not less than $5,000.00 for each consecutive 12‐month period for 60 months immediately preceding the submission of the Contractor’s bid to the City of Boulder City; or

B. Paid the motor vehicle privilege tax imposed pursuant to Chapter 371 of the Nevada Revised Statues on the vehicles used in the operation of the Contractor’s business of not less than $5,000.00 for each consecutive 12‐month period for 60 months immediately preceding the submission of his bid to the City of Boulder City; or

C. Paid any combination of such sales and use taxes and motor vehicle privilege taxes for each consecutive 12‐month period for 60 months immediately preceding the submission of his bid to the City of Boulder City.

4. Based upon that review and examination, affiant is of the opinion that the Contractor qualifies for the bid preference set forth in NRS 338.147.

Further affiant sayeth not.

Dated this day of 2018.

Subscribed and sworn to before me this day of 2018.

Notary Public, in and for said County and State

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 18 of 116 CONTRACTOR’S GENERAL INFORMATION

The bidder shall furnish the following information. Failure to comply with this requirement will render the proposal informal and may cause its rejection. Additional sheets shall be attached as required.

(1) Contractor’s name and address:

(2) Contractor’s telephone number:

(3) Contractor’s Email address:

(4) a. Contractor’s License: Primary Classification: State License No.: Supplemental classifications held, if any: b. Bonding limit: c. Boulder City Business License No.:

(5) Number of years as a contractor in construction work of this type:

(6) Names and titles of all officers of Contractor’s firm:

(7) Name of person who inspected site of proposed work for your firm: Name: Date of inspection:

(8) Name, address, and telephone number of surety company and agent who will Provide the required bonds on this contract:

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 19 of 116 NOTE: THE FOLLOWING INFORMATION SHALL NOT BE PROVIDED WITH THIS BID PROPOSAL BUT MAY BE REQUESTED PRIOR TO AWARD:

(9) Individual experience resume of person who will be designated chief construction superintendent.

(10) A notarized and verified financial statement, references, and other information, sufficiently comprehensive to permit an appraisal of Contractor’s current financial condition.

(11) The bidder must demonstrate the ability to perform at least twenty‐five percent of the work without subcontracting. Information on the bidder’s ability to directly supply major construction equipment to the project shall be submitted for review with the bidder’s proposal.

(12) A list of the five most current construction contracts completed by the Contractor during the last 10 years which had a total contract price in excess of 25 percent of the total bid price on this project. The list shall include the following information as a minimum:

 Name, address, and telephone  Contract amount number of owner  Date of completion of contract  Name of project  Name, address, and telephone  Location of project of architect or engineer  Brief description of the work involved

This information, if requested, shall be provided at no cost to the Owner or Engineer.

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 20 of 116 SUBCONTRACTOR’S LIST

The bidder shall list below the name and business address of each subcontractor who will perform work under this contract in excess of five percent (5%) of the total bid price and shall also list the portion of the work which will be done by such subcontractor. After the opening of proposals, no changes or substitutions will be allowed without the written approval of the Owner.

The bidder shall also list subcontractors who will perform work under this contract in excess of one percent (1%) (minimum of $50,000.00) of the total bid price.

Work to be Performed Subcontractor’s Name & Address

1.

2.

3.

4.

5.

6.

7.

8.

9.

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 21 of 116 EQUIPMENT /MATERIAL SOURCE INFORMATION FOR GENERAL AND SUBCONTRACTORS

The bidder shall indicate opposite each item of equipment or material listed below, the name of the manufacturer or supplier of the equipment or material proposed to be furnished under the bid. Failure to comply with this requirement will render the proposal informal and may cause its rejection. Awarding of a contract under this bid will not imply approval by the Owner of the manufacturers or suppliers listed by the bidder. After the opening of proposals, no changes or substitutions will be allowed without written approval of the Owner.

Equipment/Material Manufacturer/Supplier

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 22 of 116 AGREEMENT

THIS AGREEMENT, made and entered into this day of , 2018, by and between City of Boulder City, Nevada, hereinafter called “Owner,” and

, hereafter called “Contractor”. WITNESSETH, that the parties hereto do mutually agree as follows:

ARTICLE I: For and in consideration of the payments and agreements hereinafter mentioned to be made and performed by said Owner, said Contractor agrees with said Owner to perform and complete in a workmanlike manner all work required under the bidding schedule(s) of said Owner’s specifications entitled, ELDORADO VALLEY WATERLINE EXTENSION – PHASE II, BOULDER CITY PROJECT NO. 18‐1030‐WD, in accordance with the specifications and drawings therefore, to furnish at his own expense all labor, materials, equipment, tools, and services necessary therefore, except such materials, equipment, and services as may be stipulated in said specifications to be furnished by said Owner, and to do everything required by this agreement and said specifications and drawings.

ARTICLE II: Said Contractor agrees with said Owner to furnish all labor, materials, equipment, tools, and services, furnish and remove all plants, temporary structures, tools, and equipment, and doing everything required by this agreement and the said specifications and drawings; also for all loss and damage arising out of the nature of the work aforesaid, or from the action of the elements, or from any unforeseen difficulties which may arise during the prosecution of the work until its acceptance by said Owner; and for all risks of every description connected with the work; also for all expenses resulting from the suspension or discontinuance of work, except as in the said specifications are expressly stipulated to be borne by said Owner; and for completing the work in accordance with the requirements of said specifications and drawings, said Owner will pay and said Contractor shall receive, in full compensation therefore, the prices(s) named in the above‐mentioned bidding schedule(s).

ARTICLE III: The Owner hereby employs said Contractor to perform the work according to the terms of this agreement for the above‐mentioned price(s), and agrees to pay the same time, in the manner, and upon the conditions stipulated in the said specifications; and the said parties for themselves, their heirs, executors, administrators, successors, and assigns, do hereby agree to the full performance of the covenants herein contained.

ARTICLE IV: The Notice Inviting Bids, Instructions to Bidders, Proposal, Information Required of Bidder, Specifications, Drawings, and all addenda issued by the owner with respect to the foregoing prior to the opening of bids, are hereby incorporated in and made part of this Agreement.

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 23 of 116 ARTICLE V: This Agreement shall be construed under the Laws of the State of Nevada and the site of contract shall be Boulder City, Clark County, Nevada.

IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first above written.

BY: (Contractor) Alfonso Noyola, City Manager

By: ATTEST:

By: Secretary Lorene Krumm, City Clerk

(SEAL)

APPROVED AS TO FORM:

Steven L. Morris, Esq., City Attorney

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 24 of 116 CERTIFICATE OF OWNER’S ATTORNEY

I, the undersigned, Steven L. Morris, the duly authorized and acting legal representative of the City of Boulder City, Nevada, do hereby certify as follows:

I have examined the attached contract(s) and the manner of execution thereof, and I am of the opinion that the aforesaid agreement has been duly executed by the duly authorized representatives of the City of Boulder City; that said representatives have full power and authority to execute said agreement on behalf of the City of Boulder City; and that the foregoing agreement constitute valid and legally binding obligations upon the City of Boulder City executing the same in accordance with terms, conditions and provisions thereof.

Steven L. Morris, Esq., City Attorney

Date

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 25 of 116 AGREEMENT FOR ARBITRATION

This Agreement for Arbitration (the “Agreement”) is executed this day of

, 2018 between the City of Boulder City (“Owner”) and

(“Contractor”).

In the interest of resolving the disputes between the Parties expeditiously, economically, and efficiently, the Owner and Contractor stipulate to submitting all disputes between them arising out of the contract, as defined below, to arbitration in accordance with the terms of this Agreement.

I. PRELIMINARY STATEMENT AND DEFINITIONS

The following preliminary statement and definitions apply throughout this Agreement:

A. The term “Contract” shall mean that agreement between Contractor and Owner

dated as of In the original amount of for the ELDORADO VALLEY WATERLINE EXTENSION – PHASE II, BOULDER CITY PROJECT NO. 18‐1030‐WD located in Boulder City, Nevada.

B. The term “Parties” shall refer collectively to mean the Owner and Contractor, and the term “Party” shall refer individually to the Owner or Contractor.

C. This Agreement constitutes the sole agreement of the parties with respect to the arbitration and resolution of all claims arising out of or related to the Contract, and sets forth the rights, duties, and obligations of the Parties in relation thereto. Any prior agreements, promises, negotiations, or representations concerning the Agreement’s subject matter not expressly set forth in this Agreement are of no force and effect.

II. DISCOVERY

The Parties agree that no formal discovery will take place prior to the arbitration.

III. RULES GOVERNING ARBITRATION

A. Interpretation, Non‐Compliance, and Modification

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 26 of 116 1. Interpretation of the provisions of this Agreement, insofar as they relate to the Arbitrator’s power and duties, shall be left to the discretion of the Arbitrator. 2. Any Party who proceeds with the arbitration after knowledge that any provision or requirement of this Agreement has not been complied with and who fails to object thereto in writing, shall be deemed to have waived the right to object. 3. The Parties may modify or abrogate any of the provisions of this Agreement without restriction, but only by a writing signed by both Parties. 4. This Agreement is not intended, nor shall it be construed, to address every issue that may arise during the arbitration process. The intent of this Agreement is to give considerable discretion to the Arbitrator. The arbitration hearing is intended to be informal, expeditious, and consistent with the purposes and intent of this Agreement. 5. This Agreement is intended to be in conformity with the requirements of Nevada law, which shall govern any disputes arising over the terms of this Agreement.

B. Selection of Arbitrator

1. The parties shall jointly select an Arbitrator. The Arbitrator shall govern all proceedings subject to the terms and conditions of this agreement.

C. Compensation of the Arbitrator

1. The Arbitrator’s fees shall be paid equally by the Parties to the Arbitrator. 2. The Arbitrator shall be reimbursed for reasonable costs associated with the arbitration, with the Parties sharing equally in those costs.

D. Communication with the Arbitrator

1. The Parties and their counsel are prohibited from communicating directly with the arbitrator regarding the merits of the case, except in the presence of, or with the permission of, the other Party or the other Party’s counsel. 2. The Parties shall provide each other with copies of any documents, including arbitration briefs, points and authorities, and exhibits, supplied to the Arbitrator in connection with this matter, as provided herein. 3. Unless otherwise agreed to in writing by the Parties, no settlement discussions made by any Party shall be disclosed to the Arbitrator prior to the rendering of the Arbitrator’s decision. 4. Should any disclosure occur in violation of this Agreement, the arbitrator shall recuse himself and a mutually agreed upon replacement arbitrator shall be appointed. The disclosing Party shall pay all costs for any arbitrator who recuses himself as a result of an unpermitted disclosure.

E. Location and Time of Arbitration Hearing

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 27 of 116 1. The arbitration shall be conducted in Clark County, Nevada, and shall be scheduled at a time that is convenient to the Arbitrator and the Parties. The arbitration hearing date may be advanced or continued by the Arbitrator for good cause upon written request from either Party, or upon mutual agreement of the parties. The Arbitration shall be limited to four (4) hours, with equal time being given to each party to present their claims and defenses.

F. Pre‐Hearing Procedures

1. No later than five days prior to the arbitration hearing, the Parties shall exchange briefs setting forth the following: (a) the facts of the case; (b) a list of all persons expected to testify at the arbitration hearing; (c) a list and copies of all documentary evidence; and (d) the points and authorities which support their claims or defenses. These briefs shall be limited to ten pages in length, exclusive of exhibits, and copies shall be served on the arbitrator. A Party failing to comply with this provision may not present at the arbitration hearing a witness or exhibit not previously identified pursuant to this provision, except with the permission of the Arbitrator upon a showing of unforeseen and unusual circumstances.

G. Arbitration Hearing Attendance

1. The Hearing shall only be attended by up to two (2) representatives for each Party. The Parties agree that the hearing shall not be recorded. 2. The arbitration hearing may proceed in the absence of any Party who, after due notice, fails to be present or represented at the arbitration hearing, or fails to obtain a postponement of the arbitration hearing.

H. Conduct of Arbitration Hearing

1. The Arbitrator shall have complete discretion over the conduct of the Arbitration hearing. The arbitration hearing shall be conducted by the Arbitrator in whatever manner deemed appropriate by the Arbitrator to allow presentation of the evidence and arguments by the Parties. 2. The Arbitrator shall be the sole judge of the relevance and materiality of the offered evidence, and conformity to legal rules of evidence shall not be necessary. Documentary evidence may be used without the necessity of an authenticating witness. 3. At the close of the arbitration hearing, the Arbitrator shall specifically inquire of all parties or their designated representatives as to whether they have any further evidence to offer or witnesses to be heard. Upon receiving negative replies, or if satisfied the record is complete, the Arbitrator shall declare the arbitration hearing closed.

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 28 of 116 4. The Arbitrator’s award shall be based solely on the briefs and arguments of the Parties and the evidence presented at the arbitration hearing.

IV. THE ARBITRATION AWARD

A. Time Limit for Arbitrator’s Decision

1. The Arbitrator shall render his decision within five business days after the conclusion of the arbitration hearing.

B. Form and Content of Decision

1. The Arbitrator’s decision shall be in writing and shall be signed by the Arbitrator. 2. The Arbitrator shall determine all issues raised by the Parties. The Arbitrator’s Decision shall clearly identify the amount owed, if any, by one Party to the other as fulfillment of the Contract. 3. Both Parties shall be served with a copy of the Arbitrator’s Decision. 4. Within two (2) weeks of the Arbitrator’s Decision, final payment shall be made in accordance with the Arbitrator’s Decision. In the event that payment is not made pursuant to these terms and conditions of this agreement the Parties hereto may confirm the Arbitrator’s Decision in any court of competent jurisdiction and execute on the decision as provided by law.

V. EFFECT OF AGREEMENT AND ARBITRATION AWARD

A. This Agreement and the Arbitrator’s Decision shall be binding upon the Parties hereto and upon each of their heirs, executors, administrators, representatives, successors, and assigns. The Parties understand and agree that the Arbitrator’s determination extends to and includes any and all claims, demands, liabilities, losses, injuries, and damages claimed by the Parties and any of their employees, representatives, affiliated corporations, predecessors, successors, and assigns, resulting from or as a consequence of the conduct, actions, or events that are alleged, or that could have been alleged, by the Parties and/or any of their employees, representatives, affiliated corporations, predecessors, successors, and assigns.

City of Boulder City

By: By:

Its: Director of Public Works Its:

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 29 of 116 CORPORATE CERTIFICATE (if applicable)

I, certify that I am the

, of the Corporation named as Contractor in the

foregoing contract; that ,

who signed the said Contract on behalf of the Contractor was then

of the said Corporation; that said Contract was duly signed for and in behalf of said Corporation by authority of its governing body and is within the scope of its corporate powers.

Signature

Date

Corporate SEAL

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 30 of 116 PARTNERSHIP CERTIFICATE (if applicable)

STATE OF NEVADA ) )ss COUNTY OF CLARK )

, being first duly sworn, deposes and says; that he is a member of the partnership firm designated as

and named in the Contract. That he has been duly vested with authority to make and sign instruments for the partnership

by who constitute the other members of the partnership.

Signature

IN WITNESS WHEREOF:

I have hereunto set my hand and affixed my official seal this day of , 2018.

NOTARY PUBLIC IN AND FOR THE COUNTY OF CLARK, STATE OF NEVADA

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 31 of 116 FAITHFUL PERFORMANCE BOND

KNOW ALL MEN BY THESE PRESENTS, That , as Contractor, and , as Surety, are held and firmly bound unto CITY OF BOULDER CITY, NEVADA, hereinafter called “Owner,” in the sum of Dollars, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these present.

WHEREAS, said Contractor has been awarded and is about to enter into the annexed contract with said Owner to perform all work required under the bidding schedule(s) of the Owner’s specifications entitled, ELDORADO VALLEY WATERLINE EXTENSION – PHASE II, BOULDER CITY PROJECT NO. 18‐1030‐WD.

NOW THEREFORE, if said Contractor shall perform all the requirements of said contract required to be performed on his part, at the times and in the manner specified therein, then this obligation shall be null and void, otherwise it shall remain in full force and effect.

PROVIDED, that any alterations in the work to be done or the materials to be furnished, or changes in the time of completion, which may be made pursuant to the terms of said contract, shall not in any way release said Contractor or said Surety thereunder, nor shall any extensions of time granted under the provisions of said contract release either said Contractor or said Surety, and notice of such alterations or extensions of the contract is hereby waived by said Surety.

SIGNED AND SEALED, this day of ,2018

(Contractor) (Surety)

By: By: (Signature) (Signature)

(SEAL) (SEAL)

(SEAL AND NOTARIAL ACKNOWLEDGMENT OF SURETY)

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 32 of 116 LABOR AND MATERIAL BOND

KNOW ALL MEN BY THESE PRESENTS, That , as Contractor, and , as Surety, are held and firmly bound unto CITY OF BOULDER CITY, NEVADA, hereinafter called “Owner,” in the sum of Dollars, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these present.

WHEREAS, said Contractor has been awarded and is about to enter into the annexed contract with said Owner to perform all work required under the bidding schedule(s) of the Owner’s specifications entitled, ELDORADO VALLEY WATERLINE EXTENSION – PHASE II, BOULDER CITY PROJECT NO. 18‐1030‐WD.

NOW THEREFORE, if said Contractor, or subcontractor, fails to pay any materials, equipment, or other supplies, or for rental of same, used in connection with the performance of work contracted to be done, or for amounts due under applicable State law(s) for any work or labor thereon, said Surety will pay for the same in an amount not exceeding the sum specified above; and in the event suit is brought upon this bond, a reasonable attorney’s fee to be fixed by the court. This bond shall inure to the benefit of any persons, companies, or corporations entitled to file claims under applicable State law(s).

PROVIDED, that any alterations in the work to be done or the materials to be furnished, or changes in the time of completion, which may be made pursuant to the terms of said contract, shall not in any way release said Contractor or said Surety thereunder, nor shall any extensions of time granted under the provisions of said contract release either said Contractor or said Surety, and notice of such alterations or extensions of the contract is hereby waived by said Surety.

SIGNED AND SEALED, this day of ,2018

(Contractor) (Surety)

By: By: (Signature) (Signature)

(SEAL) (SEAL)

(SEAL AND NOTARIAL ACKNOWLEDGMENT OF SURETY)

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 33 of 116 GUARANTEE BOND FORM OF GUARANTEE

GUARANTEE for

(Name & Address for Prime Contractor)

We hereby guarantee that the ELDORADO VALLEY WATERLINE EXTENSION – PHASE II, BOULDER CITY NO. 18‐1030‐WD, which we have constructed, has been done in accordance with the plans and specifications and the work as constructed WILL FULFILL THE REQUIREMENTS OF THE GUARANTEE INCLUDED IN THE SPECIFICATIONS. We agree to repair or replace any or all of our work, together with any other adjacent work which may be damaged in so doing, that may prove to be defective in workmanship or materials within a period of one year from the date of filing Notice of Completion on the above named work by Boulder City, State of Nevada, without any expense whatsoever to the City of Boulder City, State of Nevada, ordinary wear and unusual abuse or neglect excepted.

In the event of our failure to comply with the above mentioned conditions within five (5) calendar days after being notified in writing by the City Council, City of Boulder City, State of Nevada, we collectively or separately, do hereby authorize the Owner to proceed to have said defects repaired and made good at our expense and we will honor and pay the costs and charges therefore UPON demand. When correction work is started, it shall be carried through to completion.

DATED: NOTIFIED BY: Notice of Completion Date Designated City Representative

(SEAL AND NOTARIAL ACKNOWLEDGMENT OF SURETY)

Countersigned by resident agent in Nevada: CONTRACTOR

By:

(SEAL)

AGENT SURETY

BY: BY: (SEAL) (SEAL)

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 34 of 116 DEFINITIONS AND ABBREVIATIONS

Wherever the following abbreviations are used they shall have the meanings indicated:

AASHTO American Association of State Highway and Transportation Officials ACI American Concrete Institute AGA American Gas Association AI The Asphalt Institute AIA American Institute of Architects AISC American Institute of Steel Construction AISI American Iron & Steel Institute ANSI American National Standards Institute API American Petroleum Institute ASA American Standards Association, Inc. ASCE American Society of Civil Engineers ASHRAE American Society of Heating, Refrigerating, and Air Conditioning Engineers ASME American Society of Mechanical Engineers ASTM American Society for Testing and Materials International AWS American Welding Society AWWA American Water Works Society CRSI Concrete Reinforcement and Steel Institute FHWA Federal Highway Administration IEEE Institute of Electrical & Electronics Engineers IPCEA Insulated Power Cable Engineers’ Association ISO Insurance Services Office NDOT Nevada Department of Transportation NEMA National Electrical Manufacturers Association OSHA Occupational Safety and Health Act of 1970 PCA Portland Cement Association RTCSN Regional Transportation Commission of Southern Nevada SNWA Southern Nevada Water Authority SSPC Steel Structures Painting Council IBC International Building Code, International Conference of Building Officials UDACS Uniform Design and Construction Standards for Potable Water Systems U/L Underwriters’ Laboratories, Inc.

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 35 of 116 GENERAL CONDITIONS

SECTION 100

100.01 REFERENCE SPECIFICATIONS AND DRAWINGS

(a) As published by the Regional Transportation Commission of Southern Nevada, Streets and Highway Division, the “Uniform Standard Specifications for Public Works Construction Off‐Site Improvements, Clark County Area, Nevada, Third Edition,” and all revisions through date of advertisement constitute the Standard Specifications for this Project, is an integral part of the contract, and is hereby incorporated herein by reference. All requirements and provisions of said specifications shall be adhered to in the performance of this contract, except where otherwise provided herein or otherwise shown on the Contract drawings, and are herein referred to as the “Standard Specifications.”

Likewise, the “Uniform Standard Drawings for Public Works’ Construction, Offsite Improvements, Clark County Area, Nevada,” dated January 1, 2018, as revised, constitute the Standard Drawings for this Project. Said Standard Drawings shall be adhered to in the performance of this contract, except where otherwise provided herein or otherwise shown on the Contract drawings, and are herein referred to as the “Standard Drawings.” The current revision must be used at the time of the bid date and can be verified through the Regional Transportation Commission at (702) 676‐1500 or through the internet at www.rtcsnv.com.

NOTE: It is the bidder’s responsibility to acquire the latest revisions to the “Standard Specifications” and “Standard Drawings.”

(b) The Standard Specifications and Drawings may be viewed and downloaded from the internet at http://www.rtcsnv.com/planning‐engineering/streets‐highways/.

(c) All work shown on the Contract Drawings which refer to the State of Nevada Standard Plans shall be constructed in accordance with the Nevada Department of Transportation, “Standard Plans for Road and Bridge Construction,” latest edition, on the internet at http://www.nevadadot.com.

