HomeMy WebLinkAbout23-20-J Executed Contract.pdf SPECIFICATIONS
GENERAL ENGINEERING JOB ORDER CONTRACT
A MANDATORY pre-bid conference will be held at 1:00 p.m., on November 29, 2023 for
the purpose of discussing the Job Order Contract concept, documents, bid
considerations and to discuss Job Order Contracting from a contractor's viewpoint.
The meeting will be held online (the link for which will be posted at
http://www.co.fresno.ca.us/planholders).
BUDGET / ACCOUNT: 4510 / 7370
COtr�,?>
�1 6 Department o Public Works and Planning
O� �O P f g
FRES
CONTRACT NUMBER '3�-T° 23-20-J23� 1 23-22-d
cou
County of Fresno
O 1$56 O
DEPARTMENT OF PUBLIC WORKS AND PLANNING
I� STEVEN E. WHITE, DIRECTOR
FRS`'
December 7, 2023 Contract No. 23-19-J
23-20-J
23-21-J
23-22-J
ADDENDUM NO. 1 to CLASS A GENERAL ENGINEERING JOB ORDER CONTRACT,
revising the Bidding and Contract Documents Opening as follows:
AGREEMENT
DELETE:
ARTICLE XII. The Contractor shall forthwith furnish in duplicate, a faithful performance
bond in an amount equal to $2,000,000 each as a security for the payment of all persons
performing and furnishing materials in connection with this Contract. If the aggregate
outstanding Job Orders issued under the contract exceed $2,000,000, increases in the
Payment and Performance Bonds in increments of $500,000 will be required such that
the amount of the Payment and Performance Bonds are not less than one hundred
percent (100%) of the outstanding aggregate Job Orders issued. Bonds shall remain
in force for the duration and until completion of any outstanding Job Order. At no time
may the sum of outstanding Job Orders exceed the amount of the Payment and
Performance Bonds. Both bonds to be written by a surety company acceptable to the
Owner and in the form prescribed by law.
REPLACE with:
ARTICLE XII. The Contractor shall forthwith furnish in duplicate, a faithful performance
bond in an amount equal to $1,000,000 each as a security for the payment of all persons
performing and furnishing materials in connection with this Contract. If the aggregate
outstanding Job Orders issued under the contract exceed $1,000,000, increases in the
Payment and Performance Bonds in increments of $500,000 will be required such that
the amount of the Payment and Performance Bonds are not less than one hundred
percent (100%) of the outstanding aggregate Job Orders issued. Bonds shall remain
in force for the duration and until completion of any outstanding Job Order. At no time
may the sum of outstanding Job Orders exceed the amount of the Payment and
Performance Bonds. Both bonds to be written by a surety company acceptable to the
Owner and in the form prescribed by law.
END OF ADDENDUM NO. 1
Addendum No. 1 CLASS A GENERAL ENGINEERING JOB ORDER CONTRACT
Contract No. 23-19-J 23-20-J 23-21-J 23-22-J Page 1 of 2
--------------------------------------------------------------------------------------------------------------------
Please attach this Addendum to the inside cover of the Specifications booklet. If you
have given the Bidding and Contract Documents to someone else, please forward this
Addendum.
Q�OFESS/p Dec 7, 2023
Date Signed
9l 2
No. 67156 —
CIVIL
1411&�4�� _ . F OF CAUF�
Design Engineer: /
Mohammad Alimi PE C67156
FRESNO COUNTY
Department of Public Works and Planning
m/a 2220 Tulare Street, Suite 720
Fresno, CA 93721-2106
Addendum No. 1 CLASS A GENERAL ENGINEERING JOB ORDER CONTRACT
Contract No. 23-19-J 23-20-J 23-21-J 23-22-J Page 2 of 2
co
County of Fresno
0 1856 p DEPARTMENT OF PUBLIC WORKS AND PLANNING
E1i) STEVEN E. WHITE, DIRECTOR
December 12, 2023 Contract No. 23-19-J
23-20-J
23-21-J
23-22-J
ADDENDUM NO. 2 to CLASS A GENERAL ENGINEERING JOB ORDER CONTRACT,
revising the Bidding and Contract Documents/Bid Opening as follows:
TABLE OF CONTENTS
No changes
NOTICE TO BIDDERS
DELETE:
2:00 P.M., (1400 hours and 00 seconds)
Thursday, December 14, 2023
REPLACE with:
2:00 P.M., (1400 hours and 00 seconds)
Friday, December 15, 2023
DELETE:
The Federal minimum wage rates for this project as predetermined by the United States
Secretary of Labor are set forth in General Decision Number CA20230018, Dated
11/03/2023, which is incorporated in these special provisions by this reference as if fully
set forth herein and which can be viewed at https://www.SAM.gov, under CA20230018.