(d) The “Manual on Uniform Traffic Control Devices” (MUTCD), latest edition, is also an integral part of this contract and is hereby incorporated therein by reference. The current edition of the MUTCD can be viewed at http://mutcd.fhwa.dot.gov/index.htm.

(e) All work on water distribution facilities shall be in accordance with the “Uniform Design and Construction Standards for Water Distribution Systems,” (UDACS) latest edition, as published by the Las Vegas Valley Water District. These standards are in an integral part

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 36 of 116 of this contract and are hereby incorporated therein by reference. The UDACS can be viewed at https://www.lvvwd.com/engineering‐resources/design/index.html.

(f) Work on any public utilities shall be performed in accordance with the standard Specifications except where modified by the utilities’ own standards.

(g) The “Design and Construction Standards for Wastewater Collections Systems,” latest edition, published by the Clark County Water Reclamation District (702) 434‐6600, https://www.cleanwaterteam.com/CustomerService/Pages/Publications.aspx, is an integral part of this contract and hereby incorporated therein by reference.

100.02 CONTRACT DRAWINGS AND SPECIFICATIONS

Contract Drawings applicable to the work to be performed under the contract are bound separately.

The Engineer will furnish to the Contractor two (2) bound sets of specifications and two (2) sets of full‐size Drawings. Additional sets of Specifications or Drawings will be furnished at reproduction cost.

100.03 CONFLICT IN SPECIFICATIONS

The Notice Inviting Bids, Instructions to Bidders, Proposal, Information Required of Bidder, Specifications, Plans, Addenda, and all Reference Specifications constitute the Contract Documents. In case of conflict in the documents, the following precedence will govern: 1. Permits from other agencies as may be required by law. 2. Executed Change Orders 3. Addenda 4. Special Provisions 5. Plans including Plan Details 6. Reference Specifications

100.04 COMMENCEMENT AND COMPLETION OF WORK

The Contractor shall be required to commence work under this contract within fifteen (15) calendar days after the date of the “Notice to Proceed” unless otherwise agreed to and stated in the “Notice to Proceed.” Final Completion is completion of all work included in the contract. Final Completion including all deficiency list items shall be achieved by the Completion Date specified in the “Notice to Proceed.”

100.05 LIQUIDATED DAMAGES FOR DELAY

The Contractor, as provided for in the General Conditions, shall pay to the City as fixed and agreed liquidated damages, the amount of $1,500 for each calendar day delay in completion of

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 37 of 116 the work beyond the date specified in the “Notice to Proceed” for the completion of the contract. The Contractor shall be required to achieve completion of the work sufficiently in advance of the Completion Date to complete/correct all deficient items to achieve Final Completion by or before the Completion Date as specified in the “Notice to Proceed.” Beneficial use of the improvements by the Owner does not cease the accrual of liquidated damages nor change the daily amount of liquidated damages withheld for each calendar day delay in completion of the work beyond the date specified in the “Notice to Proceed.”

100.06 LOCATION AND SCOPE

The Contractor shall furnish, in accordance with the Contract documents, all labor, equipment, and materials required for the construction of the ELDORADO VALLEY WATERLINE EXTENSION – PHASE II, BOULDER CITY PROJECT NO. 18‐1030‐WD, located in the City of Boulder City, Clark County, Nevada.

Eldorado Valley Waterline Extension project consists of but is not limited to the following main components:

Approximately 1,230 linear feet of trenching and installation of 16” C‐900‐16 PVC waterline Installation of two (2) 6” blow‐off assemblies Installation of one (1) 4” AVAR valve assemblies Installation of two (2) 16” tee assemblies Installation of one (1) 16” gate valve Installation of one (1) 16” cut‐in tee assembly Installation of 300 linear feet of 30” steel pipe casing (bore & jack) Miscellaneous 16” Ductile iron bends and fittings Restraint of fittings & pipe bells of approximately 834 linear feet of 16” water main Removal & replacement of approximately 40 square yards of 3” thick asphalt pavement

All work shown on the plans and in the specifications must be included in the Contractor’s Bid proposal. Any work not listed as an item on the Bid Proposal shall be considered subsidiary to other items in the Bid Proposal and the Contractor must include the cost of subsidiary items in his bid.

100.07 WORK HOURS

The Contractor is advised that the normal work day will be within the time period from 7:00 AM to 6:00 PM, Monday through Thursday except the following holidays: New Year’s Day, Martin Luther King, Jr. Day, President’s Day, Memorial Day, Independence Day, Labor Day, Nevada Day, Veteran’s Day, Thanksgiving Day, Day after Thanksgiving, Christmas Day, on which no work will be allowed unless prior approval is given by the City.

The normal workday shall be ten (10) hours or less, unless prior approval by the City is given.

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 38 of 116

There will be no work allowed after 6:00 PM Thursday through 7:00 AM Monday unless the Contractor requests such work, the City approves the work, and the Contractor pays the required overtime inspection / observation fees prior to the work being performed. See Subsection 110.01.C for overtime inspection fees.

100.08 ACCESS TO WORK

The Contractor shall provide the Owner and any agent working for the Owner, access to the work in preparation and progress wherever located.

100.09 PREVAILING WAGE REQUIREMENTS

A. This a prevailing wage project and the Contractor and Subcontractors shall be bound by and comply with all Federal, State and local laws with regard to minimum wages, overtime work, hiring and discrimination. The Contractor shall conform to the provisions of Nevada Revised Statues (NRS) Chapter 338 relative to workmen employed on Public Works projects, except that the Contractor shall pay prevailing wage rates established by the Nevada State Labor Commissioner to workmen engaged in the performance of this project. The Contractor is responsible to identify and use the correct prevailing wage rates, including any addenda, as well as all forms needed to comply, as specified on the State of Nevada Labor Commissioner’s website: www.labor.nv.gov or by calling (702) 486‐2650. A copy of Chapter 338 is also on file in the office of the Public Works Director, City of Boulder City. Per NRS 338.020(1), a copy of prevailing wage rates is included as part of this contract. Per NAC 338.040, after a contract has been awarded, the prevailing rate of wages in effect at the time of opening of bids remains in effect for the duration of the project.

In accordance with NRS 338.013.3, the Contractor shall report to the Labor Commissioner and the City, the name and address of each Subcontractor performing work on the project within ten (10) days after the Subcontractor commences work on the project and the identifying number for public work.

NRS 338.060 Forfeitures when workmen are paid less than designated rates or willfully reported in inaccurate or incomplete manner or not reported to public body; forfeiture clause in contracts; regulation establishing sliding scale for penalties; recovery of investigative costs and attorney’s fees; waiver or reduction of penalty. 1. Except as otherwise provided in Subsection 8, a Contractor engaged on public work shall forfeit, as a penalty to the public body on behalf of which the contract has been made and awarded to the Contractor, not less than $20 nor more than $50 for each calendar day or portion thereof that each workman employed on the public work is paid less than the designated rate

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 39 of 116 for any work done under the contract, by the Contractor or any Subcontractor engaged on the public work. 2. Except as otherwise provided in Subsection 8, a Contractor engaged on public work shall forfeit, as a penalty to the public body on behalf of which the contract has been made and awarded to the Contractor, not less than $20 nor more than $50 for each calendar day or portion thereof that each workmen employed on the public work for which the Contractor or Subcontractor willfully include inaccurate or incomplete information in the monthly record required to be submitted to the public body pursuant to Subsection 5 of NRS 338.070. 3. Except as otherwise provided in Subsection 8, a Contractor engaged on public work shall forfeit, as a penalty to the public body on behalf of which the contract has been made and awarded to the Contractor, not less than $20 nor more than $50 for each calendar day or portion thereof that each workman employed on the public work is not reported to the public body awarding the contract by the Contractor or any Subcontractor engaged on the public work as required pursuant to Subsection 5 of NRS 338.070, up to a maximum of: a. For the first failure to comply during the term of the project for public work, $1,000; and b. For each subsequent failure to comply during the contract for the public work, $5,000. 4. Except as otherwise provided in Subsection 8, if a violation of more than one provision of Subsections 1, 2, and 3 involves the same workman, the Contractor shall forfeit the penalty set forth in each Subsection that was violated. 5. A public body awarding a contract for public work shall cause a stipulation setting forth the penalties specified in Subsections 1 to 4, inclusive, to be inserted in the contract. 6. The Labor Commissioner shall, by regulation, establish a sliding scale based on the size of the business of a Contractor engaged on public work to determine the amount of the penalty to be imposed pursuant to Subsections 1 and 2. 7. If a penalty is imposed pursuant to this section, the cost of proceeding, including investigative costs, and attorney’s fees, may be recovered by the Labor Commissioner and governing body. 8. The Labor Commissioner may, for good cause shown, waive or reduce any penalty imposed to this section. [6.139:1937; A 1941, 389; 1931 NCL § 6179.56]‐(NRS A 1993, 896; 1997, 335; 2001, 1148; 2003, 1862, 2415) NAC 338.120 Sliding Scale of Penalties. (NRS 338.012, 338.060)

B. If the State Contractors Board has established a monetary limit on the license of a Contractor pursuant to NRS 624.220, the amount of any penalty imposed against the Contractor pursuant to NAC 338.120 must be:

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 40 of 116 a. If the monetary limit is less than $250,000, $20 for each calendar day or portion thereof. b. If the monetary limit is $250,000 or more but less than $500,000, $30 for each calendar day or portion thereof. c. If the monetary limit is $500,000 or more but less than $750,000, $40 for each calendar day or portion thereof. d. If the monetary limit is $750,000 or more, $50 for each calendar day or portion thereof.

C. If the Contractors Board has not established a monetary limit on the license of a Contactor or has removed a monetary limit established on his license, the amount of the penalty imposed upon the Contractor pursuant to NRS 338.060 must be $50 for each calendar day or portion thereof. (Added to NAC by Labor Commissioner by R096‐97, eff. 5‐3‐99; And by R115‐01, 4‐5‐2002)‐(Substituted in revision for NAC 338.080)

Any Contractor or Subcontractor, or agent or representative thereof, performing work on the project, who neglects to comply with the prevailing wage provisions, is guilty of a misdemeanor. If a penalty is imposed, in addition to any penalties allowed by NRS 338.060, the prime Contractor shall reimburse the City for all costs associated with wage complaint investigations for the project, including but not limited to, actual staff time, materials used, and attorney’s fees.

The Contractor shall comply with the requirements of NRS 338.020 and post in a generally visible place to the workmen, the Nevada Prevailing Wage Rates and all addenda.

100.09.1 CERTIFIED PAYROLL REPORTS

The Contractor and each Subcontractor are required to keep an accurate record showing the name, the occupation, if the worker has a driver’s license or identification card, an indication of the state or other jurisdiction that issued the license or card; and the actual per diem, wages and benefits paid to the worker, and additional accurate record showing, for each worker employed by the Contactor or Subcontractor in connection with this project who has a driver’s license or identification card: the name of the worker, the drivers’ license number or identification card number of the worker; and the state or other jurisdiction that issued the license or the card.

Payroll records of the Contractor shall be open to examination by representatives of the City at all reasonable hours. The Contractor and each Subcontractor are required to submit a copy of the record for each calendar month to the City no later than fifteen (15) calendar days after the end of the month for the purposes of public inspection in accordance with NRS 239.010, except that the copy of the record showing the name, driver’s license number or identification card number and the state of issue of the license or card is confidential and not open to public

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 41 of 116 inspection. The Contractor, Subcontractor, or agent or representative thereof, doing work on the project that neglects to comply with the provisions of this section is guilty of a misdemeanor. The Contractor shall be responsible for coordinating the submittal of all the certified payroll reports for the project, including its reports and the reports of all Subcontractors who are performing work on the project.

If the Contractor submitted the Affidavit for preference, they shall be responsible for submitting any additional reporting requirements pursuant to the requirements of NRS 338.0117.

The Contractor and Subcontractors shall submit to the governing agency prevailing wage reports as required by the Nevada Administrative Code and the Nevada Revised Statutes.

The Contractor and Subcontractors shall submit these reports in hard copy form to the following address:

ATTN: Boulder City Public Works Certified Payroll Reports 401 California Avenue Boulder City, NV 89005

All reports shall be in landscape format and shall be the original report, not a duplicate. The report submitted to the Contracting Agency shall be in accordance with NRS 338.070.5. The Contractor shall also maintain all additional reports in accordance with NRS 338.070.5.b that will be accessible and available to the Contracting Agency upon request.

100.09.2 PREVAILING WAGE RATE POSTING

The Contractor shall post the prevailing wage rates in accordance with the Office of the Labor Commissioner’s requirements.

Information regarding prevailing wage rates shall be minimum three inch (3") lettering. The required verbiage shall be as shown below. ______THIS IS A PREVAILING WAGE PROJECT

The hourly labor rates for this Project are determined by the State of Nevada. Information on the rates can be obtained by calling the Office of the Labor Commissioner at (702) 486 2650; reference PWP# CL‐2018‐273

ESTE ES UN PROJECTO DE SALARIOS DETERMINADOS

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 42 of 116 El salario laboral correspondiente por hora es determinado por El Estado de Nevada. Información acerca de los salarios puede ser obtenida llamando a la Comisión Laboral al (702) 486‐2650. Numero PWP de referencia CL‐2018‐273 ______The Contractor's cost for furnishing, installing and maintaining the posted wage rates shall be included in the lump sum bid item for mobilization and will not be measured or paid for separately.

100.10 CONTRACT PRICE BREAKDOWN AND PROGRESS SCHEDULES

Prior to the commencement of work, the Contractor shall submit to the Designated City Project Representative a detailed price breakdown (Schedule of Values) for all items of work that were made part of the total bid price. The price breakdown shall include quantities, unit price, and any other information required, in sufficient detail, to enable it to be used by the Designated City Project Representative in preparing monthly progress estimates and evaluating the cost of deleted work or extra work.

The Contractor shall update the project schedule on a monthly basis. This update must accompany monthly project invoicing. The Contractor must submit a written two (2) week look‐ahead schedule at every weekly meeting. If a weekly meeting is not held, the Contractor shall still submit a weekly two week look‐ahead schedule.

If the Contractor does not submit a two week look‐ahead schedule, the Contractor will be charged $500.00 per occurrence.

After three (3) occurrences on a project, the Contractor will be charged $1,000.00 per occurrence thereafter and shall be subject to immediate contract termination.

Project schedules and two week look‐ahead schedules are considered subsidiary to the Contract items in the Bid Proposal. No separate payment will be made for project schedules or two week look‐ahead schedules.

100.11 ITEMS REFERENCED AS INCIDENTALS

Incidentals to bid items have no minimum or maximum value and may exceed $50,000.00 or more based on the incidental. All incidental costs shall be associated to the bid item they are referenced within.

100.1 SHOP DRAWINGS AND SUBMITTALS

The Contractor shall submit Shop Drawings or descriptive literature for all materials used on the project. The Owner or its authorized agent shall have the authority to reject any product upon completion of his review of the suppliers’ submittals in regard to proof of acceptability of the product. The Contractor must take the time frame for shop drawings and submittals

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 43 of 116 preparation, submittal, and review(s) into consideration when preparing his project schedule. It is the Contractor’s responsibility to ensure all shop drawings and submittals are in compliance with the contract documents and all Federal, State, and local laws. Acceptance of a shop drawing or submittal by the Owner or Designated City Project Representative does NOT relieve the Contractor of any responsibility in this regard.

After award of contract, the Contractor shall submit a submittal log that includes all shop drawings and submittals the Contractor intends on submitting for this project for acceptance by the Owner prior to the first submittal taking place. The Owner or its authorized agent has fourteen (14) calendar days for processing of all shop drawings and submittals. Any submittals that are returned rejected, when said submittal is re‐submitted it shall be submitted under the original submittal number with a corresponding revision number after it. Example: first submittal is 57, after rejection, the first re‐submittal is 57‐1; second re‐submittal is 57‐2, etc. The re‐submittal begins another fourteen (14) calendar day processing time frame from the receipt of the re‐submittal.

All submittals shall be received in electronic form or on a disk with all submittals in PDF electronic format.

The Owner or its authorized agent will review all submittals and one re‐submittal at no cost to the Contractor. For each revision or re‐submittal of the same or similar item after the first re‐ submittal the Contractor will be charged $100.00 per occurrence. If the Contractor adds unnecessary or un‐required submittals to the log after the original submittal log has been approved, the Contractor will be charged $100.00 per addition.

Any submittals that are returned “Approved as Noted” do not require a re‐submittal. If a re‐ submittal is submitted on an “Approved as Noted” submittal, a $100.00 charge per occurrence will be charged to the Contractor.

Any submittals that are not returned within fourteen (14) calendar days by the City on the fifteenth (15th) day said submittal is automatically approved for use on the project as long as it is in compliance with the contract documents.

Shop Drawings and submittals are considered subsidiary work to the Contract Items in the Bid Proposal. No separate payment will be made for Shop Drawings and Submittals. The Contractor shall include all costs for furnishing all Shop Drawings and Submittals in their bid proposal.

PRELIMINARY SHOP DRAWING / SUBMITTAL LIST

Contractor Shop Drawing / Submittal List Contractor Organizational Chart with Escalation Scale and 24 Hour Contact Information Baseline Schedule Traffic Control Plan(s)

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 44 of 116 Project Identification Sign 16” C900‐16 PVC (DR‐18) 16” Ductile Iron Bends and Fittings 16” Restraint (Gland, Harness, & Flange Adapter) 6” Restraint (Gland) 30” Steel Pipe Casing Spacers Casing End Seals 16” Gate Valve 6” Gate Valve Valve Stem Extensions 3‐Piece Cast Iron Valve Box & Lid 2‐Piece Cast Iron Valve Box & Lid 24” Cast Iron Manhole Frame & Cover 24” Dia. Precast Manhole Ring (12” High) 8” Steel Fittings 8” DIP Spool & Pipe 8” Cast Iron Fittings 6” DIP Spool & Pipe 6” DIP Bends & Fittings 4” DIP 4” DIP Bends & Fittings 4” Ball Valve 2” Steel NPT Nipple 4” Combination Air Valve (AVAR) Air Valve Enclosure Pre‐Formed 1/2” Expansion Joint Type II per Clark County Standards Blue Pipe Locator Ribbon Pipe Locator Ball (Water) 10 Mil Dielectric Tape 8 Mil (Min.) Polyethylene Film Type 50 – Wax Based Coating Pipe Joint Lubricant Cold Mix for Trench Zones ½” Hot Asphalt Mix Design Tack Coat Material Seal Coat Material Fog Seal Material Type V, 4,500 psi Concrete Mix Design #4 Rebar Chlorination Products Dust Palliative Hydrostatic Testing Sequence Plan Jack & Bore Plans/Details

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 45 of 116

This list is not all inclusive; however, is to be used as a minimum and as an example of the shop drawings / submittals required for this project.

100.13 CONTROVERSY OR CLAIM

Any controversy or claim arising out of or relating to this contract, which cannot be resolved by mutual agreement, shall be settled by binding arbitration in accordance with the City of Boulder City Agreement for Arbitration included in these contract documents.

100.14 ROYALTIES AND PATENTS

The Contractor shall pay all royalties and license fees. The Contractor shall defend suits or claims for infringement of patent rights and shall hold the Owner harmless from loss on account thereof, but shall not be responsible for such defense or loss when a particular design, process, or product of a particular manufacturer or manufacturers is required by the Contract Documents. However, if the Contractor has reason to believe that the required design, process, or product is an infringement of a patent; the Contractor shall be responsible for such loss unless information is promptly furnished to the Designated City Project Representative.

100.15 INDEMNIFICATION

The Contractor shall protect, indemnify, and hold the City of Boulder City, its officers, employees, agents, consulting engineers, architects, and other retained consultants harmless from and against any and all claims, damages, losses, suits, actions, decrees, judgments, attorney’s fees, court costs, and other expenses of any kind or character which the City of Boulder City, its officers, employees, agents, consulting engineers or other retained consultants may suffer, or which may be sought against, recovered from, or obtainable against the City, its officers, employees, agents, consulting engineers, architects, or other retained consultants: (i) as a result of, or by reason of, or arising out of, or on account of, or in consequence of the operations of the Contractor, is subcontractors or agents, or anyone directly or indirectly employed by a subcontractor or agent, in the fulfillment or performance of the terms, conditions or covenants of the contract, regardless of whether or not the occurrence which gave rise to such claim, damage, loss, suit, action, judgment, or expense was caused, in part, by the party indemnified hereunder; or (ii) as a result of, or by reason of, or arising out of, or on account of, or in consequence of, any neglect in safeguarding the Work; or (iii) through the use of unacceptable materials; or (iv) because of any claim or amount recovered under the “Nevada Industrial Insurance Act”, or any other law, ordinance, order, or decree. Any money due the successful bidder under and by virtue of the contract which is considered necessary by the Owner for its protection, may be retained by the City. In case no money is due, the successful bidders’ surety may be held until all such claims, damages, losses, suits, actions, decrees, judgments, attorney’s fees, court costs, and other

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 46 of 116 expenses of any kind or character as foresaid shall have been settled and suitable evidence to that effect furnished to the Owner; provided, however, that money due the successful bidder will not be withheld when the successful bidder produces satisfactory evidence that it is adequately protected by public liability and property damage insurance if required.

In this connection, it is expressly agreed that the successful bidder, shall at its own expense, defend the Owner, its officers, employees, agents, consulting engineers, architects, and other retained consultants, against any and all claims, suits, or actions which may be brought against them, or any of them, as a result of, or by reason of, or arising out of, or on account of, or in consequence of any act or omission against which the Contractor has indemnified the Owner. If the Contractor shall fail to do so, the Owner shall have the right, but not the obligation, to defend the same and to charge all direct and incidental costs of such defense to the successful bidder including attorney’s fees and court costs.

The Contractor guarantees the payment of all just claims for materials, supplies, and labor, and all other just claims against it or any subcontractor, in connection with the contract.

100.16 CONTRACTOR EXPERTISE AND SUPERINTENDENCE

The Contractor shall be experienced and competent in the interpretation and use of the specifications and design drawings, and in the use of materials, equipment, and construction techniques as are required to successfully complete the Project. He shall employ and have on site at all times any work is being performed, an experienced Superintendent during the progress of this Project. The dedicated Superintendent shall be responsible for managing and maintaining all work on the project. The dedicated Superintendent cannot be a working Superintendent, and must be available to monitor all work being performed on the project.

The City reserves the right, at any time during the project, to require the removal of any employee of the Contractor, or his sub‐contractors, or any other employee at its sole discretion without cause. There shall be no costs, delays, or extra time considered by the City or requested by the Contractor when a request to remove an employee is made. Any requests shall be made in writing from the City or the Designated City Project Representative and shall be effective immediately.

The Contractor shall maintain mobile (cellular) telephones for the duration of the contract, where the Contractor or Contractor’s authorized representatives may be reached twenty‐four (24) hours per day, seven (7) days per week to respond to the worksite to address any issues related to the work. The Superintendent shall have a communication device(s) capable of sending and receiving voice, text, and email communications 24 hours per day, 7 seven day a week. The Contractor is responsible for the communication service for the communication device(s). City facilities, including wireless networking, are not available for the Contractor’s use. All costs associated with this item shall be the responsibility of the Contractor.

100.17 SUBCONTRACTORS AND SUPPLIERS

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 47 of 116

All subcontractors and principal suppliers of materials, performing work or providing materials in excess of one percent (1%) of the total bid price, shall be listed in the space provided on the Information Required of Bidder sheets contained in the contract documents. No change shall be made after submission of a bid without being requested in writing by the Contractor and approved by the Owner in writing. A bid will be considered irregular if it does not include this information. The Owner encourages all bidders to seek and consider proposals from several subcontractors and suppliers, including minority subcontractors. All subcontractors must obtain a City of Boulder City business license prior to performing any work on the project.

Prior to beginning work, the Contractor shall submit a complete list of all subcontractors and suppliers of materials to the Owner.

100.18 CONSTRUCTION SURVEYS

The City will furnish and set construction stakes establishing lines and grades necessary to install the proposed facilities and be responsible for the accuracy. The Contractor shall be responsible for preserving all survey stakes and shall replace any lost or damaged at his expense. All survey requests shall be in writing with sufficient detail and shall be submitted to the Designated Project Representative two (2) business days in advance of the requested survey day and time.

100.19 QUALITY CONTROL

The Contractor is responsible for all quality control on the project in accordance with the Uniform Standard Specifications for Public Works Off‐Site Improvements, Clark County, Nevada, latest edition or as determined by the City. The Contractor shall employ a third party quality control firm and provide the Designate Project Representative testing results to prove that their work meets the contract documents. A quality control plan shall be submitted by the Contractor to the Designated Project Representative for review and approval.

The City will call for and pay for quality acceptance/assurance testing if required. All quality acceptance/assurance testing shall be in accordance with the Uniform Standard Specifications for Public Works Off‐Site Improvements, Clark County, Nevada, latest edition or as determined by the City.

Retesting for failing tests will be paid for by the Contractor

100.20 EXISTING UTILITY LOCATION

The Contractor shall be responsible for calling Underground Service Alert of Northern/Central California and Nevada – USA North (811 OR 1‐800‐227‐2600) a minimum of 14 calendar days prior to the commencement of work. Numerous utilities exist throughout the project site. The

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 48 of 116 Contractor is responsible for safeguarding all existing utilities and repairing any damage done during his construction.

The Contractor shall at his own expense locate all overhead interferences which may affect his operation during construction and shall take all necessary precaution to avoid damage to same. The Contractor shall use extreme caution when working near overhead or underground power and/or telephone facilities so as to safely protect all personnel and equipment, and shall be responsible for all costs and liability in connection therewith.

The Contractor is required to follow and comply with USA North’s Nevada Excavation Manual.

All utilities marked in the field or shown on the plans shall be found by non‐destructive excavation means a minimum of 48 hours prior to excavating with construction equipment.

100.21 CONTRACTOR’S UTILITIES

A. In accordance with Section 210 of the “Standard Specifications,” the Contractor shall furnish all water and facilities necessary for the construction under the contract at his own expense. The Contractor shall provide his own telephone, electric power, and any other utility service fees or charges required in performance of the work under the contract and shall pay all installation charges and monthly bills in connection therewith.

B. The City will install a metered connection at an existing fire hydrant, the location of which will be determined at the pre‐construction meeting. The Contractor will be responsible for getting the water to the Project site. The Contractor shall obtain the meter at the Utility Office (702‐293‐9244) and be subject to all fees. This water meter shall only be used for this Project.

100.22 CONTRACTOR PERSONNEL POLICY

Dress Code

1. Shoes – Closed toe shoes only. Work boots are preferred but thick soled shoes will be allowed unless work requires safety boots per OSHA guidelines. Boots must be in a clean and in a well maintained condition.

2. Pants – Pants are required on all projects. Pants must fit correctly and not be too tight or too loose. Pants must be free from holes and must cover top of boot. A belt must be worn at all times. The belt cannot be a handmade or homemade belt unless it is of professional quality.

3. No shorts, skirts, or dresses allowed.

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 49 of 116 4. Shirts – either long sleeve, or short sleeve shirts and t‐shirts are allowed. No sleeveless shirts inclusive of tank tops or torn shirts will be allowed. All shirts must either be plain with no markings, advertisements, images, or words, unless the images and/or words are of the company that the employee works for. No suggestive or profane sayings are allowed on any shirt. Skin must not be exposed in the torso area at any time.

5. Any form of clothing that is tight fitting and/or suggestive is not allowed.

6. Piercings – No visible piercings of any kind are allowed except non‐dangle earrings.

7. Jewelry – Dangling and bulky jewelry of any type is not allowed.

8. Hats – Hats are allowed, all hats must be plain with no markings, advertisements, images, or words, unless the images and/or words are of the company that the employee works for. No suggestive or profane sayings are allowed on any hat.

9. Hard Hats – Hard Hats are allowed and preferred on all projects. Hard Hats must be plain with no markings, advertisements, images, or words, unless the images and or words are of the company that the employee works for. No suggestive or profane sayings are allowed on any hat. No sports teams, stickers, or any other markings shall be on the Hard Hats. Professional organization and safety markings will be allowed but must be in kempt order.

10. Safety Vests and any other personal clothing shall be plain with no markings, advertisements, images, or words, unless the images and/or words are of the company that the employee works for. No suggestive or profane sayings are allowed on any vest. No sports teams, stickers, or any other markings shall be on the safety vests. Professional organization and safety markings will be allowed but must be in a kempt order.

11. All clothing including hats and hard hats must meet or exceed OSHA requirements and any other safety requirements for the job being performed. Clothing that has other company names or information on it other than the company the Contractor is working for is not allowed.

12. If clothing does not clearly identify who the Contractor personnel works for, some form of identification must be present and in plain view, i.e. identification badge.

Personal Grooming

1. Hair length and facial hair shall not interfere with the performance of job functions, or the wearing of any protective gear or devices.

2. Hair shall be neat and trimmed appropriate for the work being performed.

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 50 of 116

3. Facial hair shall be neatly trimmed and maintained.

4. Contractor Personnel shall shave adequately to maintain a clean appearance.

Daily Contractor Personnel Conduct

1. Contractor Personnel shall always act in a professional and respectful manner to all citizens, other employees, other Contractor’s and City Staff.

2. All obscenities shall be refrained from being spoken on the job site.

3. Smoking will not be allowed on the job‐site. All employees must leave the job‐site during breaks to smoke if necessary.

4. No whistling and yelling shall be permitted on any job‐sites. Use electronic devices to communicate and/or speak in person.

5. Breaks shall be taken in the public right‐of‐way and not on private property.

6. Any trash generated by the Contractor personnel shall be picked up immediately and disposed of properly.

7. Music shall not be played in any form.

8. A supervisor or foremen must be present on the job at all times that can properly communicate with the City staff, citizens, or other personnel.

SECTION 101

DEFINITIONS AND TERMS

101.15 CONTRACT ITEM (PAY ITEM)

101.15.A Shall be modified to read:

A. An item of work specifically described and for which a price, either Unit or Lump Sum, is provided. It includes the performance of all work and the furnishing of all labor, equipment, and materials described in the text of a specific item included in the contract or described in the Standard Specifications, Supplemental Specifications, Special Provisions, or shown on the plans of the contract. Contract items are numbered so that the first three digits of the item number correspond to the section of the same number. Thus, in Item No. 203.02, which is the number for roadway excavation, the number 203 is the section number and corresponds to Section 203 Excavation and

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 51 of 116 Embankment of the Standard Specifications, Supplemental Specifications, and Special Provisions.

Add the following:

C. Work described in the Standard Specifications, Supplemental Specifications, Special Provisions, or shown on the plans of the contract that is not a Contract Item on the Bid Proposal shall be considered subsidiary to the Contract items in the Bid Proposal. The cost for all work must be included in the Contract Items in the Bid Proposal.

SECTION 103

AWARD AND EXECUTION OF CONTRACT

103.08 AWARD OF CONTRACT AND NOTICE TO PROCEED

Award of the contract, if the contract is awarded, will be made by the Owner within forty‐five (45) days after the opening of the proposals. After an award of the contract, three copies of the contract documents will be transmitted to the Contractor for execution. The contract documents shall be returned to the Owner within ten (10) calendar days after notification of award. Following execution of the contract and the receipt of the proper certificates of insurance and bonds, a “Notice to Proceed” will be transmitted to the Contractor along with a fully executed copy of the contract which formally notifies the Contractor to begin work on the contract.

SECTION 104

SCOPE OF THE WORK

104.03 EXTRA WORK

Add the following:

B. Any additional work by the Contractor, above and beyond the contract, shall be done as Force Account Work, as described in the Special Provisions, unless approved in advanced by the Designated City Project Representative. No work above and beyond the contract shall be performed without written approval from the Designated City Project Representative.

104.04 MAINTENANCE OF TRAFFIC

Add the following:

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 52 of 116 The Contractor shall be responsible for complying with Subsection 104.04 of the Standard Specifications. These specifications shall apply to all roadways and sidewalks impacted by the project.

All control devices shall be in accordance with the “Manual of Uniform Traffic Control Devices, Part VI,” the most recent edition.

All times two (2) 12’ wide all weather travel lanes must be properly maintained. No road closures will be allowed except as approved by the Designated City Project Representative in writing on a case by case request from the Contractor. There is NO guarantee that a road closure will be approved. The Contractor must bid to keep the road open at all times. The driving surface must be hot mix asphalt, cold mix asphalt, or steel traffic plates.

“No Parking” signs shall only be utilized when work requires no parking in certain areas. “No Parking” Signs shall be removed when work is not scheduled to be performed in the area affected by the “No Parking” signs.

SECTION 105

CONTROL OF WORK

105.01 GENERAL

Add the following:

Unless otherwise noted on the plans and specifications when a Contractor is issued written notice of non‐compliance with the contract the Contractor will incur a $250.00 per calendar day penalty until the item is brought into compliance

105.07 COOPERATION BETWEEN CONTRACTORS

Add the following:

E. During construction, utility crews and other contractors may also be performing work. This may include B.C. Waste Free, telephone, gas, cable, and Boulder City Public Works. It is the responsibility of the Contractor to notify the Designated City Project Representative and all involved utilities and other contractors in advanced when the area will be ready so proper coordination can be scheduled. The required pre‐work “Progress Schedule” shall show this scheduling. Some trenches may house two or more utility lines.

105.14 MAINTENANCE DURING CONSTRUCTION

Add the following:

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 53 of 116 E. During construction the Contractor is responsible to maintain public and private property in a uniform and orderly way. Any private property shall be restored to its original condition within 72 hours of disturbance. For each written notice of non‐ compliance of this item the Contractor will be assessed $250.00 per day penalty for failure to comply.

F. During construction an ADA accessible route shall be maintained on one side of a street and intersection at all times. For each written notice of non‐compliance of this item the Contractor will be assessed $250.00 per day penalty for failure to comply.

SECTION 107

LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC

107.02 PERMITS, LICENSES, AND TAXES

Add the following:

B. The Contractor shall, as provided for in the General Conditions of these specifications, submit to the Designated City Project Representative one copy of each permit necessary for the prosecution of the work. The Contractor shall not include in the proposal any separate costs for such permits. The Contractor shall acquire a Boulder City Business License prior to beginning any work. All subcontractors must acquire a Boulder City Business License prior to beginning any work on the site.

107.09 LIABILITY INSURANCE

Add the following:

C. The Contractor shall maintain public liability and property damage insurance in the amount of not less than $1,000,000 for one person injured in one accident, and not less than $2,000,000 for more than one person injured in one accident, and not less than $1,000,000 with respect to any property damage involved.

The Contractor’s public liability and property damage insurance shall name, the Owner and Engineer, and their officers, agents, and employees as “also insured” under the policies. Written notice of cancellation shall be provided to both Owner and Engineer at least thirty (30) calendar days prior to cancellation date.

All insurance certificates and bonds as required by the General Conditions shall be submitted to the Designated City Project Representative along with the signed contract documents within ten (10) calendar days from the date of the award of contract. The

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 54 of 116 contract documents will not be executed by the City until all insurance certificates and bonds have been submitted to the Designated City Project Representative.

107.12 PROTECTION AND RESTORATION OF PROPERTY AND LANDSCAPE

Add the following:

J. During all construction activities, all utilities, structures, signs, etc. will be protected from damage and remain in operation. Any damage will be immediately repaired by the Contractor and at his expense.

107.23 NOTIFICATIONS

The Contractor shall notify by phone the following agencies when there is limited access and again when they are fully opened:

B.C. WASTE FREE 702‐293‐2276 BOULDER CITY POST OFFICE 702‐293‐2740 CLARK COUNTY SCHOOL DISTRICT 702‐799‐8100 (when applicable) FIRE DEPARTMENT DISPATCH 702‐293‐9228 NEVADA DEPT. OF TRANSPORTATION 702‐385‐6500 (When applicable) POLICE DEPARTMENT DISPATCH 702‐293‐9224 PUBLIC WORKS DEPARTMENT 702‐293‐9200 RTC TRANSIT SERVICES 702‐228‐7433 (when applicable) SOUTHERN NEVADA WATER SYSTEMS 702‐567‐2067

NEVADA STATE RAILROAD MUSEUM 650‐486‐5952

When the Contractor’s construction operations encroach upon a sidewalk, walkway, or crosswalk area, the Contractor shall take special precautions to protect the pedestrian’s safety including provisions to separate pedestrian traffic from the work area and vehicular traffic.

The Contractor shall not shut off the water supply to any hydrant, nor in any way, prevent access to a fire hydrant until they have secured permission to do so from the proper authorities.

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 55 of 116 The Contractor shall notify by phone the following agencies when an underground utility or aboveground structure not owned or operated by the City of Boulder City has been damaged due to the Contractor’s operations:

CENTURYLINK 702‐244‐4220 COX COMMUNICATIONS, INC. 702‐383‐4000 SOUTHWEST GAS CORPORATION 702‐365‐1111 BUREAU OF RECLAMATION – 702‐293‐8000 ENGINEERING SERVICES

UNDERGROUND SERVICE ALERT OF 811 NORTHERN/CENTRAL CALIFORNIA AND NEVADA (USA NORTH)

SECTION 108

PROSECUTION AND PROGRESS

108.07 PRE‐CONSTRUCTION CONFERENCE

Shall be modified to read:

Following award of contract, but prior to commencement of work at the site, the Contractor shall meet with the Designated City Project Representative and Owner at the Owner’s office for a conference to discuss the project.

108.08 DETERMINATION AND EXTENSION OF CONTRACT TIME

Add the following:

If the Contractor is unable to prosecute the portion of the work which is the currently controlling operation or the portion of the work which is the currently controlling operation is suspended due to unsuitable weather or to such conditions as are considered unfavorable to the suitable prosecution of the work, an excusable, non‐compensable time extension may be awarded if the following conditions are satisfied:

(1) The weather must actually cause a delay to the completion of the project and the delay must be beyond the control and without the fault or negligence of the Contractor; or

(2) The Designated City Project Representative orders the suspension of the work in the interest of public safety or health or due to specification requirements.

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 56 of 116 The Contractor is to provide written notification to the Designated City Project Representative of the occurrence of adverse weather delay days that had an impact to the currently controlling operation within ten (1) calendar days of each occurrence, when such weather prevents work on critical activities for fifty (50) percent or more of the Contractor’s scheduled work day.

The Contractor shall assume two (2) working days per thirty (30) days may be impacted by adverse weather and no time impact will be considered unless more than two (2) days per thirty (30)‐day period are affected. When the project exceeds a one (1)‐month duration, the adverse weather days not used each month shall be added to the next thirty (30)‐day period and accumulate through the end of the project.

No compensation will be made for re‐work, traffic control, delay impact costs, or other monetary damages due to adverse weather delay(s)

The time extension will only be valid for the work day that weather impacted the work. The time extension does not include non‐working days that follow a requested working day extension.

SECTION 109

MEASUREMENT AND PAYMENT

109.06.C PARTIAL PAYMENT

Shall be modified to read:

C. From each progress bill submittal, five percent (5%) will be deducted and retained by the Contracting Agency, and the remainder less the amount of all previous payment(s) will be paid to the Contractor. After fifty percent (50%) of the work has been completed and, in the sole opinion of the Designated City Project Representative, if progress on the work is and remains satisfactory, the deduction to be made from the remaining progress billing submittals and from the final payment may be reduced to two and one‐half percent (2.5%) or eliminated by the contracting Agency.

Payment applications shall be submitted on the 1st of each month for the prior month activities. There shall be one (1) progress payment application request for each contract month. The progress payment will not be rendered until the Contracting Agency has received the prevailing wage reports for the prior month activities and has received the updated baseline schedule.

109.07 ACCEPTANCE AND FINAL PAYMENT

Add the following:

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 57 of 116 D. Prior to final payment, the Contractor shall submit to the Designated City Project Representative the following: a. Certified Warranty for an one‐year warranty of the project. b. Unconditional lien releases from his subcontractors and material suppliers that all bills have been paid and that Boulder City is not responsible for any labor, materials, etc. on this project. c. Record drawings for the project.

Final payment may require the acceptance of the project by the City Council for the City of Boulder City. This process can take up to forty‐five (45) calendar days.

SECTION 110

WAGES, HOURS AND CONDITIONS OF EMPLOYMENT

110.01 WAGES, HOURS AND EMPLOYMENT PRACTICES

110.01.C Add the following:

The Contractor will be required to pay an overtime inspection fee of $87.13 for each hour or each portion of each hour thereof, to provide for an inspector to be present should the Contractor work outside the working hours established in Subsection 100.07 Work Hours or as approved by the Owner. Overtime outside of normal work hours will be charged a minimum of two (2) hours overtime. The Contractor will also be required to pay overtime charges for any City approved holidays. Overtime must be requested in writing and approved by the Designated City Project Representative. Overtime requests must be received forty‐eight (48) hours in advance of the requested time, these overtime fees must also be paid for by the end of the work day prior to the overtime.

110.02.A SAFETY

Add the Following:

B. The Contractor is responsible for all jobsite safety for the duration of the contract.

SECTION 202

REMOVAL OF STRUCTURES AND OBSTRUCTIONS

202.03.06 DISPOSING OF MATERIALS:

Add the following:

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 58 of 116 Construction Waste Management: The City’s goal is to reduce the amount of waste placed in any landfill. To this end, the Contractor shall minimize the creation of construction and demolition waste on the Project site and to the extent practical shall recycle and/or salvage non‐hazardous construction and demolition debris to divert waste from the Boulder City Municipal Landfill. Contractor shall reuse (if in compliance with these standards), salvage, or recycle as much of the non‐hazardous waste materials generated at the project site as is economically feasible. For day to day recyclables such as employee plastic water bottles, a recycling cart can be borrowed from B.C. Waste Free, or recyclables can be delivered to the Boulder City Municipal Landfill Residential Drop‐off Area. The Contractor is directed to www.bcwastefree.org to determine what materials are accepted by the City’s free recycling program. In cases where there is little to no cost difference between recycling/salvaging and land‐filling of items not required to be recycled or salvaged, the Contractor is directed to recycle/salvage.

Materials that are unsuitable for recycling shall be properly disposed of in the Boulder City Municipal Landfill. The Contractor shall pay all fees. No other public or private property in the Boulder City limits shall be designated as a disposal site for this type of material unless otherwise approved by the Designated City Project Representative.

The Contractor shall be responsible for contacting B.C. Waste Free to determine appropriate costs and scheduling. All excess clean fill material, D100 = 6”, shall be hauled to the Boulder City Municipal Landfill, however the acceptance of the materials is at the discretion of the landfill operator. Boulder City Municipal Landfill operator, B.C. Waste Free, may accept excess clean fill material that can be utilized as landfill daily cover at no cost to the Contractor. Clean fill material is pulverized asphalt and soil that is 6” minus. Clean fill material must be free of all deleterious materials including reinforcing bars, wood, vegetation, trash or other debris, etc. The Contractor is responsible for paying all fees for all other disposal materials hauled to the Boulder City Municipal Landfill. Material hauled to the Boulder City Municipal Landfill determined not to clean fill material or acceptable for use as landfill daily cover by the landfill operator will be considered waste disposal and the Contractor will be responsible for all fees for disposal. Note: B.C. Waste Free has exclusive rights for the rental of waste/trash containers within Boulder City limits. No waste/trash containers from other waste collection or debris hauling firms are allowed in Boulder City unless they are providing recycling services not offered by B.C. Waste Free.

Any material that is being salvaged can be removed from the City of Boulder City with prior approval of the Designated City Project Representative.

Any hazardous material shall be removed from Boulder City and disposed of in accordance with OSHA regulations and requirements and in accordance with the Clark County Air Quality and Health regulations and requirements. The Boulder City Municipal Landfill does not accept hazardous materials.

SECTION 208

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 59 of 116

TRENCH EXCAVATION AND BACKFILL

208.01.01 GENERAL:

Add the following:

There will be no extra payment for excavation that takes place in uncontrolled fill or sandy/loose material. When this type of material is encountered the Contractor shall employ means and methods that provide the best method for installation that causes least disruption to surrounding area and residents. Contractor is responsible for appropriate trench protection and maintenance based on the soil conditions encountered.

SECTION 320201

RESTORATION OF SURFACE IMPROVEMENTS

320201.1 GENERAL:

The Contractor shall be responsible for the protection and the restoration or replacement of any improvements existing on public or private property at the start of work or placed there during the progress of the work. Existing improvements shall include but are not limited to permanent surfacing, striping, curbs, gutters, sidewalks, driveways, landscape areas, irrigation systems, fences, walls, etc. All improvements shall be reconstructed to equal or better, in all respects, than the existing improvements removed or disturbed during the Contractor’s operations.

320201.2 FIELD VERIFICATION OF IMPROVEMENTS:

The Contractor shall carefully examine the site of the work to acquaint itself with all conditions relating to the protection and restoration of existing improvements. The City does not guarantee that all improvements are shown on the Drawings, and it shall be the Contractor’s responsibility to protect and restore all existing improvements whether or not each is provided for specifically on the Drawings.

Contractor shall document existing improvements and conditions (video, photo, etc.) prior to commencement of any construction activities. A copy of the documentation shall be provided to the City prior to the commencement of construction. Where there are disputes regarding restoration of existing improvements, the City will side with the private property owner if no documentation to the contrary can be provided by the Contractor.

320201.3 REMOVAL OF PAVEMENT, SIDEWALKS, CURBS, ETC.:

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 60 of 116 The pavement, sidewalk, curb and gutter, driveway, etc. shall be cut vertically along the limits of the improvements to be removed, or nearest full joint, in such a manner as to not cause damage to adjoining pavement, sidewalk, curb and gutter, driveway, etc. The portion to be removed shall be broken up in a manner that will not cause damage to the pavement or concrete outside the limits of the improvements to be removed; however, any pavement damaged by operations outside the limits of the work area shall be replaced at the Contractor’s expense.

320201.4 MATERIALS:

Materials used for repair or replacement of surface improvements shall be equal to or better than the material removed. All materials shall meet or exceed the Clark County Uniform Standard Specifications and Uniform Standard Drawings, latest revision.

320201.5 LANDSCAPING:

The Contractor shall restore any existing landscaping, which includes but is not limited to trees/shrubs, irrigation systems, hardscape, ground cover, and related items, affected by the Contractor’s operations during construction or the installation of new facilities depicted on the plans, as specified herein. All landscaping shall be repaired or restored to original condition or better to the satisfaction of the Designated City Project Representative. If trees or plant materials must be removed to complete the installation of the facilities shown on the plans, the Contractor must transplant such items to an adjacent location if possible. If it is not possible to transplant these plant materials, new like‐kind plant materials must be installed in adjacent landscape areas to replace the existing plant materials. Portions of the existing irrigation system must be removed where trees or plant materials were removed. The irrigation system must be modified to adequately service all transplants and replacement plantings.

END OF GENERAL CONDITIONS

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 61 of 116 SPECIAL PROVISIONS MODIFICATIONS TO REFERENCE SPECIFICATIONS

These Special Provisions supplement and modify the “Uniform Standard Specifications for Public Works Construction Off‐Site Improvements, Clark County Area, Nevada, Third Edition,” and all revisions through date of advertisement. All of the requirements and provisions of said Standard Specifications shall apply except where modified by the plans and these Special Provisions.

SECTION 105

CONTROL OF THE WORK

105.06 COOPERATION WITH UTILITIES

Shall be modified to read:

T. The Contractor shall conduct exploratory excavations by potholing to verify or to discover the exact vertical and horizontal location, size, and material type of existing underground utilities and improvements indicated on the drawings, or marked in the field, crossing or in close proximity parallel to the proposed improvements. Potholing shall be done in each given area where excavation work is to occur at least ten (10) calendar days in advance of any excavation or construction in that area, to avoid possible delay in the progress of the work.

The Contractor shall provide the Designated City Project Representative all pothole information obtained including measurements, dimensions, elevations, types and sizes of utilities within one working day following the potholing. The Contractor shall utilize the City of Boulder City Public Works Department’s Potholing Data Sheet form as attached at the end of this section for all information obtained at each exploratory excavation site. From this information, the Designated City Project Representative will determine additional utility conflicts, which may not be shown on the plans for this project. The Contractor shall notify the Designated City Project Representative immediately, in writing, of any conflicts between the project work and any existing utility.

The Contractor shall be required to pothole all utilities by a non‐destructive means such as hand digging or vacuum excavation methods. The location of existing utility mains and lateral lines including storm drain, sanitary sewer, water, irrigation, gas, underground electrical and communication conduits crossing or paralleling the proposed trench excavation areas shall be verified by the Contractor. Any existing utility cut or damaged during the trenching operation shall be called to the attention of the Designated City Project Representative and owner of the utility. Remedial measures required because of Contractor’s work shall be at the Contractor’s expense. All exposed

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 62 of 116 utility mains and lateral lines shall be backfilled in accordance with the Clark County Standard Drawings and Specifications.

If locate paint marks have improperly designated the location of a utility, and the utility is exposed during potholing, the utility owner, Designated City Project Representative, and USA North (811) shall be notified. If a utility cannot be located through potholing used in conjunction with construction drawings and locate marks, the utility owner, Designated City Project Representative and USA North (811) shall be notified in writing.

This bid item shall include all necessary labor, supervision, tools, equipment, permits and incidentals to excavate, identify and survey the existing utilities which are within the horizontal limits of the proposed improvements.

Payment for this item will be Lump Sum (LS). Payment shall be made as the percentage of completed work at the time of invoicing.

105.18 RECORD DRAWINGS

At the end of construction, the Contractor shall provide the Designated City Project Representative a set of project plans delineating any alterations and changes in field conditions or installations which deviate from the original plans. This bid item consists of the Contractor preparing and submitting to the Designated City Project Representative, for review and approval, one clean set of project plans with any alterations and changes delineated in red. The Contractor’s authorized representative who prepared the record drawings shall sign and date them.

The bidder shall include the amount shown in the bid schedule under Bid Item No. 105.18 Record Drawings in the total bid amount.

Payment for this item will be Lump Sum (LS).

105.19 PERMITS AND PERMIT INSPECTION COORDINATION

This bid item includes all costs associated with obtaining all permits as referenced in the plans and specifications and coordination and scheduling of all inspections required by these permits. This bid item shall also include all of the necessary labor and materials to comply with all regulations associated with said permits. Contractor penalties associated with non‐compliance of these rules, regulations, special stipulations and laws shall not be sufficient cause for increases in costs or time to the contract.

PERMIT TYPE AGENCY RESPONSIBLE PARTY Dust Control Permit Clark County Department of Air Quality Contractor

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 63 of 116 Right‐of‐Way Nevada Department of Transportation City/Contractor Occupancy Permit Runoff Control Plan Nevada Department of Transportation Contractor Temporary Traffic City of Boulder City – Public Works Contractor Control Permit Nevada Department of Transportation

The owner has no control over the processing periods or scheduling of these items. The Contractor needs to plan out all activities to meet the contract day requirements.

The Contractor shall familiarize himself with and shall adhere to Clark County Air Pollution Control Regulations as published by the Clark County Department of Air Quality Management. The Contractor shall, at all times, conduct his work so as to avoid unnecessary dust and shall comply with all Air Pollution Control Regulations of Clark County for the control of fugitive dust. No time extension shall be granted for time lost due to violation of Clark County Air Pollution Control Regulations.

Additional Requirements for Construction and Grading operations:

A. On this project, Boulder City requires the following mitigation measures, in addition to the dust control measures stipulated by the Clark County Department of Air Quality and Environmental Management: No person shall engage in any construction or grading operation on City property unless all of the following mitigation measures are initiated at the start and maintained throughout the duration of the construction activity:

1. All work and workers on the project shall comply with OSHA Asbestos 29 CFR 1926.1101 and Hazard Communication 29 CFR 1910.1200. 2. Construction vehicle speed at the work site must be limited to twenty five (25) miles per hour or less; 3. Prior to any ground disturbance, sufficient water must be applied to the area to be disturbed to prevent visible emissions from crossing the property line; 4. Areas to be graded or excavated must be kept adequately wetted to prevent visible emissions from crossing the property line; 5. Storage piles of native materials must be kept adequately wetted, treated with a chemical dust suppressant, or covered when material is not being added to or removed from the pile; and 6. Visible track‐out on the paved public road must be cleaned using wet sweeping or a HEPA filter equipped vacuum device within twenty‐four (24) hours.

Payment for this item will be Lump Sum (LS).

SECTION 109

MEASUREMENT AND PAYMENT

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 64 of 116

109.03 EXTRA AND FORCE ACCOUNT WORK

Add the following:

F. The Force Account shall only be used for work requested by the Designated City Project Representative in writing that is not already included in the Project Scope. Such work shall be performed in accordance with Standard Specifications, Standard Drawings, these Special provisions, and as directed by the Designated City Project Representative.

This work shall not be performed until the Contractor is instructed to proceed by the Designated City Project Representative in writing.

The bidder shall include the amount shown in the bid schedule under Bid Item No. 109.03 Extra and Force Account in the total bid amount.

Payment for this item will be Lump Sum (LS). Payments for Force Account work shall be per unit price for bid items, per agreed unit price for non‐bid items or agreed lump sum. If unit prices, agreed unit prices, or an agreed lump sum cannot be agreed upon, if directed in writing by the Designated City Project Representative, the Contractor shall proceed with the work on a time and material basis.

109.09 DEFICIENCY LIST

This bid item consists of the Contractor requesting and scheduling with the Designated City Project Representative a deficiency list inspection to be completed a minimum of thirty (30) days prior to the last contract day. The Contractor shall provide a minimum of a ten (10) calendar day notice for the deficiency list inspection. During the deficiency list inspection the Contractor shall generate the final deficiency list and distribute to all parties within two (2) calendar days.

All work including the deficiency list items must be completed by the end of the contract period (Last Contract Day). Any items not complete will accrue liquidated damages as shown in the contract.

The bidder shall include the amount shown in the bid schedule under Bid Item No. 109.09 Deficiency List in the total bid amount.

Payment for this item will be Lump Sum (LS).

SECTION 200

CONTRACTOR’S OPERATION

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 65 of 116 200.01 MOBILIZATION

This bid item shall consist of preparatory work and operations, including, but not limited to, those items necessary for the movement of personnel, equipment, supplies, and incidentals to the project site. This work shall also include the establishment of all offices, buildings, and other facilities necessary for work on the project, construction sign, if necessary, lighting, and all other work and operations which must be performed, or costs incurred, not otherwise paid for on a specific bid item. The Contractor is also responsible for permits not otherwise called out as reimbursable. The Contractor is responsible for all traffic control, SWPPP compliance, and dust control on the project 24 hours a day, 7 days a week.

The project site can be accessed from two locations. The first location is located south of Boulder City Parkway at Veterans Memorial Drive. The second location is located at the west end of Veterans Drive off Veterans Memorial Drive on the north side of Boulder City Parkway. The Contractor shall install and maintain a BMP device to prevent track‐out onto Veterans Memorial Drive and Veterans Drive. The roadway improvements within Veterans Memorial Drive and Veterans Drive, at the project access points, will be inspected for cleanliness and damage at the end of the project. The Contractor will be responsible for all damage including gouges, scratches, or stains caused to the roadway pavement, asphalt trail, and/or curbing during the Contractor’s operations and shall repair said damage, if any, to the satisfaction of the Designated City Project Representative which may require pavement or curb replacement depending on severity of the damage.

Due to this project occurring on both sides of Boulder City Parkway, the city has designated two areas of land the Contractor may use as a staging area for equipment and materials for the duration of the project. These plots of land shall be known as the Southern & Northern Staging Areas. The Contractor will be provided use of these areas at no charge from the City. The Contractor is responsible for securing and protecting the staging areas. The City is not responsible for theft or damage. The Contractor is also responsible for returning the sites to a condition as good as or better than pre‐construction use. This includes blading and watering the staging area for dust mitigation and the application of a dust palliative after use. The dust palliative will be applied in accordance with Bid Item No. 637.01 Dust Palliative.

The Southern Staging Area is located adjacent to the southern border of the construction access road as shown on the Project Location Map exhibit included with this document. The southern border of the construction access road is also the approximate location of the southern limits of the NDOT right‐of‐way for Boulder City Parkway. The Southern Staging Area is approximately 40’ x 300’ (approximately 1/4 acre in size) of non‐improved land situated on Boulder City property, more specifically Assessor’s Parcel Number 186‐07‐401‐002. The Contractor shall not disturb more than 40 feet of land south of the construction access road to limit scarring of the natural land. The construction access road shall not be blocked or fenced off from being accessed by others for maintenance purposes.

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 66 of 116 The Northern Staging Area is located within the right‐of‐way limits of Veterans Drive as shown on the Project Location Map exhibit included with this document. The Northern Staging Area is approximately 30’ x 400’ (approximately 1/4 acre in size) of non‐improved land situated on northern half of the 60 foot (60’) wide Veterans Drive right‐of‐way, adjacent to the existing street pavement. The Contractor shall not disturb more than 30 feet of land north of the existing pavement to limit scarring of the natural land. The Contractor shall also refrain from disturbing any land outside of the right‐of‐way limits of Veterans Drive as the land adjacent to and north of Veterans Drive is the property of the State of Nevada. The Contractor shall obtain written permission to disturb any land owned by the State of Nevada.

Contractor shall provide contact information for on call/emergency response when needed, 24 hours a day, 7 days a week.

Mobilization partial payments shall be made in accordance with the following schedule on a Lump Sum (LS) basis:

1. When five percent (5%) of the original contract amount is earned from other bid items, twenty‐five percent (25%) of the amount bid for mobilization, or five percent (5%) of the original contract amount, whichever is less, will be paid.

2. When twenty‐five percent (25%) of the original contract amount is earned from other bid items, fifty percent (50%) of the amount bid for mobilization, or seven percent (7%) of the original contract amount, whichever is less, will be paid.

3. When fifty percent (50%) of the original contract amount is earned, excluding the amount for mobilization, the remaining contract amount bid for mobilization, or ten percent (10%) of the original contract amount, whichever is less, will be paid. Upon completion of all work on the project, payment of any amount bid for mobilization in excess of ten percent (10%) of the original contract amount will be paid.

200.02 PHOTOGRAPH/VIDEO/DAILY DOCUMENTATION

This bid item shall consist of all work and materials necessary for the Contractor to document project site conditions prior to construction activities beginning. Documentation shall be in digital photographs and digital video. The Contractor shall document the entire project site paying particular attention to existing improvements to remain or to be replaced such as driveways, sidewalks, curb and gutter, existing roadway condition, landscape plantings and materials, walls, signs, streetlights, fire hydrants, utility boxes and vaults, cleanouts, mailboxes, etc. The Contractor shall document all existing public and private improvements within five feet (5’) adjacent to the project site. Project site documentation shall also include the Contractor’s staging area. The Contractor shall submit all documentation in its original digital format and in PDF format. This must be submitted prior to any work taking place.

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 67 of 116 The Contractor shall submit to the City at the end of each work day a daily report which shows the following:  Project Name and Number  Names and hours of all employees on this project  Names and hours of all sub‐contractors on this project  Equipment names and descriptions with hours used on this project  Description of work performed  Claims / Disputes on this project  Extra Force Account Work on this project  Weather  Date

The document shall be typed or hand written, if legible. It must be emailed to the Designated Project Representative at the end of each work shift. For each written notice of non‐ compliance of this item the Contractor will be accessed $50.00 per day penalty for failure to comply.

Unmanned Aerial Systems: For the safety of all aircraft, employees, and the public, all unmanned Aerial Systems (UAS) a.k.a. drones, including multirotor, fixed wing, single rotor helicopter, hybrids, etc. are strictly prohibited from use during this project. The Contractor shall use other conventional means for digital photographic and video documentation during this project.

Payment for this item will be Lump Sum (LS).

200.03 PROJECT IDENTIFICATION SIGN

This bid item shall include all necessary labor, materials, equipment, tools, and supplies to fabricate and install a project identification sign including sign posts, mounting hardware or other miscellaneous related materials. Sign graphics, text, fonts, colors, etc. shall conform to the standard drawing, Project Identification Sign, attached to these specifications.

Minimum Sign Requirements: A. Sign Materials 1. Sign Backing: i. The sign shall be eight feet (8’) wide by four feet (4’) tall. ii. The sign backing material shall be minimum 3/4” nominally thick plywood. The plywood shall be of an exterior grade with a medium density overlay. 1. At the option of the Contractor, the sign backing material may be fabricated from aluminum sheeting and shall conform to MUTCD specifications for a traffic sign of equal size. 2. The surface of the backing material shall be smooth and free of any waves or buckles.

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 68 of 116 iii. The sign backing (plywood) shall be primed and painted on faces and edges for complete weather resistance and a finished appearance. 2. Sign Sheeting: i. Graphics and text shall be digitally printed on vinyl sheeting. ii. Logos, borders, and text shall be reflective. iii. Background shall be white nonreflective. 3. City logos will be provided to the Contractor in electronic format upon request. 4. The Contractor shall provide the Designated City Project Representative with a final design layout proof for approval prior to sign fabrication. B. Sign Mounting: 1. Sign may be mounted to temporary construction fencing, post (ground‐mounted), or skid mounted. 2. Signs shall be mounted in a manner to prevent sign damage in high winds of 50 MPH or greater. 3. The support structures for ground‐mounted or skid mounted signs shall be made of wood or metal of professional quality in sound condition, structurally adequate, and suitable for the proposed mounting conditions. i. Ground‐mounted support structures shall be anchored in the ground a minimum of three feet (3’). ii. Portable structures shall resist overturning force of wind. 4. The bottom of the sign shall be mounted a minimum four feet (4’) from the ground surface. Sign shall be level and plumb. 5. All mounting hardware shall be galvanized or stainless steel. 6. The Contractor shall not display or post any signs other than the project identification sign and any required dust control permit signage. C. Sign Location: 1. Project identification signs shall be located on a portion of the construction site that has high public visibility, adjacent to main entrances of the site, and as approved by the Designated City Project Representative prior to installation. i. There shall be at least one project identification sign erected at each work site if the project contains multiple work sites. 2. Signs shall be installed within ten (10) calendar days of the Notice to Proceed. i. The Contractor will be assessed $250.00 per day penalty for failure to erect a project identification sign in accordance with these specifications for all calendar days after the ten day limit. 3. On long linear type of projects or projects with multiple phases, the Contractor shall be responsible to relocate any project identification signs closer to the site of work as the project work progression advances to other areas. 4. Project identification signs shall not block visibility of traffic control signs or lights, railroad crossings, or other signage that might pose a public safety hazard if blocked. 5. Special care must be taken to ensure that the project identification sign is not obscured by construction materials and/or equipment, dust, or landscaping. D. Sign Maintenance:

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 69 of 116 1. It shall be the Contractor’s responsibility to maintain the project identification sign throughout the duration of the project. i. Sign maintenance shall include but not be limited to all repairs necessary to keep sign appearance in a neat, clean condition and structurally sound. 1. Any necessary cleaning, repairs, or replacements shall occur without delay at no additional cost to the City. 2. This includes repairs due to weather and/or vandalism (physical or graffiti). 3. If the sign is stolen, it must be replaced as soon as possible at the Contractor’s expense. E. Sign Removal: 1. The project identification sign, framing, and supports shall be removed upon the completion of the project or when directed in writing by the Designated City Project Representative. 2. The Contractor shall remove all traces of the project identification sign and restore the area to a condition equal to or better than before construction. 3. Failure to remove the sign and obtain acceptance of area restoration by the Designated City Project Representative may be reason to delay approval of the application for final payment.

Payment for this item shall be for Each (EA) sign installed.

SECTION 208

TRENCH EXCAVATION AND BACKFILL

208.01 HARD DIGGING

This bid item is to only be used if hard digging in caliche or hardpan is encountered during trench excavation. Caliche and hardpan are defined as hardened deposits of calcium carbonate or cemented soils requiring the use of a Hoe‐Ram or similar type of equipment for excavation. If upon written notice from the Contractor and in the opinion of the Owner hard digging is encountered, the unit price for this bid item will be used for the number of lineal feet of hard digging performed. If hard digging is not encountered, this bid item will not be used and no payment will be made for this bid item. A geotechnical report has not been performed for the work areas. Therefore, hard digging may or may not be encountered. The unit price for this item shall represent the extra effort the Contractor will expend for the hard digging in addition to that assumed for Bid Item Nos. 626.01 thru 629.06. Excavation of large boulders with a backhoe does not constitute hard digging.

Payment for this item shall be Linear Feet (LF).

At the City’s sole discretion, additional, non‐compensable calendar days may be added to the contract extending the completion date as shown on the Notice of Completion issued to the

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 70 of 116 Contractor for efforts regarding hard digging. Any additional calendar days, if awarded, will be determined based on the City’s evaluation of the Contractor’s performance during hard dig and non‐hard dig trench excavation efforts. Said calendar days, if awarded, shall be in addition to the monetary payment received for quantifiable trench excavation efforts as defined in this bid item.

SECTION 402

PLANTMIX BITUMINOUS SURFACE

402.01 3‐INCH ASPHALTIC CONCRETE

This bid item shall consist of all work necessary for the placement of a bituminous mixture, for asphalt patching, constructed on the prepared foundation in accordance with these specifications and the specific requirements of the type under contract, and in conformity with the lines, grades, thicknesses, and details as shown on the plans or established by the Designated City Project Representative.

This bid item shall include supplying and placing all asphalt according to the Standard Specifications at the locations shown on the project plans. The asphalt shall be placed in lifts necessary to match the existing asphalt thickness, or three inch (3”) minimum, whichever is greater, with one‐half inch (1/2”) fine aggregate asphalt per Section 705. The asphalt shall be compacted to a minimum of ninety‐two percent (92%) of the maximum density. The Contractor shall submit proposed asphalt‐concrete mix designs to the Designated City Project Representative for review and approval, prior to paving. All work shall be in accordance with Standard Drawing No. 209.1. Tack and Prime and Seal Coats shall be installed in accordance with Uniform Standard Specifications 405, 406, and 407 respectively. The Seal coat shall be applied to the new pavements after all utility grade adjustments have been completed. Tack, Prime, and Seal Coats shall be considered incidental to the work included with these bid items.

The City of Boulder City will consider the use of Asphalt Rubber Pavement Surface in accordance with Section 400 or Hot Plantmix Recycled Bituminous Pavement in accordance with Section 404 of the Standard Specifications as acceptable substitutions to Plantmix Bituminous Pavements, Section 401, in accordance with SB236. It is the Contractor’s responsibility to prove that the use of a substitute will meet the specifications and will not compromise the soundness of the project. The Contractor is responsible for all mix designs.

Payment for this item will be for Square Yard (SY) of material placement.

SECTION 626

FINAL CLEANUP

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 71 of 116 626.01 FINAL CLEANUP

Final cleanup of the construction site, including the Contractor’s staging area, shall be performed in accordance with Section 626 of the Standard Specifications.

The bidder shall include the amount shown in the bid schedule under Bid Item No. 626.01 Final Cleanup in the total bid amount.

SECTION 629

WATER DISTRIBUTION FACILITIES

629.01 16” C900‐16 PVC WATERLINE

This bid item shall include all necessary labor, materials, equipment, tools, and supplies to install a 16” C900‐16 PVC (DR‐18) potable waterline as shown on the project plans & details and staked in the field. Work shall also include but is not limited to trench excavation, shoring, compaction, backfilling, and the installation of pipe bends, gaskets, fittings, warning tape, locator balls, hydrostatic testing, disinfecting, dewatering and all miscellaneous related items necessary to complete the waterline in accordance with the Uniform Design and Construction Standards (UDACS) and Plate Nos. 15, 16, 19, and 33. The work for this line item does not include installation of valves, hydrants, and miscellaneous tee assemblies as they will be paid for separately; see Bid Item Nos. 629.02 through 629.06 for further information.

This bid item shall also include the furnishing and installation of mechanical restraint systems at pipe joints and fittings at the locations shown on the project plans and in accordance with the pipe restraint details. All restraint systems shall be EBAA Iron Inc. MEGALUG® or approved equal.

The Contractor shall construct the waterline as shown on the project plans from Station 115+00.00 to Station 127+28.97. At Station 115+00.00 the Contractor shall remove a pipe cap and connect to the existing 16” PVC waterline built per the Eldorado Valley Waterline Extension ‐ Phase I project.

The Contractor shall provide a Hydrostatic Testing Sequence Plan. The plan shall show the sequencing of each section of completed waterline to be tested along with station ranges and anticipated test pressures at each end of each section being tested. The Contractor may disinfect the waterline simultaneously with the hydrostatic test. Upon the successful completion of a hydrostatic test and after the water system has been properly disinfected & flushed, the Contractor shall sample the water in the presence of a Designated City Project Representative. The Contractor shall have the water sample sent to a State of Nevada Department of Conservation and Natural Resources Division of Environmental Protection (NDEP) certified laboratory for a bacteriological analysis. Upon the return of results in conformance to NDEP regulations, the tested section shall be drained of all water. Once the

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 72 of 116 section is completely drained the Contractor shall remove any solution‐feed chlorinating devices or water sampling apparatus from the pipeline and close all valves to prevent contamination.

In addition to the requirements of Subsection 202.03.06 of the General Conditions, the Contractor, at his discretion, may dispose of excess excavated native soils, not used as backfill, on‐site through loose spreading and the filling of washes, wash‐outs, or other eroded areas adjacent to the project work area as identified by and to the satisfaction of the Designated City Project Representative at no additional cost to the City. Excess native soil chosen to be spread or used as fill in eroded areas shall be watered for dust control during construction. Any excess native soil used on an access road shall be watered to near optimum moisture and wheel rolled twice. The finish surface of the access road shall be reasonably smooth and uniform. Treatment of all on‐site disposal of excess excavated material shall conform to Clark County Air Pollution Control Regulations and any requirements of permits listed in Subsection 105.19.

Payment for this item shall be for Linear Feet (LF) of waterline installed.

629.02 16” GATE VALVE (ISOLATION)

This bid item shall include all necessary labor, materials, equipment, tools, and supplies to furnish and install a 16” mechanical joint resilient wedge gate valve at locations shown on the project plans. Work shall also include but is not limited to trench excavation, shoring, compaction, backfilling, and the installation of the gate valve, gaskets, hardware, valve box & lid, valve stem extension, concrete collar, and all miscellaneous related items necessary to complete the installation of the valve in accordance with the Uniform Design and Construction Standards (UDACS) and Plate No. 39.

All gate valves installed under this bid item are for standalone pipe isolation purposes and are not a part of any tee assembly. The 16” gate valve, when connected to the main PVC line, shall be mechanically restrained and all pipe joints within 123’ of each direction from the valve shall be restrained in conformance with the Pipe Restraint Details of the project plans. A concrete thrust block is not required. Restraint systems installed will be paid for in Bid Item No. 629.01.

Payment for this item shall be for Each (EA) 16” gate valve installed.

629.03 16” CUT‐IN TEE ASSEMBLY

This bid item shall include all necessary labor, materials, equipment, tools, and supplies to furnish and install a cut‐in tee assembly at locations shown on the project plans and in conformance with project details. Work shall also include but is not limited to trench excavation, dewatering, shoring, compaction, backfilling, and the installation of a 16” ductile iron flanged tee, one 16” flange by mechanical joint resilient wedge gate valve, three 16” flanged resilient wedge gate valves, gaskets, hardware, valve boxes & lids, valve stem extensions, concrete collars, #4 rebar, and all miscellaneous related items necessary to

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 73 of 116 complete the installation of the valve in accordance with the Uniform Design and Construction Standards (UDACS) and Plate No. 39.

The 16” flanged gate valves, when connected to the existing PVC water main, shall be mechanically restrained using approved 16” restrained flanged adapters. The 16” flange by mechanical joint gate valves, when connected to the new PVC main, shall be mechanically restrained and all pipe joints within 123’ of the valve shall be restrained in conformance with the Pipe Restraint Details of the project plans. Concrete thrust blocks are not required. Restraint systems installed will be paid for in Bid Item No. 629.01.

The cut‐in tee assembly and pipe connection points shall be swabbed internally with an approved chlorine solution in accordance with UDACS Section 3.14.

The Contractor must notify the Designated City Project Representative in writing a minimum of three (3) working days in advance of the date on which the Contractor proposes to begin to make connections to the existing water facilities. The Designated City Project Representative will schedule a shut‐down of the existing water facilities with the Boulder City Public Works Water and Sewer Division. The advanced notice shall also declare an estimate for the duration of the shut‐down, including the time requested to return the system to normal operation.

The City of Boulder City cannot guarantee a watertight shut down to the existing water facility. The Contractor shall ensure all labor and equipment is available to remove fugitive water that may impede the Contractor’s installation of the cut‐in tee assembly.

Payment for this item shall be for Each (EA) 16” cut‐in tee assembly installed.

629.04 16” TEE ASSEMBLY (BLIND FLANGE)

This bid item shall include all necessary labor, materials, equipment, tools, and supplies to furnish and install a tee assembly at locations shown on the project plans and in conformance with project details. Work shall also include but is not limited to trench excavation, shoring, compaction, backfilling, and the installation of a 16” ductile iron flanged tee, two 16” flange by mechanical joint resilient wedge gate valves, one 16” flanged resilient wedge gate valve, gaskets, hardware, valve boxes & lids, valve stem extensions, concrete collars, #4 rebar, and all miscellaneous related items necessary to complete the installation of the valve in accordance with the Uniform Design and Construction Standards (UDACS) and Plate No. 39.

The 16” flange by mechanical joint gate valves, when connected to the main PVC line, shall be mechanically restrained and all pipe joints within 123’ of each direction from each valve shall be restrained in conformance with the Pipe Restraint Details of the project plans. A concrete thrust block is not required. Restraint systems installed will be paid for in Bid Item No. 629.01.

Payment for this item shall be for Each (EA) 16” tee assembly installed.

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 74 of 116 629.05 6” MANUAL BLOW‐OFF ASSEMBLY

This bid item shall include all necessary labor, materials, equipment, tools, and supplies to furnish and install a 6” manual blow‐off assembly at locations shown on the project plans and in conformance with project details. Work shall also include but is not limited to trench excavation, shoring, compaction, backfilling, and the installation of a 16”x16”x6” ductile iron tee, 6” flange by mechanical joint ductile iron 90° bend, 6” ductile iron pipe and spools, 6” mechanical joint resilient wedge gate valve, 8”x8”x6” ductile iron tee, 8” cast iron blind flange, 8” steel blind flange, 24” diameter precast manhole ring, 24” cast iron manhole frame & cover (“blow‐off”), gaskets, hardware, restraint glands, valve boxes & lids, valve stem extensions, concrete collars, #4 rebar, concrete thrust blocks, and all miscellaneous related items necessary to complete the installation of the valve in accordance with the Uniform Design and Construction Standards (UDACS) and Plate No. 37.

The 16”x16”x6” ductile iron tee, when connected to the main PVC line, shall be mechanically restrained and all pipe joints within 20’ of each end of the tee shall be restrained in conformance with the Pipe Restraint Details of the project plans. A concrete thrust block is not required. Restraint systems installed will be paid for in Bid Item No. 629.01. The tee shall be installed with the 6” branch facing in a downward manner (below the mainline).

The Contractor shall construct concrete thrust blocks at the 6” 90° bend and at the 6” gate valve in accordance with UDACS standard Plate No. 37. The Contractor shall encase the 8”x8”x6” ductile iron tee and the 8” cast iron blind flange with four inches (4”) of concrete in accordance with UDACS Standard Plate No. 37.

There shall be a 12’ space between the center of the 16” water main and the center of the blow‐off. The 6” gate valve shall be closed once hydrostatic testing, disinfection, and draining of the water system have been completed per Bid item No. 629.01

Payment for this item shall be for Each (EA) 6” manual blow‐off assembly installed.

629.06 4” AVAR VALVE ASSEMBLY

This bid item shall include all necessary labor, materials, equipment, tools, and supplies to furnish and install a 4” air vacuum air relief valve (AVAR) assembly at locations shown on the project plans and in conformance with project details. Work shall also include but is not limited to trench excavation, shoring, compaction, backfilling, and the installation of a 16”x16”x6” ductile iron tee, 6” flanged ductile iron 90° bend, 6” flanged resilient wedge gate valve, 6”x4” flange by push‐on ductile iron reducer, 4” ductile iron pipe, 4” mechanical joint 90° ductile iron bend, 4” flanged ball valve, 4” ductile iron flange for steel nipple w/ 2” steel NPT nipple, 4” combination air valve, 24”x48” fiberglass air valve enclosure, gaskets, hardware, restraint glands, valve boxes & lids, valve stem extensions, concrete collars, #4 rebar, 1/2” premolded expansion joint material, concrete thrust blocks, and all miscellaneous related items necessary

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 75 of 116 to complete the installation of the valve in accordance with the Uniform Design and Construction Standards (UDACS) and Plate No. 38.

The 16”x16”x6” ductile iron tee, when connected to the main PVC line, shall be mechanically restrained and all pipe joints within 20’ of each end of the tee shall be restrained in conformance with the Pipe Restraint Details of the project plans. A concrete thrust block is not required. Restraint systems installed will be paid for in Bid Item No. 629.01. The tee shall be installed with the 6” branch facing in an upward manner (above the mainline).

The Contractor shall construct concrete thrust blocks at the 4” 90° bend and at the 6” gate valve in accordance with UDACS standard Plate No. 38.

There shall be a 12’ space between the center of the 16” water main and the center of the AVAR. The 24”x48” fiberglass air valve enclosure shall be Hubbell Power Systems, Inc.’s AV24448 or approved equal. The 6” gate valve shall be closed once hydrostatic testing, disinfection, and draining of the water system have been completed per Bid item No. 629.01

Payment for this item shall be for Each (EA) 6” manual blow‐off assembly installed.

629.07 30” STEEL PIPE CASING

This bid item shall include all necessary labor, materials, equipment, tools, and supplies to furnish and install 30” steel pipe casing using jack and bore methodology in conformance with the line and grade shown on the project plans & details. The work shall include but is not limited to jacking/receiving pit construction (excavation, shoring, base preparation, track & backstop installation, barricading, sump pump equipment, etc.), casing preparation (steering knuckle, hinge, sensing head, & torque plate installation, blocking, etc.), casing installation, joint welding, carrier pipe & spacer installation, casing end seals, backfilling & compaction of jacking/receiving pits, traffic control & barricading, and all miscellaneous related items necessary to complete the installation of 30” steel pipe casing in accordance with the Uniform Design and Construction Standards (UDACS) Sections 2.10 & 3.12 and Plate No. 23.

The 30” steel pipe casing shall conform to the requirements of ASTM A283, Grade B, C, or D. All joints shall be welded; interior joints shall be ground to a smooth finish. All welding shall be performed in accordance with AWWA C206, “Field Welding of Steel Water Pipe.” Pipe casing shall have a minimum wall thickness 3/8”. The actual thickness shall be determined by the casing installer, based on an evaluation of the required forces to be exerted on the casing when jacking. Any buckling of the casing due to jacking forces shall be repaired at no additional cost to the City. Every effort shall be made to prevent formation of voids. Upon completion of the boring operations, voids around the outside face of the casing shall be filled by grouting.

The Contractor shall be responsible for contacting and coordinating with the Nevada State Railroad Museum / Nevada Southern Railway to insure their jack and bore design meets the

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 76 of 116 requirements of the museum. The Contractor shall also coordinate all work and inspections with museum personnel as necessary to meet the museum requirements.

The water pipe installed in the casing shall be supported by casing spacers, and installed in accordance with the manufacturer’s recommendations. Casing spacer shall be a two‐piece shell per carrier pipe and made from T304 stainless steel of a minimum 14 gauge thickness. Each shell section shall be lined with a 0.090” thick, ribbed PVC extrusion with a retaining section that overlaps the edges of the shell and prevents slippage. PVC Liner shall have a hardness of 85‐90 durometer. Bearing surfaces (runners) shall be ultra‐high molecular weight polyethylene (UHMW) to provide abrasion resistance and a low coefficient of friction (0.12). The runners shall be attached to support structures (risers) at appropriate positions to properly support the carrier pipe(s) within the casing pipe and to ease installation. The runners shall be mechanically bolted to the spacer. Risers shall be MIG welded to the shell, where applicable. Risers shall be made of T304 stainless steel of a maximum 10 gauge with bolt heads welded to the inside of the risers for strength. Bottom risers 6" and over in height shall be reinforced. All reinforcing plates shall be 10 gauge T304 stainless steel and shall be MIG welded to mating parts. Centered (CTD) & restrained positioning within the casing pipe shall be sized such that the height of the risers and runners are to center the carrier pipe in the casing pipe with a top clearance of three‐fourths inch minimum. All weldments shall be fully chemically passivated in accordance with ASTM A380. The Contractor is to consult the casing spacer manufacturer for spacing requirements. Casing spacers shall be Model CCS as manufactured by Cascade Waterworks Mfg. Co. or approved equal.

The casing is not required to be filled upon completion of carrier pipe installation. After pipe installation, the casing shall be sealed with end seals installed per the manufacturer’s recommendations. Casing end seals shall be a pull‐over type construction and made from 3/32” thick neoprene with T304 stainless steel bands for securing the ends of the end seal to the casing pipe and the carrier pipe. Casing end seals shall be Model CCES as manufactured by Cascade Waterworks Mfg. Co. or approved equal.

The Contractor shall submit to the City for approval, detailed plans for the methods proposed for the installation of the casing including jacking/receiving pit design (size, location, shoring, etc.); methods for dewatering, monitoring for possible settlement, preventing loss of the excavation face, removal of spoils material; and required bearing to resist the jacking force. The Contractor shall identify remedial measures for limiting damage to existing facilities, impact to highway & tracks, and railroad operations due to ground settlement. The Contractor must have the resources to execute this plan immediately available. All submitted written procedures, plans, details, and calculations must be stamped by a professional engineer licensed in the State of Nevada.

The Contractor is advised that there is an existing underground 4” PVC CATV fiber optic conduit running through the possible location of the entrance/exit pit between the proposed casing under Boulder City Parkway westbound traffic lanes and the proposed casing under the railroad

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 77 of 116 tracks. The Contractor shall take all necessary precautions to support and protect the conduit from damage during all operations required to install the 30” steel casing.

Payment for this item shall be for Linear Feet (LF) of 30” steel pipe casing installed.

SECTION 637

POLLUTION CONTROL

637.01 16” DUST PALLIATIVE

This bid item shall consist of all the necessary labor, materials, equipment, tools, and supplies for the application of a native hydroseed mix. At the end of construction, all disturbed areas including the Contractor’s staging area with the exception of existing access roads shall be treated with a dust palliative. All access roads shall be considered 25 feet wide. Access roads within this project are the construction access road and the access road which follows the waterline pipe alignment. Dust mitigation on access roads shall be in conformance with the requirements of Contractor’s Dust Control Permit, Clark County Air Pollution Control Regulations, and listed regulations in Bid Item No. 105.19. Areas to receive dust palliative shall be lightly scarified (2”‐3”) prior to application. Contractor shall use caution to not damage any existing or new improvements.

The dust palliative shall be a native hydroseed mix consisting of the following seed mix or equal:

Unit Quantity (Pounds) Seed Lbs per ½ Acre 0.75 Lycium Andrsonii/Wolfberry Lbs per ½ Acre 0.525 Sphaeraiacea Ambigua/Desert Mallow Lbs per ½ Acre 0.1 Baileya Multiradiata/Desert Marigold Lbs per ½ Acre 0.5 Ambrosia Dumosa/White Bursage Lbs per ½ Acre 0.625 Larrea Tridentata/Creosote Bush Lbs per ½ Acre 0.86 Achatherum Hymenoides/Indian Ricegrass

The Contractor shall add a color pigment to the dust palliative slurry to approximate the existing ground surface color.

Payment for this item will be Lump Sum (LS).

END OF SPECIAL PROVISIONS

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 78 of 116 PROJECT LOCATION MAP

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 79 of 116 PROJECT IDENTIFICATION SIGN

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 80 of 116

POTHOLING DATA SHEET

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 81 of 116

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 82 of 116

2018 PREVAILING WAGE RATES CLARK COUNTY

DATE OF DETERMINATION: October 1, 2017

APPLICABLE FOR PUBLIC WORKS PROJECTS BID/AWARDED OCTOBER 1, 2017 THROUGH SEPTEMBER 30, 2018*

“Pursuant to Nevada Administrative Code (NAC) section 338.040(3), "After a contract has been awarded, the prevailing rates of wages in effect at the time of the opening of bids remain in effect for the duration of the project."

As Amendments/Addenda are made to the wage rates, such will be posted to sites of the respective counties. Please review regularly for any amendments posted or contact our offices directly for further assistance with any amendments to the rates. *Prevailing Wage Rates may be adjusted based on Collective Bargaining Agreements (CBA’s) and adjustments to those agreements. (See NAC section 338.010.)

AIR BALANCE TECHNICIAN ALARM INSTALLER BOILERMAKER BRICKLAYER CARPENTER CEMENT MASON ELECTRICIAN-COMMUNICATION TECH. ELECTRICIAN-LINE ELECTRICIAN-NEON SIGN ELECTRICIAN-WIREMAN ELEVATOR CONSTRUCTOR FENCE ERECTOR FLAGPERSON FLOOR COVERER GLAZIER HIGHWAY STRIPER HOD CARRIER-BRICK MASON HOD CARRIER-PLASTERER TENDER IRON WORKER LABORER MECHANICAL INSULATOR

2017‐2018 Prevailing Wage Rates – Clark County

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 83 of 116 MILLWRIGHT OPERATING ENGINEER OPERATING ENG. STEEL FABRICATOR/ERECTOR OPERATING ENGINEER-PILEDRIVER PAINTER PILEDRIVER (NON-EQUIPMENT) PLASTERER PLUMBER/PIPEFITTER REFRIGERATION ROOFER (Does not include sheet metal roofs) SHEET METAL WORKER SPRINKLER FITTER SURVEYOR (NON-LICENSED) TAPER TILE /TERRAZZO WORKER/MARBLE MASON TRAFFIC BARRIER ERECTOR TRUCK DRIVER WELL DRILLER LUBRICATION AND SERVICE ENGINEER (MOBILE AND GREASE RACK) SOIL TESTER (CERTIFIED) SOILS AND MATERIALS TESTER

PREVAILING WAGE RATES INCLUDE THE BASE RATE AS WELL AS ALL APPLICABLE FRINGES

NRS 338.010(21) “Wages” means:

(a) The basic hourly rate of pay; and

(b) The amount of pension, health and welfare, vacation and holiday pay, the cost of apprenticeship training or other similar programs or other bona fide fringe benefits which are a benefit to the workman.

NRS 338.035 Discharge of part of obligation of contractor or subcontractor engaged on public work to pay wages by making certain contributions in name of workman. The obligation of a contractor engaged on a public work or a subcontractor engaged on a public work to pay wages in accordance with the determination of the Labor Commissioner may be discharged in part by making contributions to a third person pursuant to a fund, plan or program in the name of the workman.

In accordance with AB 172: The Labor Commissioner shall determine the prevailing wage to be 90 percent of the rate determined pursuant to paragraphs (a), (b) and (c) for: (1) Any contract for a public work or any other construction, alteration, repair, remodeling or reconstruction of an improvement or property to which a school district or the Nevada System of Higher Education is a party; and (2) A public work of, or constructed by, a school district or the Nevada System of Higher Education, or any other construction, alteration, repair, remodeling or reconstruction of an improvement or property of or constructed by a school district or the Nevada System of Higher Education.

2017‐2018 Prevailing Wage Rates – Clark County

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 84 of 116

NSHE/SCHOOL Union or Non-Union CRAFT RATE DISTRICT RATE Rate

ADD SHEET METAL ZONE Union AIR BALANCE TECHNICIAN RATE Air Balance Technician-Journeyman 71.06 63.95 Air Balance Technician-Foreman 75.50 67.95 Air Balance Technician-General Foreman 79.94 71.95

ALARM INSTALLER Union Alarm Installer-Journeyman 62.67 56.40

BOILERMAKER Union Boilermaker 65.94 59.35

BRICKLAYER ADD ZONE RATE Union Bricklayer-Journeyman 50.83

CARPENTER ADD ZONE RATE Union Carpenter-Journeyman 58.76 52.88 Carpenter-Welder 59.76 53.78 Carpenter-Foreman 62.21 55.99

Carpenter-General Foreman 65.97 59.37

CEMENT MASON ADD ZONE RATE Union Cement Mason-Journeyman 53.93 48.54 Cement Mason-Foreman 57.78 52.00 Cement Mason-General Foreman 59.70 53.73

ELECTRICIAN- COMMUNICATION Union TECHNICIAN ADD ZONE RATE Installer/Technician 44.96 40.46 Senior Installer/Technician 62.67 56.40 Installer/Technician Foreman 67.60 60.84 Installer/Technician General Foreman 72.53 65.28

ELECTRICIAN- LINEMAN/GROUNDMAN/HEAVY EQUIPMENT OPERATOR Union Groundman 40.19 36.17 Lineman 60.40 54.36 Foreman 66.29 59.66 General Foreman 72.28 65.05 Heavy Equipment Operator 48.93 44.04

2017‐2018 Prevailing Wage Rates – Clark County

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 85 of 116

ELECTRICIAN-NEON SIGN Union Electrician-Neon Sign 50.35 45.32

ELECTRICIAN-WIREMAN ADD ZONE RATE Union Wireman-Journeyman 63.04 56.74 Wireman-Cable Splicer 63.56 57.20 Wireman-Foreman 68.00 61.20 Wireman-General Foreman 72.96 65.67

ELEVATOR CONSTRUCTOR Union Elevator Constructor-Journeyman Mechanic 73.13 65.82 Elevator Constructor-Mechanic In Charge 80.54 72.49

FENCE ERECTOR Non union Fence Erector 17.56 15.71

ADD LABORER Union FLAGPERSON ZONE RATE Flagperson 52.41 48.52

FLOOR COVERER Union Floor Coverer-Journeyman 48.29 43.46 Floor Coverer-Foreman 52.84 47.55

GLAZIER Union Glazier-Journeyman 68.01 61.21 Glazier-Foreman 72.22 64.99

ADD LABORER Union HIGHWAY STRIPER ZONE RATE Highway Striper 53.91 48.52

HOD CARRIER-BRICK MASON ADD LABORER Union TENDER ZONE RATE

Brick Mason 54.22 48.80

ADD LABORER Union HOD CARRIER-PLASTERER TENDER ZONE RATE

Plasterer Tender-Journeyman 53.89 48.50 Plasterer Tender-Foreman 55.89 50.30 Plasterer Tender-General Foreman 56.89 51.20

IRON WORKER Union Ironworker-Journeyman 66.09 59.48

2017‐2018 Prevailing Wage Rates – Clark County

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 86 of 116 Ironworker-Foreman 69.48 62.53 Ironworker-General Foreman

LABORER

SEE GROUP CLASSIFICATIONS ADD ZONE RATE Union Group 1 53.91 48.52 Group 2 54.12 48.71 Group 3 54.22 48.80 Group 4 54.31 48.88 Group 5 54.41 48.97 Group 6A 55.65 50.09 Group 6B 55.15 49.64 Group 6C 54.90 49.41 Group 6D 55.51 49.96 Group 6E 55.15 49.64 Group 7 53.41 48.07 Foreman $2.00 above highest paid journeyman supervised. General Foreman $3.00 above highest paid foreman supervised.

MECHANICAL INSULATOR ADD ZONE RATE Union Mechanical Insulator-Journeyman 62.23 56.01 Mechanical Insulator-Foreman 65.51 58.96 Mechanical Insulator-General Foreman 68.79 61.91

MILLWRIGHT ADD ZONE RATE Union Millwright-Journeyman 59.76 53.78 Millwright-Welder 60.76 54.68 Millwright-Foreman 63.43 57.09 Millwright-General Foreman 67.47 60.72

OPERATING ENGINEER Union SEE GROUP CLASSIFICATIONS ADD ZONE RATE Group 1 68.84 61.96 Group 2 69.79 62.81 Group 3 70.08 63.07 Group 4 71.57 64.41 Group 5 72.67 65.40 Group 6 71.79 64.61 Group 7 72.89 65.60 Group 8 71.90 64.71 Group 9 73.00 65.70 Group 10 72.02 64.82

2017‐2018 Prevailing Wage Rates – Clark County

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 87 of 116

Group 11 73.12 65.81 Group 12 72.19 64.97 Group 13 72.29 65.06 Group 14 72.32 65.09 Group 15 72.40 65.16 Group 16 72.52 65.27 Group 17 72.69 65.42 Group 18 72.79 65.51 Group 19 72.90 65.61 Group 20 73.02 65.72 Group 21 73.19 65.87 Group 22 73.29 65.96 Group 23 73.40 66.06 Group 24 73.52 66.17 Group 25 73.69 66.32 Add $.50 per hour for "Special" Shift Add $1.00 per hour for "Multiple" Shift

OPERATING ENGINEER:

CRANES, PILEDRIVING, & HOISTING EQUIPMENT Union SEE GROUP CLASSIFICATIONS ADD ZONE RATE Group 1 Engineer Oiler 72.52 65.27 Forklift Operator 71.35 64.22 Group 2 Truck Crane Oiler 71.57 64.41 Group 3 A-Frame or Winch Truck Operator 71.57 64.41 Ross Carrier Operator (Jobsite) 71.57 64.41 Group 4

Bridge-Type Unloader and Turntable 71.57 64.41 Operator Helicopter Hoist Operator 71.57 64.41 Group 5

Hydraulic Boom Truck (Pitman) 71.79 64.61

Stinger Crane (Austin-Western or Similar 71.79 64.61 Type) Tugger Hoist Operator (1 Drum) 71.79 64.61 Group 6 Bridge Crane Operator 71.90 64.71 Cretor Crane Operator 71.90 64.71 Hoist Operator (Chicago Boom and Similar 71.90 64.71 Type)

2017‐2018 Prevailing Wage Rates – Clark County

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 88 of 116

Lift Mobile Operator 71.90 64.71 Lift Slab Machine Operator (Vagtborg and 71.90 64.71 Similar Types)

Material Hoist/Manlift Operator 71.90 64.71

Polar Gantry Crane Operator 71.90 64.71

Self Climbing Scaffold (or Similar Type) 71.90 64.71 Shovel, Backhoe, Dragline, Clamshell Operator (Over 3/4 YD. and up to 5 CU. 71.90 64.71 YDS. M.R.C.)

Silent Piler 71.90 64.71

Tugger Hoist Operator (2 Drum) 71.90 64.71

Group 7

Pedestal Crane Operator 72.02 64.82

Shovel, Backhoe, Dragline, Clamshell Operator (over 5 CU. YDS. M.R.C.) 72.02 64.82 Tower Crane Repairman 72.02 64.82

Tugger Hoist Operator (3 Drum) 72.02 64.82

Group 8

Crane Operator (up to and including 25 ton capacity) 73.99 66.59

Crawler Transporter Operator 72.19 64.97 Derrick Barge Operator (up to and including 25 ton capacity) 72.19 64.97 Hoist Operator, Stiff Legs, Guy Derrick or Similar Type (up to and including 25 ton capacity) 72.19 64.97

Shovel, Backhoe, Dragline, Clamshell Operator (over 7 CU. YDS. M.R.C.) 72.19 64.97

Group 9 Crane Operator (over 25 tons up to and 73.99 66.59 including 50 tons M.R.C.) Derrick Barge Operator (over 25 tons, up to 72.36 65.12 and including 50 tons M.R.C.)

Highline Cableway Operator 72.36 65.12 Hoise Operator, Stiff Legs, Guy Derrick or Similar Type (over 25 tons, up to and 72.36 65.12 including 50 tons M.R.C.)

K-Crane 72.36 65.12

2017‐2018 Prevailing Wage Rates – Clark County

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 89 of 116

Polar Crane Operator 72.36 65.12 Self Erecting Tower Crane Operator Maximum Lifting Capacity Ten (10) Tons. 72.36 65.12 One (1) Ton Operator) Group 10

Crane Operator (over 50 tons, up to and 75.41 67.87 including 100 tons M.R.C.)

Derrick Barge Operator (over 50 tons, up to 73.36 66.02 and including 100 tons M.R.C.) Hoist Operator, Stiff Legs, Guy Derrick or Similar Type (over 50 tons, up to and 73.36 66.02 including 100 tons M.R.C.)

Mobile Tower Crane Operator (over 50 75.41 67.87 tons, up to and including 100 tons M.R.C.) Group 11

Crane Operator (over 100 tons, up to and 75.91 68.32 including 200 tons M.R.C.)

Derrick Barge Operator (over 100 tons, up 74.36 66.92 to and including 200 tons M.R.C.) Hoist Operator, Stiff Legs, Guy Derrick or Similar Type (over100 tons, up to and 74.36 66.92 including 200 tons M.R.C.)

Mobile Tower Crane Operator (over 100 75.91 68.32 tons, up to and including 200 tons M.R.C.) Tower Crane Operator and Tower Gantry 76.36 68.72 Group 12

Crane Operator (over 200 tons up to and 78.55 70.70 including 300 tons M.R.C.)

Derrick Barge Operator (over 200 tons up to 75.36 67.82 and including 300 tons M.R.C.)

Hoist Operator, Stiff Legs, Guy Derrick or Similar Type (over 200 tons up to and 75.36 67.82 including 300 tons M.R.C.)

Mobile Tower Crane Operator (over 200 78.55 70.70 tons up to and including 300 tons M.R.C.) Group 13 Crane Operator (over 300 tons) 79.92 71.93 Derrick Barge Operator (over 300 tons) 76.36 68.72 Helicopter Pilot 76.36 68.72

Hoist Operator, Stiff Legs, Guy Derrick or 76.36 68.72 Similar Type (over 300 tons)

2017‐2018 Prevailing Wage Rates – Clark County

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 90 of 116 Mobile Tower Crane Operator (over 300 79.92 71.93 tons) Add $ .50 per hour for "Special" Shift Add $1.00 per hour for "Multiple" Shift

OPERATING ENGINEER-SURVEYOR Union SEE GROUP CLASSIFICATIONS ADD ZONE RATE Group 1 70.76 63.68 Group 2 71.57 64.41 Group 3 71.79 64.61 Group 4 72.07 64.86 Group 5 72.19 64.97 Group 6 72.29 65.06 Group 7 72.32 65.09 Group 8 72.69 65.42 Group 9 72.82 65.54 Group 10 73.32 65.99

OPERATING ENGINEER –TUNNEL Union

SEE GROUP CLASSIFICATIONS ADD ZONE RATE Group 1 70.69 63.62 Group 2 71.64 64.48 Group 3 71.93 64.74 Group 4 72.07 64.86 Group 5 72.29 65.06 Group 6 72.40 65.16 Group 7 72.52 65.27 Group 8 72.69 65.42 Group 9 72.82 65.54

PAINTER Union Painter-Journeyman 54.42 48.98 Painter-Foreman 57.80 52.02

PILEDRIVER Union Driverman, Rigman, Bridge and Dock Carpenter 55.46 49.91 Certified Welder 56.46 50.81 Piledriver-Foreman 59.19 53.27 Diver-Diving (wet pay) 102.25 92.03 Stand-By Diver 60.19 54.17 Tender 59.19 53.27

2017‐2018 Prevailing Wage Rates – Clark County

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 91 of 116 PLASTERER ADD ZONE RATE Union Plasterer-Journeyman 52.41 47.17 Plasterer-Foreman 56.10 50.49 Plasterer-General Foreman 57.95 52.16

PLUMBER/PIPEFITTER ADD ZONE RATE Union Plumber/Pipefitter-Journeyman 64.96 55.06 Plumber-Foreman 69.25 58.64 Plumber-General Foreman 73.54 62.22

REFRIGERATION Union Refrigeration-Journeyman 64.96 55.06 Refrigeration-Foreman 69.25 58.64 Refrigeration-General Foreman 73.54 62.22

ROOFER Union (Does not include sheet metal roofs) Roofer-Journeyman 35.90 32.31 Roofer-Foreman 41.37 37.23

SHEET METAL WORKER ADD ZONE RATE Union Sheet Metal-Journeyman 71.06 63.95 Sheet Metal-Foreman 75.50 67.95 Sheet Metal-General Foreman 79.94 71.95

SPRINKLER FITTER Union Sprinkler Fitter-Journeyman 59.57 53.61 Sprinkler Fitter-Foreman 62.32 56.09 Sprinkler Fitter-General Foreman 64.57 58.11

TAPER Taper 54.42 48.98

TILE SETTER/TERRAZZO Union WORKER/MARBLE MASON ADD ZONE RATE

Tile Setter/Terrazzo Worker/Marble Mason- Finisher 39.66 35.69 Tile Setter 53.28 47.95 Terrazzo Worker/Marble Mason 55.91 50.32

TRAFFIC BARRIER ERECTOR ADD LABORER ZONE RATE Union Traffic Barrier Erector 53.91 48.52

TRUCK DRIVER

2017‐2018 Prevailing Wage Rates – Clark County

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 92 of 116

SEE GROUP CLASSIFICATIONS ADD ZONE RATE Union Group 1 54.42 48.98 Group 2 54.52 49.07 Group 3 54.73 49.26 Group 4 54.91 49.42 Group 5 55.06 49.55 Group 6 55.41 49.87 Foreman $1.00 above highest paid journeyman supervised.

ADD OPERATING ENGINEER ZONE Union WELL DRILLER RATE Well Driller 71.79 64.61

ADD OPERATING ENGINEER ZONE Union EQUIPMENT GREASER (RACK) RATE Equipment Greaser (rack) 70.08 63.07

ADD OPERATING EQUIPMENT GREASER (GREASE ENGINEER ZONE Union TRUCK) RATE Equipment Greaser (grease truck) 72.67 65.40

ADD OPERATING EQUIPMENT GREASER (GREASE ENGINEER ZONE Union TRUCK/MULTI-SHIFT) RATE Equipment Greaser (grease truck/multi- shift) 71.57 64.41

ADD OPERATING Union TUNNEL, EQUIPMENT GREASER ENGINEER ZONE (GREASE TRUCK) RATE Tunnel, Equipment Greaser (grease truck) 72.29 65.06

ADD

OPERATING Union ENGINEER ZONE FIELD SOILS AND MATERIAL TESTER RATE Field Soils and Material Tester 69.79 62.81

ADD OPERATING FIELD ASPHALTIC CONCRETE (SOILS ENGINEER ZONE Union AND MATERIAL TESTER) RATE Field Asphaltic Concrete (soils and material tester) 69.79 62.81

2017‐2018 Prevailing Wage Rates – Clark County

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 93 of 116 Job Descriptions for Recognized Classes of Workmen

Regarding job descriptions for public works projects, please take notice of the following:

1. Pursuant to NAC 338.0095(1)(a), "A workman employed on a public work must be paid based on the type of work that the workman actually performs on the public work and in accordance with the recognized class of the workman." 2. The work description for a particular class is not intended to be jurisdictional in scope nor to be construed as limiting or prohibiting any worker from performing the work of one or more classes. 3. Any person who believes that a type of work is not classified, or who otherwise needs clarification pertaining to the recognized classes or job descriptions, shall contact the Labor Commissioner, in writing, for a determination of the applicable classification and pay rate for a particular type of work. 4. The job descriptions set forth or referenced herein supersede any and all descriptions previously agreed upon by the Labor Commissioner in any settlement agreements or stipulations arising out of contested matters. 5. The following specific provisions, where applicable, shall prevail over any general provisions of the job descriptions:

• Amendments to the prevailing wage determinations; • Group Classifications and/or descriptions recognized by the Labor Commissioner and included with wage determinations for a particular type of work in a particular county.

AIR BALANCE TECHNICIAN, includes but is not limited to: Inspecting, testing, programming, documenting, adjusting and balancing heating, cooling and ventilating systems using specialized tools and testing equipment to attain performance standards specified in the design of the systems.

ALARM INSTALLER, includes but is not limited to:

1. Installing or testing electrical protective signaling systems used to provide notification of fire, burglary or other irregularities on the premises of the subscriber of the system; 2. Installing of wiring and signaling units; 3. Repairing electrical protective signaling systems 4. Starting up, programming and documenting systems;

BOILERMAKER, includes but is not limited to:

1. Constructing, assembling, maintaining and repairing stationary steam boilers and boiler house auxiliaries; 2. Aligning structures or plate sections to assemble boiler frame tanks or vats; 3. Assisting in the testing of assembled vessels, directing cleaning of boilers and boiler furnaces; 4. Inspecting and repairing boiler fittings, including, without limitation, safety valves, regulators, automatic control mechanisms, water columns and auxiliary machines.

BRICKLAYER, includes but is not limited to:

1. Laying materials, including without limitation, brick, structural tile and blocks of concrete, cinder, glass, gypsum and terra cotta, but not including stone, to construct or repair walls, partitions, arches, sewers, and other structures; 2. Laying and aligning bricks, blocks or tiles to build or repair structures for high temperature equipment, 2017‐2018 Prevailing Wage Rates – Clark County

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 94 of 116 including, without limitation, cupola, kilns, ovens and furnaces; and 3. Fastening or fusing brick or other building materials to structures with wire clamps, anchor holes, torches or cement. 4. Pointing-cleaning-caulking of all types of masonry; caulking of window frames encased in masonry on brick, stone or cement structures, including grinding and cutting out on such work and sand blasting, steam cleaning and gunite work. 5. Pointing, cleaning and weatherproofing of buildings, grain elevators and chimneys built of stone, brick or concrete, including grinding and cutting out, sand blasting and gunite work on the same.

CARPENTER, includes but is not limited to:

1. Laying out, constructing, erecting, fabricating, installing and repairing structures and fixtures of wood, plywood, or alternative materials, doors and hardware and the fastening of the same, inclusive of garage or overhead door openers, cabinets, framework, floors, and acoustical ceiling systems using carpenter's hand tools and power tools; 2. Installing or erecting metal studs, drywall, lathing, wall partitions, prefabricated EFIS panels or any other system of panels that is attached to the interior or exterior of any building or structure, insulation and all types of ceilings; 3. Pre-cast concrete and concrete form work which includes but is not limited to: setting of templates, layout, fabrication, constructing, placing, erection, rigging and hoisting, stripping and removing of all forms which are to be reused; 4. Plywood decking, including, without limitation, stacking and installation of the plywood and the plywood decking; 5. Cutting, setting, removing of beam sides and soffits, bracing, and pads; 6. Constructing all wood panel forms and frame wall; 7. Building, erecting and disassembling self-supporting scaffolds that are more than 14 feet in height; 8. Laying out, cutting, joining, fitting of Foam Architectural Elements if same are attached mechanically; and 9. Shaping, cutting and planing by any means if done by hand or machine.

CEMENT MASON, includes but is not limited to:

1. Smoothing and finishing surfaces of poured concrete floors, walls, sidewalks and curbs to specified textures; 2. Patching holes with fresh concrete or an epoxy compound; 3. Molding expansion joints and edges through the use of edging tools, jointers and straightedges; 4. Setting of curb and gutter forms one board high;

ELECTRONIC COMMUNICATION INSTALLER/TECHNICIAN, includes but is not limited to:

1. Pulling cable, installing and trimming devices, terminating loops, circuits, or other data gathering points; 2. Termination of main control panels, racks, or other head end equipment, as well as testing of all circuits from the field devices to the main control panels and/or equipment; 3. Utilizing test equipment for the purpose of troubleshooting and verifying the integrity of the circuits in question; 4. Using hand tools to assemble and install data communication lines and equipment computer systems, antennas and towers; 5. Disassembling equipment to adjust, repair or replace parts using hand tools; 6. Starting up, programming and documenting systems; 7. Measuring, cutting, splicing, connecting, soldering and installing wire and cable associated with communication systems

ELECTRONIC COMMUNICATION SENIOR INSTALLER/TECHNICIAN, includes but is not limited to:

2017‐2018 Prevailing Wage Rates – Clark County

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 95 of 116

May include the duties of the Installer/Technician; working with, supervising, and coordinating the work of the Installer/Technician.

ELECTRICIAN LINEMAN, includes but is not limited to:

1. Erecting and repairing wood poles and prefabricated light duty metal towers, cable and related equipment to construct overhead transmission and distribution power lines used to conduct electrical energy between generating stations, substations and consumers; 2. Directing and assisting electrician ground men in attaching cross arms, insulators, lightning arresters, switches, wire conductors and auxiliary equipment to poles and towers in preparation of erecting the poles or towers; 3. Climbing erected poles or towers and installing equipment such as transformers 4. Strings wire conductors between erected poles with assistance of ground helpers and adjusts slack in conductors to compensate for contraction and elongation of conductors due to temperature variations, using winch.

ELECTRICIAN GROUNDMAN, includes but is not limited to:

1. Working under the direct supervision of linemen, including the operation of jackhammers and man hauls; 2. Loading and unloading of materials and equipment used by electrician lineman. 3. Does not include climbing poles, towers or other structures or working in the proximity of energized lines or equipment;

ELECTRICIAN-NEON SIGN, includes but is not limited to:

1. Installing, servicing and repairing plastic, neon and illuminated signs; 2. Ascending ladders or operating hydraulic or electric hoist to install, service, or examine sign to determine cause of malfunction; 3. Wiring, rewiring or removing defective parts and installing new parts using electrician's tools; 4. Removing sign or part of sign for repairs, such as structural fabrication, scroll repair, or transformer repair;

ELECTRICIAN WIREMAN, includes but is not limited to:

1. Laying out plans, installing, testing and repairing wiring, electrical fixtures, apparatus and control equipment; 2. Measuring, cutting, bending, threading, assembling and installing electrical conduit by using tools including, without limitation, a hacksaw, pipe threader, or conduit bender; 3. Pulling wiring through conduit; 4. Splicing wires; 5. Connecting wiring to lighting fixtures and power equipment; 6. Installing control and distribution apparatus, including, without limitation, switches, relays and circuit breakers, and fastening such apparatus into place; 7. Connecting power cables to equipment, including, without limitation, electric ranges and motors, and installing grounding leads; 8. Testing the continuity of a circuit to ensure electrical compatibility and safety of components using testing instruments, including, without limitation, an ohmmeter, a battery and buzzer, and an oscilloscope; 9. As necessary, cutting and welding steel structural members; 10. Handling and installation of all electrical equipment, appliances, apparatus and materials at the site of the public work and necessary to the execution of the contract for the public work.

2017‐2018 Prevailing Wage Rates – Clark County

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 96 of 116

ELEVATOR CONSTRUCTOR, includes but is not limited to:

1. Assembling, installing, repairing and maintaining electric and hydraulic freight and passenger elevators, escalators and dumbwaiters; 2. Cutting pre-fabricated sections of framework, rails and other elevator components to specified dimensions, using acetylene torch, power saw, and disc grinder; 3. Installing cables, counterweights, pumps, motor foundations, escalator drives, guide rails, elevator cars, and control panels, using hand tools;

FENCE ERECTOR, includes but is not limited to:

1. Erecting or repairing chain link, wooden, tortoise, wire/wire mesh, or temporary fencing; 2. Mixing and pouring concrete around bases of posts and tamping soil into post hole to embed post; 3. Digging post holes with a spade, post hole digger or power driven auger; 4. Aligning posts through the use of lines or by sighting; 5. Verifying vertical alignment of posts with a plumb bob or spirit level;

FLAG PERSON, includes but is not limited to:

1. Directing movement of vehicular traffic through construction projects; 2. Distributing traffic control signs and markers along site in designated pattern; 3. Informing drivers of detour routes through construction sites;

FLOOR COVERER, includes but is not limited to:

1. Applying blocks, strips or sheets of shock-absorbing, sound-deadening or decorative covering to floors and walls, including carpets or rugs; 2. Measuring and cutting covering materials, such as rubber, linoleum, astro-turf, or cork tile and foundation material such as felt, using rule, straightedge, linoleum knife and snips; 3. Spreading adhesive cement over floor to cement foundation material to floor for sound-deadening, and to prevent covering from wearing at the board joints; 4. Rolling finished floors to smooth the floor and press cement into base and covering; 5. Fitting of devices for the attachment of carpet, linoleum, rubber and all resilient floor coverings and the fitting of metal edges, corners and caps used in the installation of the foregoing materials and all other preparatory work;

GLAZIER, includes but is not limited to:

1. Installing, setting, cutting, preparing, or removal of glass, or materials used in lieu thereof, including, without limitation, in windows, doorways, showers, bathtubs, skylights and display cases; 2. Installing glass on surfaces, including, without limitation, fronts of buildings, interior walls and ceilings; 3. Installing pre-assembled framework for windows and doors designed to be fitted with glass panels, including stained glass windows by using hand tools; 4. Loading and arranging glass, or materials used in lieu thereof, on trucks at the site of the public work;

HIGHWAY STRIPER, includes but is not limited to:

1. Painting highways, streets and parking surfaces by using manually propelled or mechanically propelled machines, brushes, rollers or spray guns; 2. Installing any device or application of any material used in lieu of paint for traffic direction, including, without limitation, buttons, tapes, plastics, rumble bars and other similar materials;

2017‐2018 Prevailing Wage Rates – Clark County

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 97 of 116

HOD CARRIER-BRICK MASON TENDER, includes but is not limited to:

1. Tending to or assisting brick masons, bricklayers and stonemasons; 2. Mixing, packing, wheeling and tempering mortar and fire clay; 3. Mixing, supplying and holding materials or tools; 4. Mixing, handling and conveying all other materials used by brick masons, bricklayers and stone masons; 5. Building scaffolds, trestles, boxes and swinging staging used exclusively by bricklayers and stone masons; 6. Hanging cables and placing putlogs; 7. Carrying bricks and mortar in a hod; 8. Cleaning work area and equipment of bricklayers and stone masons

HOD CARRIER-PLASTERER TENDER, includes but is not limited to:

1. Serving Plasterers in any capacity; 2. Handling materials after the materials are delivered as used by a Plasterer; 3. Building and handling all necessary trestle, scaffolding and planking of scaffolding for the exclusive use of Plasterers; 4. Building mortar boxes, mortar boards and stands.

IRONWORKER, includes but is not limited to:

1. Performing duties, as part of a crew, to raise, place and unite girders, columns and other structural steel members to form completed structures or structure frameworks; 2. Setting up hoisting equipment for raising and placing structural steel members; 3. Fastening steel members to cable of hoist, using chains, cable or rope; 4. Forcing steel members into final position using turnbuckles, crowbars, jacks, hand tools; 5. Aligning rivet holes in steel members with corresponding holes in previously placed steel members by driving drift pins to handle of wrench through holes; 6. Bolting aligned steel members to keep them in position until the steel members can be permanently riveted, bolted or welded into place; 7. Cutting and welding steel members; 8. Installing and repairing gates, iron doors, flagpoles, iron fences and roof decking; 9. Installing corrugated sheets when attached to steel frames; 10. Stud welding of all iron, steel and metal to structural steel; 11. Handling and setting of steel and metal joists; 12. Loading, unloading, hoisting, handling, signaling, placing and erecting of pre-stressed and pre-cast materials; 13. Handling, racking, sorting, cutting, bending, hoisting, placing, burning, welding and tying all material used to reinforce concrete construction;

LABORER, includes but is not limited to:

Perform tasks involving physical labor at building, highway, and heavy construction projects, tunnel and shaft excavations, and demolition sites. May operate hand and power tools of all types: air hammers, earth tampers, cement mixers, small mechanical hoists, and a variety of other equipment and instruments. May clean and prepare sites, dig trenches, set braces to support the sides of excavations, erect scaffolding, clean up rubble and debris, and remove asbestos, lead, and other hazardous waste materials. May assist other craft workers.

MARBLE MASON, includes but is not limited to:

2017‐2018 Prevailing Wage Rates – Clark County

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 98 of 116

1. Cutting, tooling, and setting marble slabs in floors and walls of buildings and renovating and polishing marble slabs previously set in buildings; 2. Trimming, facing and cutting marble to a specific size using a power saw, cutting and facing equipment, and hand tools 3. Drilling holes in marble slabs and attaching brackets; 4. Spreading mortar on the bottom and sides of a marble slab and on the side of adjacent marble slabs; 5. Setting blocks in positions, tamping a marble slab into place and anchoring bracket attachments with wire; 6. Filling joints between marble slabs with grout and removing excess grout with a sponge; 7. Cleaning and beveling cracks and chips on marble slabs using hand tools and power tools; 8. Heating cracked or chipped areas of a marble slab with a blowtorch and filling the defect with a composition mastic that matches the grain of the marble slab; and 9. Polishing marble slabs and other ornamental stone to a high luster by using hand tools and power tools.

MECHANICAL INSULATOR, includes but is not limited to:

1. Covering and lining structures with cork, canvas, tar paper, magnesia and related materials; 2. Installing blown-on insulation on pipe and machinery; 3. Lining of mechanical room surfaces and air handling shafts; 4. Filling and damming of fire stops and penetrations including, but not limited to, electrical and mechanical systems; 5. Foam applications for the purpose of thermal, acoustical, or fire protective purposes, including RTV foams or equivalents, applied to mechanical or electrical systems; 6. Duct lining and duct wrapping, direct application and installation of fire protection of grease ducts, exhaust systems, or any other ductwork for acoustical or thermal purposes; 7. Insulation of field joints on pre-insulated underground piping and the pouring of Gilsilite or its equivalent; 8. The application of material, including metal and PVC jacketing, on piping, fittings, valves, flanges, boilers, ducts, plenums, flues, tanks, vats, equipment and any other hot or cold surface for the purpose of thermal control;

MILLWRIGHT, includes but is not limited to:

1. Installing machinery and equipment according to layout plans, blueprints and other drawings in industrial establishments by using hoists, lift trucks, hand tools and power tools; 2. Dismantling machines by using hammers, wrenches, crowbars and other hand tools; 3. Assembling and installing equipment, including, without limitation, shafting, conveyors, monorails and tram rails, by using hand tools and power tools; 4. Constructing foundations for machines by using hand tools and building materials, including, without limitation, wood, cement and steel; 5. Assembling machines and bolting, welding, riveting or otherwise fastening them to a foundation or other structure by using hand tools and power tools; and 6. Repairing and lubricating machines and equipment (at the site of the public work) assembled and used by millwrights.

OPERATING ENGINEER, includes but is not limited to:

Operate one or several types of power construction equipment, such as motor graders, bulldozers, scrapers, compressors, pumps, derricks, shovels, tractors, or front-end loaders to excavate, move, and grade earth, erect structures, or pour concrete or other hard surface pavement.

PAINTER, includes but is not limited to:

2017‐2018 Prevailing Wage Rates – Clark County

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 99 of 116 1. All painting of walls, equipment, buildings, bridges and other structural surfaces by using brushes, rollers and spray guns; 2. Application of wall coverings/wall paper; 3. Removing old paint to prepare surfaces before painting the surface; 4. Mixing colors or oils to obtain desired color or consistency; 5. Sanding surfaces between coats and polishing final coat to a specified finish; 6. Cutting stencils and brushing and spraying lettering and decorations on surfaces; 7. Washing and treating surfaces with oil, turpentine, mildew remover or other preparations; 8. Filling cracks, holes and joints with caulk, putty, plaster or other filler by using caulking gun or putty knife;

PILEDRIVER, includes but is not limited to:

1. Operating pile drivers mounted on skids, barge, crawler, treads or locomotive crane to drive piling as foundations for structures including, without limitation, buildings, bridges and piers; 2. Barking, shoeing, splicing, form building, heading, centering, placing, driving, staying, framing, fastening, automatic pile threading, pulling and/or cutting off of piling; 3. Fabricating, forming, handling and setting of all such pre-cast, pre-stressed and post-stressed shapes that are an integral part of docks, piers, wharves, bulkheads, jetties, and similar structures;

PIPEFITTER, includes but is not limited to:

Assembling, installing, modifying and maintaining pipe systems, pipe supports and pneumatic equipment and related machines and equipment components for steam, hot water, heating, cooling, lubricating, sprinkling and industrial and processing systems which may require:

a. Cutting, threading and hammering pipe to specifications using tools, including, without limitation, saws, cutting torches and pipe threaders and benders; b. Attaching pipes to walls, structures and fixtures, including without limitation, radiators or tanks, using brackets, clamps, tools, or welding equipment; c. Coating non-ferrous piping materials by dipping in mixture of molten tin and lead to prevent erosion, or galvanic and electrolytic action;

PLASTERER, includes but is not limited to:

1. Applying coats of plaster onto interior or exterior walls, ceilings, or partitions of buildings to produce a finished surface according to blueprints, architects' drawings and oral instruction; 2. Creating decorative textures in finish coat by using sand, pebbles or stones; 3. Installing guide wires on exterior surfaces of buildings to indicate thickness of plaster or stucco; 4. Applying weatherproof, decorative covering to exterior surfaces of a building; 5. Molding and installing ornamental plaster pieces, panels and trim; 6. Directing workers to mix plaster to a desired consistency; 7. Assembly of EFIS panels; 8. Laying out, cutting, joining, fitting and installation of Architectural Foam Elements which are trowel applied or adhesive set; 9. Applying, shaping, cutting, and planing in preparation for netting done by hand or machine; 10. All plaster or synthetic finishes applied to Foam Architectural Elements

PLUMBER, includes but is not limited to:

Assembling, installing and repairing pipes, fittings and fixtures for heating, water and drainage systems inside of buildings and to a point 5 feet outside of buildings which may therein require:

2017‐2018 Prevailing Wage Rates – Clark County

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 100 of 116 a. Repairing and maintaining plumbing by replacing defective washers, repairing or mending broken pipes, and opening clogged drains; b. Assembling pipe sections, tubing and fittings by using screws, bolts, solder, plastic solvent and caulking; c. Installing pipe assemblies, fittings, valves and fixtures, including, without limitation, sinks, toilets and tubs, by using hand tools and power tools; d. Cutting openings in structures, excluding concrete, to accommodate pipe and pipe fittings by using hand tools and power tools; e. Filling pipes and plumbing fixtures with water or air and observing pressure gauges to detect and locate leaks.

REFRIGERATION MECHANIC, includes but is not limited to:

1. Installing and repairing industrial and commercial refrigeration systems; 2. Mounting compressors, condensers and other refrigeration components to the frame of a refrigerator by using hand tools and acetylene welding equipment; 3. Assembling structural and functional components needed for refrigeration, including, without limitation, controls, switches, gauges, wiring harnesses, valves, pumps, compressors, condensers, cores and pipes; 4. Installing expansion and control valves by using hand tools and acetylene welding equipment; 5. Cutting, bending, threading and connecting pipe from functional components to water, power or refrigeration systems; 6. Fabricating and assembling components and structural portions of a refrigeration system;

ROOFER, includes but is not limited to:

1. Installing and covering roofs and structures with slate, asphalt, wood and other related materials, other than sheet metal, by using brushes, knives, punches, hammers and other tools; 2. Spraying roofs, sidings and walls with material to bind, seal, insulate or soundproof sections of a structure; 3. Installation of all plastic, slate, slag, gravel, asphalt and composition roofing, and rock asphalt mastic when used for damp and waterproofing; 4. Installation of all damp resisting preparations when applied on roofs with mop, three-knot brush, roller, swab or spray system; 5. All types of preformed panels used in waterproofing; 6. Handling, hoisting and storing of all roofing, damp and waterproofing materials; 7. The tear-off and/or removal of roofing and roofing materials;

SHEET METAL WORKER, includes but is not limited to:

1. Fabricating, assembling, dismantling, installing or repairing: o Sheet metal roofs, including #30 felt roofing paper installed to form a metal roofing system; o Sheet metal parts or equipment, including, without limitation, duct work, metal lockers and kitchen equipment; o Air-veyor and air-handling systems, regardless of materials used; 2. Setting up and operating fabrication machines to cut, bend and straighten sheet metal; 3. Shaping metal over anvils, blocks or forms using a hammer; 4. Operating soldering and welding equipment to join sheet metal parts; 5. Inspecting, assembling and smoothing seams and joints of burred surfaces; 6. Welding, soldering, bolting, riveting, screwing, clipping, caulking or bonding component parts to assemble products by using hand tools, power tools and devices for lifting and handling;

SPRINKLER FITTER, includes but is not limited to:

2017‐2018 Prevailing Wage Rates – Clark County

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 101 of 116 Installing, dismantling, maintaining, repairing, adjusting and correcting all fire protection and fire control systems, including the installation of piping or tubing, appurtenances and equipment pertaining thereto, including both overhead and underground water mains, fire hydrants, and hydrant mains, standpipes and hose connection to sprinkler systems, sprinkler tank heaters, air lines and thermal systems used in connection with sprinkler and alarm systems.

SURVEYOR, includes but is not limited to:

1. Planning ground surveys designed to establish base lines, elevation and other geodetic measurements; 2. Compiling data relevant to the shape, contour, gravitation, location, elevation and dimension of land and land features on or near the surface of the Earth for engineering, map making, mining, land evaluation, construction and other purposes; 3. Surveying bodies of water to determine navigable channels and to secure data for construction of breakwaters, piers and other marine structures; 4. Computing data necessary for driving and connecting underground passages, underground storage and volume of underground deposits.

TAPER, includes but is not limited to:

1. Sealing joints between plasterboard or other wallboards to prepare a wall surface for painting or papering; 2. Mixing sealing compound by hand or with a portable electric mixer and spreading the compound over the joints between boards using a trowel, broad knife, or spatula; 3. Filling cracks and holes in walls and ceilings with sealing compound ; 4. Applying texturing compound and primer to walls and ceiling to prepare a surface for a final finish by using brushes, rollers and spray guns; 5. Coating of joint compound or taping mud;

TERRAZZO WORKER, includes but is not limited to:

1. Applying cement, sand, pigment and marble chips to floors and stairways to attain durable and decorative surfacing according to specifications or drawings; 2. Spreading mixtures of sand, cement and water over surface with a trowel to form terrazzo; 3. Cutting metal division strips and pressing the metal division strips into a terrazzo base so that top edges form a desired design or pattern and define level of finished floor surface; 4. Spreading mixtures of marble chips, cement, pigment and water over a terrazzo base to form a finished surface by using a float and trowel; 5. Pre-casting terrazzo blocks in wooden forms.

TILE SETTER, includes but is not limited to:

1. Applying tile and materials made for tile in tile-like units to walls, floors, ceilings and promenade roof decks following design specification; 2. Applying glazed, unglazed, mosaic and other ceramic tiles, which are used as a surface on floors, walls, ceilings, and other surfaces and which must be set to specific grade; 3. Applying and floating all setting beds into which glazed, unglazed, mosaic, or other ceramic tiles are set; 4. Leveling and plumbing tiles to a specified grade.

TILE, TERRAZZO AND MARBLE FINISHER, includes but is not limited to:

1. Supplying and mixing construction materials for a tile setter, terrazzo worker or marble setter; 2. Applying grout and finishing the surface of installed tile, terrazzo and marble;

2017‐2018 Prevailing Wage Rates – Clark County

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 102 of 116 3. Cleaning installed tile, terrazzo and tile surfaces; 4. Renovation and filling chipped, cracked and broken pieces of tile, terrazzo and marble; 5. Grinding and polishing tile, terrazzo and marble; 6. Assisting a tile setter, terrazzo worker or marble setter;

TRAFFIC BARRIER ERECTOR, includes but is not limited to:

Erects or places instruments to provide directional assistance to traffic on or near the public works construction project.

TRUCK DRIVER, includes but is not limited to:

Driving a tractor trailer combination or a truck transport goods or materials at the site of a public work or between sites of a public work. (Also, see descriptions listed with Truck Driver rates, if any)

WELL DRILLER, includes but is not limited to:

1. Setting, operating or tending to portable drilling rig machinery and related equipment to drill wells; 2. Extending stabilizing jackscrews to support and level a drilling rig; 3. Installing water well pumps; 4. Drillings wells for industrial water supplies, irrigation water supplies or water supplies for any other purpose; dewatering or other similar purposes; exploration; hole drilling for geologic and hydrologic information; and core drilling for geologic information.

GROUP CLASSIFICATIONS

LABORER

Group 1 Construction Clean-Up Dry packing of concrete & filling of form bolt holes File grader, highway & street paving, airport runways & similar type heavy construction Gas & oil pipeline laborer Guinea chaser Laborer, demolition or general construction ("General construction" does not include work otherwise classified.) Laborer, packing rod steel & pans Laborer, temporary water lines (portable type) Landscape gardener Nurseryman Tarman and mortarman, kettleman, potman and man applying asphalt, lay-kold creosote, fine, and similar type materials Underground laborer, including caisson bellowers Scaffold Erector (under 14 ft.) Landscape Decorative rock Installer – (Ponds, Waterfalls, Etc.) Materials Handler – (incidental to trade) Tool Crib Light Crib Light Tool Repairman Landscape Gardener (Must have knowledge of plant materials and how to plant them. Lays out plant arrangements to follow the landscape plan.) Mechanical Stabilized Earth Wall

2017‐2018 Prevailing Wage Rates – Clark County

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 103 of 116 Construction Clean Up Certified Firewatch

Group 2 Asphalt raker, ironer, spreader, luteman Buggymobile man Cement dumper (on one yard or larger mixers & handling bulk cement) Cesspool digger and installer Chucktender (except tunnels) Concrete core cutter Concrete curer, impervious membrane and oiler of all materials Concrete saw man, excluding tractor type, cutting, scoring old or new concrete Gas and oil wrapper, pot tender and form man Making and caulking of all non-metallic pipe joints Operators and tenders of pneumatic and electric tools, vibrating machines, hand propelled trenching machines, impact wrench multiplate and similar mechanical tools not separately classified herein Operator of cement grinding machine Riprap stonepaver Roto-scraper Sandblaster (pot tender) Scaler Septic tank digger and installer (lead man) Tank scaler and cleaner Tree climber, faller, chain saw operator, Pittsburgh chipper and similar type brush shredders

Group 3 Cutting torch operator Gas and oil pipeline wrapper Gas and oil pipeline laborer, certified Jackhammer and/or pavement breaker Laying of all non-metallic pipe, including landscape sprinklers, sewer pipe, drain pipe and underground tile Mudcutter Concrete vibrator operator, all sizes Rock slinger Scaler (using bos'n chair or safety belt or power tools) Forklift (Incidental to Trade) – A journeyman shall hold OSHA certification at time of referral Laying of all metallic and non-metallic pipe, p.v.c. and duct bank, including landscape sprinklers, sewer pipe, drain pipe and underground tile. Cement dumper (on one yard or larger mixers and handling bulk cement Concrete core cutter Concrete curer, impervious membrane and oiler of all materials Decorative rock installer (ponds, waterfalls, etc.) Shotcrete/gunite

Group 4 Cribber or shorer, lagging, sheeting, trench bracing, hand guided lagging hammer Head rock slinger Powderman-blaster, all work of loading holes, placing and blasting of all powder and explosives of whatever type, regardless of method used for such loading and placing Sandblaster (nozzleman) Steel header-board man

Group 5

2017‐2018 Prevailing Wage Rates – Clark County

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 104 of 116 Driller (core, diamond or wagon) Joy driller model TW-M-2A, Gardner-Denver model DH 143 and similar type drills (in accordance with Memorandum of Understanding between Laborers and Operating Engineers dated Miami, Florida, February 3, 1954) Gas and oil pipeline fusion Gas and oil pipeline wrappers, 6" pipe and over

Group 6 Miner and Bullgang

Group 7 Asbestos Abatement Lead Abatement Hazardous Waste Abatement Petro-Chemical Abatement Radiation Remediation Microbial Remediation $.50 wage rate above group III when wearing protective suite or respirator Employees shall be properly certified and/or licensed at time of dispatch.

OPERATING ENGINEER, includes but is not limited to:

Group 1 Bargeman Blade Operator Assistant Brakeman Compressor Operator Ditch Witch, with seat or similar type equipment Elevator Operator - inside Engineer Oiler Forklift Operator (under 5 Tons) Generator Operator Generator, Pump or Compressor Plant Operator Pump Operator Signalman Steam Cleaner/Pressure Washer Switchman

Group 2 Asphalt-Rubber Plant Operator (Nurse Tank Operator) Concrete Mixer Operator - Skip type Conveyor Operator Fireman Forklift Operator (over 5 Tons) Hydrostatic Pump Operator Oiler Crusher (Asphalt or Concrete Plant) PJU Side Dump Jack Rotary Drill Helper (Oilfield) Screening and Conveyor Machine Operator (or similar types) Skiploader (wheel type up to ¾ yd. without attachment) Tar Pot Fireman Temporary Heating Plant Operator Trenching Machine Oiler

2017‐2018 Prevailing Wage Rates – Clark County

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 105 of 116

Group 3 Asphalt-Rubber Blend Operator Bobcat or similar type (Skid Steer) Ford Ferguson (with dragtype attachments) Helicopter Radioman (ground) Stationary Pipe Wrapping and Cleaning Machine Operator

Group 4 Asphalt Plant Fireman Backhoe Operator (Mini-Max or similar type) Boring Machine Operator Boring System Electronic Tracking Locator Boxman or Mixerman (Asphalt or Concrete) Chip Spreading Machine Operator Concrete Cleaning Decontamination Machine Operator Concrete Pump Operator (small portable) Drilling Machine Operator, Small Auger Types (Texoma Super Economatic, or similar types - Hughes 100 or 200, or similar types - drilling depth of 30' maximum) Guard Rail Post Driver Operator Highline Cableway Signalman Horizontal Directional Drilling Machine Hydra-Hammer-Aero Stomper Micro Tunneling (above ground tunnel) Power Concrete Curing Machine Operator Power Concrete Saw Operator Power - Driven Jumbo Form Setter Operator Power Sweeper Operator Rock Wheel Saw/Trencher Roller Operator (compacting) Screed Operator (Asphalt or Concrete) Trenching Machine Operator (up to 6 ft.) Vacuum or Muck Truck

Group 5 No current classification

Group 6 Articulating Material Hauler Asphalt Plant Engineer Batch Plant Operator Bit Sharpener Concrete Joint Machine Operator (canal and similar type) Concrete Planer Operator Dandy Digger Deck Engine Operator Derrickman (Oilfield type) Drilling Machine Operator, Bucket or Auger Types (Calweld 100 Bucket or similar types - Watson 1000 Auger or similar types - Texoma 330, 500 or 600 Auger or similar types - drilling depth of 45' maximum) Drilling Machine Operator (including water wells) Hydrographic Seeder Machine Operator (straw, pulp or seed) Jackson Track Maintainer, or similar type

2017‐2018 Prevailing Wage Rates – Clark County

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 106 of 116 Kalamazoo Switch Tamper, or similar type Machine Tool Operator Maginnis Internal Full Slab Vibrator Mechanical Berm, curb or gutter (concrete or asphalt) Mechanical Finisher Operator (concrete, Clary-Johnson-Bidwell or similar) Micro Tunnel System (below ground) Pavement Breaker Operator (truck mounted) Road Oil Mixing Machine Operator Roller Operator (asphalt or finish) Rubber-Tired Earth Moving Equipment (single engine, up to and including 25 yds. struck) Self-Propelled Tar Pipelining Machine Operator Skiploader Operator (crawler and wheel type, over ¾ yd. and up to and including 1½ yds.) Slip Form Pump Operator (power driven hydraulic lifting device for concrete forms) Tractor Operator - Bulldozer, Tamper-Scraper (single engine, up to 100 h.p. flywheel and similar types, up to and including D-5 and similar types) Tugger Hoist Operator (1 drum) Ultra High Pressure Waterjet Cutting Tool System Operator Vacuum Blasting Machine Operator Welder - General

Group 7 Welder - General (Multi-Shift)

Group 8 Asphalt or Concrete Spreading Operator (Tamping or Finishing) Asphalt Paving Machine Operator (Barber Greene or similar type) Asphalt-Rubber Distributor Operator Backhoe Operator (up to and including ¾ yd.) Small Ford, Case or similar. Cast in Place Pipe Laying Machine Operator Combination Mixer and Compressor Operator (Gunite Work) Compactor Operator - self propelled Concrete Mixer Operator – Paving Crushing Plant Operator (Non Portable) Drill Doctor Drilling Machine Operator, Bucket or Auger Types (Calweld 150 Bucket or similar types - Watson 1500, 2000, 2500 Auger or similar types - Texoma 700, 800 Auger or similar types - drilling depth of 60' maximum) Elevating Grader Operator Grade Checker Gradall Operator Grouting Machine Operator Heavy Duty Repairman Heavy Equipment Robotics Operator Kalamazoo Balliste Regulator or similar type Kolman Belt Loader and similar type Le Tourneau Blob Compactor or similar type Loader Operator (Athey, Euclid, Sierra and similar types) Master Environmental Maintenance Mechanic Mobark Chipper or similar types Ozzie Padder or similar types PC 490 Slot Saw Pneumatic Concrete Placing Machine Operator (Hackley-Presswell or similar type) Portable Crushing Plant Operator Pumpcrete Gun Operator

2017‐2018 Prevailing Wage Rates – Clark County

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 107 of 116 Rock Drill or similar types Rotary Drill Operator (excluding Caison type) Rubber-Tired Earth Moving Equipment Operator (single engine, Caterpillar, Euclid, Athey Wagon, and similar types with any and all attachments over 25 yds. and up to and including 50 cu. yds. struck) Rubber-Tired Earth Moving Equipment Operator (multiple engine - up to and including 25 yds. struck) Rubber-Tired Scraper Operator (self-loading paddle wheel type - John Deere, 1040 and similar single unit) Self-Propelled Curb and Gutter Machine Operator Shuttle Buggy Skiploader Operator (crawler and wheel type over 1½ yds. up to and including 6½ yds.) Soil Remediation Plant Operator (C.M.I. Enviro Tech Thermal or Similar Types) (Oiler Required Group II) Surface Heaters and Planer Operator Tractor Compressor Drill Combination Operator Tractor Operator (any type larger than D-5 - 100 flywheel h.p. and over, or similar - Bulldozer, Tamper, Scraper and Push Tractor, single engine) Tractor Operator (boom attachments) Traveling Pipe Wrapping, Cleaning and Bending Machine Operator Trenching Machine Operator (over 6 ft. depth capacity, manufacturer's rating Trenching Machine with Road Miner Attachment (over 6 ft. depth capacity, manufacturer's rating) Ultra High Pressure Waterjet Cutting Tool System Mechanic Water Pull (compaction)

Group 9 Heavy Duty Repairman (Multi-Shift)

Group 10 Drilling Machine Operator, Bucket or Auger Types (Calweld 200 B Bucket or similar types - Watson 3000 or 5000 Auger or similar types - Texoma 900 Auger or similar types - drilling depth of 105' maximum) Dual Drum Mixer Heavy Duty Repairman-Welder Combination Monorail Locomotive Operator (diesel, gas or electric) Motor Patrol - Blade Operator (single engine) Multiple Engine Tractor Operator (Euclid and similar type - except Quad 9 Cat.) Pneumatic Pipe Ramming Tool and similar types Pre-Stressed Wrapping Machine Operator (2 Operators required) Rubber-Tired Earth Moving Equipment Operator (single engine, over 50 yds. struck) Rubber-Tired Earth Moving Equipment Operator (multiple engine, Euclid, Caterpillar and similar - over 25 yds. and up to 50 yds. struck) Tower Crane Repairman Tractor Loader Operator (crawler and wheel-type over 6½ yds.) Welder-Certified Woods Mixer Operator (and similar Pugmill equipment)

Group 11 Dynamic Compactor LDC350 (or similar types) Heavy Duty Repairman-Welder Combination (Multi-Shift) Welder-Certified (Multi-Shift)

Group 12 Auto Grader Operator Automatic Slip Form Operator Drilling Machine Operator, Bucket or Auger Types (Calweld, Auger 200 CA or similar types - Watson, Auger 6000 or similar types- Hughes Super Duty, Auger 200 or similar types - drilling depth of 175' maximum)

2017‐2018 Prevailing Wage Rates – Clark County

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 108 of 116 Hoe Ram or similar with Compressor Mass Excavator Operator - Less than 750 cu. yds. Mechanical Finishing Machine Operator Mobile Form Traveler Operator Motor Patrol Operator (multi-engine) Pipe Mobile Machine Operator Rubber-Tired Earth Moving Equipment Operator (multiple engine, Euclid, Caterpillar and similar type, over 50 cu. yds. struck) Rubber-Tired Self-Loading Scraper Operator (paddle-wheel-Auger type self-loading - two (2) or more units) Vermeer Rock Trencher (or similar type)

Group 13 Rubber-Tired Earth Moving Equipment Operator, operating equipment with the Push-Pull System (single engine, up to and including 25 yds. struck)

Group 14 Canal Liner Operator (not less than four (4) employees – Operator, Oiler, Welder, Mechanic, Grade Checker required) Canal Trimmer Operator Remote Controlled Earth Moving Equipment Operator (no one (1) Operator shall operate more than two (2) pieces of earth moving equipment at one time - One Dollar ($1.00) per hour additional to base rate) Wheel Excavator Operator (over 750 cu. yds. per hour)

Group 15 Rubber-Tired Earth Moving Equipment Operator, operating equipment with the Push-Pull System (single engine, Caterpillar, Euclid, Athey Wagon, and similar types with any and all attachments over 25 yds. and up to and including 50 cu. yds. struck) Rubber-Tired Earth Moving Equipment Operator, operating equipment with the Push-Pull System (multiple engine - up to and including 25 yds. struck)

Group 16 Rubber-Tired Earth Moving Equipment Operator, operating equipment with the Push-Pull System (single engine, over 50 yds. struck) Rubber-Tired Earth Moving Equipment Operator, operating equipment with the Push-Pull System (multiple engine, Euclid, Caterpillar and similar, over 25 yds. and up to 50 yds. struck)

Group 17 Rubber-Tired Earth Moving Equipment Operator, operating equipment with the Push-Pull System (multiple engine, Euclid, Caterpillar and similar type, over 50 cu. yds. struck) Tandem Tractor Operator (operating crawler type tractors in tandem - Quad 9 and similar type)

Group 18 Rubber-Tired Earth Moving Equipment Operator, operating in Tandem (scrapers, belly dumps, and similar types in any combination, excluding compaction units - single engine, up to and including 25 yds. struck)

Group 19 Rotex Concrete Belt Operator (or similar types) Rubber-Tired Earth Moving Equipment Operator, operating in Tandem (scrapers, belly dumps, and similar types in any combination, including compaction units - single engine, Caterpillar, Euclid, Athey Wagon, and similar types with any and all attachments over 25 yds. and up to and including 50 cu. yds. struck)

2017‐2018 Prevailing Wage Rates – Clark County

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 109 of 116 Rubber-Tired Earth Moving Equipment Operator, operating in Tandem (scrapers, belly dumps, and similar types in any combination, excluding compaction units - multiple engine, up to and including 25 yds. struck)

Group 20 Rubber-Tired Earth Moving Equipment Operator, operating in Tandem (scrapers, belly dumps, and similar types in any combination, excluding compaction units - single engine, over 50 yds. struck)

Rubber-Tired Earth Moving Equipment Operator, operating in Tandem (scrapers, belly dumps, and similar types in any combination, excluding compaction units - multiple engine, Euclid, Caterpillar and similar, over 25 yds. and up to 50 yds. struck)

Group 21 Rubber-Tired Earth Moving Equipment Operator, operating in Tandem (scrapers, belly dumps, and similar types in any combination, excluding compaction units - multiple engine, Euclid, Caterpillar and similar type, over 50 cu. yds. struck)

Group 22 Rubber-Tired Earth Moving Equipment Operator, operating equipment with the Tandem Push-Pull System (single engine, up to and including 25 yds. struck)

Group 23 Rubber-Tired Earth Moving Equipment Operator, operating equipment with the Tandem Push-Pull System (single engine, Caterpillar, Euclid, Athey Wagon, and similar types with any and all attachments over 25 yds. and up to and including 50 cu. yds. struck) Rubber-Tired Earth Moving Equipment Operator, operating equipment with the Tandem Push-Pull System (multiple engine, up to and including 25 yds. struck)

Group 24 Rubber-Tired Earth Moving Equipment Operator, operating equipment with the Tandem Push-Pull System (single engine, over 50 yds. struck)

Rubber-Tired Earth Moving Equipment Operator, operating equipment with the Tandem Push-Pull System (multiple engine, Euclid, Caterpillar and similar, over 25 yds. & up to 50 yds. struck)

Group 25 Concrete Pump Operator - truck mounted (Oiler required when boom over 105' or 36 meters) Rubber-Tired Earth Moving Equipment Operator, operating equipment with the Tandem Push-Pull System (multiple engine, Euclid, Caterpillar and similar type, over 50 cu. yds. struck)

OPERATING ENGINEER-CRANES, PILEDRIVING AND HOISTING EQUIPMENT

Group1 Engineer Oiler Forklift Operator

Group 2 Truck Crane Oiler

Group 3 A-Frame or Winch Truck Operator Ross Carrier Operator (jobsite)

2017‐2018 Prevailing Wage Rates – Clark County

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 110 of 116

Group 4 Bridge-Type Unloader and Turntable Operator Helicopter Hoist Operator

Group 5 Hydraulic Boom Truck (Pitman) Stinger Crane (Austin-Western or similar type) Tugger Hoist Operator (1 drum)

Group 6 Bridge Crane Operator Cretor Crane Operator Hoist Operator (Chicago Boom and similar type) Lift Mobile Operator Lift Slab Machine Operator (Vagtborg and similar types) Material Hoist/Manlift Operator Polar Gantry Crane Operator Self Climbing Scaffold (or similar type) Shovel, Backhoe, Dragline, Clamshell Operator (over 3/4 yd. and up to 5 cu. yds. M.R.C.) Silent Piler Tugger Hoist Operator (2 drum)

Group 7 Pedestal Crane Operator Shovel, Backhoe, Dragline, Clamshell Operator (over 5 cu. yds. M.R.C.) Tower Crane Repairman Tugger Hoist Operator (3 drum)

Group 8 Crane Operator (up to and including 25 ton capacity) Crawler Transporter Operator Derrick Barge Operator (up to and including 25 ton capacity) Hoist Operator, Stiff Legs, Guy Derrick or similar type (up to and including 25 ton capacity) Shovel, Backhoe, Dragline, Clamshell Operator (over 7 cu. yds. M.R.C.)

Group 9 Crane Operator (over 25 tons, up to and including 50 tons M.R.C.) Derrick Barge Operator (over 25 tons, up to and including 50 tons M.R.C.) Highline Cableway Operator Hoist Operator, Stiff Legs, Guy Derrick or similar type (over 25 tons, up to and including 50 ton M.R.C.) K-Crane Polar Crane Operator Self-Erecting Tower Crane Operator Maximum Lifting Capacity ten (10) tons. One (1) ton operator).

Group 10 Crane Operator (over 50 tons, up to and including 100 ton M.R.C.) Derrick Barge Operator (over 50 tons, up to and including 100 ton M.R.C.) Hoist Operator, Stiff Legs, Guy Derrick or similar type (over 50 tons, up to and including 100 ton M.R.C.) Mobile Tower Crane Operator (over 50 tons, up to and including 100 ton M.R.C.)

Group 11 Crane Operator (over 100 tons, up to and including 200 ton M.R.C.) Derrick Barge Operator (over 100 tons, up to and including 200 ton M.R.C.)

2017‐2018 Prevailing Wage Rates – Clark County

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 111 of 116 Hoist Operator, Stiff Legs, Guy Derrick or similar type (over 100 tons, up to and including 200 ton M.R.C) Mobile Tower Crane Operator (over 100 tons, up to and including 200 ton M.R.C.) Tower Crane Operator and Tower Gantry

Group 12 Crane Operator (over 200 tons, up to and including 300 ton M.R.C.) Derrick Barge Operator (over 200 tons, up to and including 300 ton M.R.C.) Hoist Operator, Stiff Legs, Guy Derrick or similar type (over 200 tons, up to and including 300 ton M.R.C.) Mobile Tower Crane Operator (over 200 tons, up to and including 300 ton M.R.C.)

Group 13 Crane Operator (over 300 tons) Derrick Barge Operator (over 300 tons) Helicopter Pilot Hoist Operator, Stiff Legs, Guy Derrick or similar type (over 300 tons) Mobile Tower Crane Operator (over 300 tons)

SURVEYOR GROUP CLASSIFICATIONS

Group 1 Chainman Group 2 Rodman

Group 3 Instrument man

Group 4 Global Position Systems Chainman and Rodman Hydrographic Engineering Technician I (Chainman)

Group 5 Party Chief

Group 6 E.D.M. or Fathometer Instrument man

Group 7 Certified Party Chief

Group 8 Hydrographic Engineer Party Chief

Group 9 Certified Hydrographic Engineer Party Chief Global Position Systems Party Chief

Group 10 Chief of Parties Two (2) or more crews

OPERATING ENGINEER-Tunnel

2017‐2018 Prevailing Wage Rates – Clark County

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 112 of 116 Group 1 Heavy Duty Repairman Helper

Group 2 Skiploader (wheel type up to ¾ yd. without attachment)

Group 3 Power - Driver Jumbo Form Setter Operator

Group 4 Dinkey Locomotive or Motorman (up to and including 10 tons)

Group 5 Bit Sharpener Equipment Greaser (Grease Truck) Slip Form Pump Operator (power driven hydraulic lifting device for concrete forms) Tugger Hoist Operator (1 drum) Tunnel Locomotive Operator (over 10 and up to and including 30 tons) Welder - General)

Group 6 Backhoe Operator (up to and including ¾ yd.) Small Ford, Case or similar Drill Doctor Grouting Machine Operator Heading Shield Operator Heavy Duty Repairman Jumbo Pipe Carrier Loader Operator (Athey, Euclid, Sierra and similar types) Mucking Machine Operator (1/4 yd.) Pneumatic Concrete Placing Machine Operator (Hackley-Presswell or similar type) Pneumatic Heading Shield (tunnel) Pumpcrete Gun Operator Tractor Compressor Drill Combination Operator Tugger Hoist Operator (2 drum) Tunnel Locomotive Operator (over 30 tons)

Group 7 Heavy Duty Repairman-Welder Combination

Group 8 No current classification

Group 9 Tunnel Mole Boring Machine Operator

TRUCK DRIVER, includes but is not limited to:

Group 1 Drivers of dump trucks (less than 12 yds. water level), drivers of trucks (legal payload capacity less than 15 tons), water and fuel truck drivers under 2,500 gal, pickup driver, service station attendant, teamster equipment (highest rate paid for dual craft operation), warehousemen, drivers of busses on site used for transportation of up to sixteen (16) passengers.

2017‐2018 Prevailing Wage Rates – Clark County

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 113 of 116 Group 2 Drivers of dump trucks (12 yds but less than 16 yds water level), drivers of trucks (legal payload capacity between 15 and 20 tons), drivers of transit mix trucks (under 3 yds), dumpcrete trucks (less than 6 ½ yds water level), gas and oil pipeline working truck drivers, including winch truck and all sizes of trucks, water and fuel truck drivers (2,500 gal to 4,000 gal), truck greaser, drivers of busses (on jobsite used for transportation or more than sixteen (16) passengers), warehouse clerk.

Group 3 Drivers of dump trucks (16 yds up to and including 22 yds water level), drivers of trucks (legal payload cap. 20 tons but less than 25 tons), drivers of dumpster trucks, drivers of transit-mix trucks (3 yds but less than 6 yds), dumpcrete trucks (6 ½ yds water level and over), fork lift driver, Ross Carrier driver, highway water and fuel drivers (4,001 gallon but less than 6,000 gallon), stock room clerk, tireman.

Group 4 Drivers of transit-mix trucks (6 yds or more), drivers of dump trucks (over 22 yds. water level), drivers of trucks (legal payload capacity 25 tons and over) drivers of fuel and water trucks (6,000 gallon and over).

Group 5 Drivers of trucks and trailers in combination (six axles or more).

Group 6 All Off-road Equipment, Truck Repairman, Transport Drivers and Drivers of Road Oil Spreader Trucks, DW 10 and DW 20 Euclid-type equipment Letourneau pulls, Terra Cobras and similar types of equipment, also PB and similar type trucks when performing work within the Teamster jurisdiction, regardless of types of attachment, including power units pulling off-highway belly dumps in tandem.

ZONE RATES

BRICKLAYER In addition to BRICKLAYER rates add the applicable amounts per hour, calculated based on a radius of over fifty (50) miles from the City Hall of Las Vegas, Nevada: 0-40 Miles $0.00 41-50 Miles $2.50 51-70 Miles $5.00 Over 70 Miles $7.50

The area within the city limits of Boulder City and Primm, Nevada shall be considered free zones.

CARPENTER In addition to CARPENTER rates add the applicable amounts per hour, calculated from Maryland Parkway and Charleston Boulevard, Las Vegas: Zone 1-0 to 40 miles $0.00 Zone 2-41 to 60 miles $2.50 Zone 3-Over 60 miles $4.25 Laughlin area $2.00

CEMENT MASON In addition to CEMENT MASON rates add the applicable amounts per hour, calculated based on a radius from the City Hall of Las Vegas, Nevada: Zone 1-0 to 50 miles $0.00 Zone over 50 miles $4.00

2017‐2018 Prevailing Wage Rates – Clark County

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 114 of 116

ELECTRICIAN COMMUNICATION TECHNICIAN In addition to ELECTRICIAN-Communication Technician, rates, add the applicable amounts per hour, calculated based on a radius from City Hall of Las Vegas: Zone 1- 0 to 25 miles $0.00 Zone 2- 26 to 55 miles $2.50 Zone 3-56 miles and over $3.50

ELECTRICIAN-WIREMAN In addition to ELECTRICIAN-Wireman rates, add the applicable amounts per hour, calculated based on a radius from City Hall of Las Vegas: Zone 1-0 to 25 miles $0.00 Zone 2-26 to 55 miles $2.50 Zone 3-over 55 miles $3.50

LABORER In addition to: LABORER, FLAGPERSON, HOD CARRIER BRICK MASON TENDER, HOD CARRIER PLASTERER, and TRAFFIC BARRIER ERECTOR rates add the applicable amounts per hour, calculated based on a radius from the City Hall of Las Vegas, Nevada: Zone 1-0 to 50 Miles $0.00 Zone 2-50 Miles and Over $3.75 including Laughlin area.

MECHANICAL INSULATOR In addition to MECHANICAL INSULATOR rates add the applicable amounts per hour, calculated based on a radius figured from Clark County Courthouse: Zone 1-20-45 miles- $3.75 Zone 3-75-150 miles- $7.50 Zone 4-150 miles and over- $8.75

MILLWRIGHT In addition to MILLWRIGHT rates add the applicable amounts per hour, calculated from Maryland Parkway and Charleston Boulevard, Las Vegas: Zone 1-0 to 19 miles $0.00 Zone 2-20 to 40 miles $1.50 Zone 3-40 miles and over $3.25

OPERATING ENGINEER In addition to: OPERATING ENGINEER; CRANES, PILEDRIVING AND HOISTING EQUIPMENT, SURVEYOR, TUNNEL, EQUIPMENT GREASER (RACK), EQUIPMENT GREASER (GREASE TRUCK), EQUIPMENT GREASER (GREASE TRUCK/MULTI-SHIFT), TUNNEL, EQUIPMENT GREASER (GREASE TRUCK), FIELD SOILS AND MATERIAL TESTER and FIELD ASPHALTIC CONCRETE (SOILS AND MATERIALS TESTER) AND WELL DRILLER rates add the applicable amounts per hour calculated from the City Hall of Las Vegas, Nevada: Zone 1-0 to 20 miles $0.00 Zone 2-21 to 40 miles $2.00 Zone 3-41 to 60 miles $3.00 Zone 4-over 60 miles $3.50

PLASTERER In addition to PLASTERER rates add the applicable amounts per hour, calculated from the City Hall of Las Vegas, Nevada: Zone 1-0 to 50 miles $0.00 Zone over 50 miles $4.00

2017‐2018 Prevailing Wage Rates – Clark County

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 115 of 116

PLUMBER/PIPEFITTER In addition to PLUMBER/PIPEFITTER rates employees performing work on Public Works Projects covered by this Agreement shall be entitled to the following wage rates for all hours worked, calculated on an air mile radius from the Clark County Regional Justice Center:

Zone 1-0-20 miles $ 0.00 Zone 2-21-45 miles $3.75 Zone 3-46-75 miles $7.50 Zone 4-76 miles and over $11.25

SHEET METAL WORKER In addition to SHEET METAL WORKER and AIR BALANCE rates add the applicable amounts per hour, calculated on a radius from the City Hall of Las Vegas, Nevada: Zone 1-0 to 30 miles $0.00 Zone 2-31 to 50 miles $2.50 Zone 3-51 to 100 miles $3.50 (including Laughlin) Zone 4-over 100 miles $5.00

TILE/TERRAZZO WORKER/MARBLE MASON In addition to TILE/TERRAZZO WORKER/MARBLE MASON rates add the applicable amounts per hour, calculated based on a radius of over fifty (50) miles from the City Hall of Las Vegas, Nevada: 0-40 Miles $0.00 41-50 Miles $2.50 51-70 Miles $4.37 Over 70 Miles $6.87

The area within the city limits of Boulder City and Primm, Nevada shall be considered free zones.

TRUCK DRIVER In addition to TRUCK DRIVER rates add the applicable amounts per hour, calculated from Las Vegas City Hall: Zone 1-0 to 20 miles $0.00 Zone 2-20 to 40 miles $1.50 Zone 3-40 to 60 miles $2.50 Zone 4-Over 60 miles $3.50

2017‐2018 Prevailing Wage Rates – Clark County

Eldorado Valley Waterline Extension – Phase II B.C. Project No. 18‐1030‐WD 116 of 116