Said Federal wage rates, as well as project plans, special provisions, and bid forms, may
also be examined at the County of Fresno office described in the preceding paragraph.
Addenda to modify the reference to Federal minimum wage rates to reflect revisions
thereto, if necessary, will be issued to planholders of record.
REPLACE with:
The Federal minimum wage rates for this project as predetermined by the United States
Secretary of Labor are set forth in General Decision Number CA20230018, Dated
12/01/2023, which is incorporated in these special provisions by this reference as if fully
set forth herein and which can be viewed at https://www.SAM.gov, under CA20230018.
Said Federal wage rates, as well as project plans, special provisions, and bid forms, may
also be examined at the County of Fresno office described in the preceding paragraph.
Addenda to modify the reference to Federal minimum wage rates to reflect revisions
thereto, if necessary, will be issued to planholders of record.
Addendum No. 2 CLASS A GENERAL ENGINEERING JOB ORDER CONTRACT
Contract No. 23-19-J 23-20-J 23-21-J 23-22-J Page 1 of 2
SPECIAL PROVISIONS
No changes
PROPOSAL
No changes
BID BOOK
No changes
AGREEMENT
No changes
PROJECT DETAILS
No changes
END OF ADDENDUM NO. 2
--------------------------------------------------------------------------------------------------------------------
Please attach this Addendum to the inside cover of the Specifications booklet. If you
have given the Bidding and Contract Documents to someone else, please forward this
Addendum.
Q�OFESS/�N9
�S� Dec. 12, 2023
Date Signed
Cof No. 67156CIV —
�TF OF CIAUF���P
Design Engineer:
Mohammad Alimi PE C67156
FRESNO COUNTY
Department of Public Works and Planning
m/a 2220 Tulare Street, Suite 720
Fresno, CA 93721-2106
Addendum No. 2 CLASS A GENERAL ENGINEERING JOB ORDER CONTRACT
Contract No. 23-19-J 23-20-J 23-21-J 23-22-J Page 2 of 2
TABLE OF CONTENTS
COVER SHEET
BOARD ADOPTION AND ACKNOWLEDGMENT
Engineer's Signature
Consultant's Signature
NOTICE TO BIDDERS
BID ITEMS AND APPLICABLE SECTIONS
SPECIAL PROVISIONS
1 Definitions
2 Bidding
3 Contract Award and Execution
4 Scope of Work
5 Control of Work
6 Control of Materials
7 Legal Relations and Responsibility to the Public
8 Prosecution and Progress
9 Not Used
10 Construction Task Catalog® (electronic document incorporated by reference)
11 Technical Specifications (on electronic document incorporated by reference)
FEDERAL REQUIREMENTS
FEMA Requirements
Federal Requirements
Federal Forms
PROJECT DETAILS / DRAWINGS
Self-Dealing Transactions Disclosure Form
Sample Subcontractor List Form
Sample Guaranty Form
Revised Standard Specifications Dated 09-02-16
BID BOOK
Bidder's Declaration
Bid Form
Abbreviations Used
Signature Page
Noncollusion Declaration
Public Contract Code Certifications
AGREEMENT
Agreement
Exhibit A Required Federal-Aid Contract Language (Exhibit 12-G and Form 1273)
Exhibit B Minimum Federal Wage Rates Determination
CONTRACT NUMBER 23-19-J 23-20-J 23-21-J 23-22-J
PROJECT: GENERAL ENGINEERING JOB ORDER CONTRACT
CONTRACT NUMBER: 23-19-J 23-20-J 23-21-J 23-22-J
Nathan Magsig, Chairman 5th District
Ernest Buddy Mendes, Vice Chairman 4th District
Sal Quintero 3rd District
Brian Pacheco 1 st District
Steve Brandau 2nd District
Paul Nerland, County Administrative Officer
Steven E. White, Director
Department of Public Works and Planning
Z1-
Steve White(Nov 29,2023 16:41 PST)
Date Signed. Nov 29,2023
QROFESS/p�
w '
01 No. 67156CIVI
—
sgTF OF 6 All
1-\F����
Design Engineer: �o- ?
Mohammad Alimi PE C67156
FRESNO COUNTY
Department of Public Works and Planning
m/a 2220 Tulare Street, Suite 720
Fresno, CA 93721-2106
BOARD OF SUPERVISORS COUNTY OF FRESNO STATE OF CALIFORNIA
NOTICE TO BIDDERS
Sealed proposals will be received at:
https://www.bidexpress.com/businesses/36473/home
and at the Fresno County Department of Public Works and Planning (Department), Office of the
Design Engineer, Seventh Floor, Fresno County Plaza Building, 2220 Tulare Street, Fresno, CA
93721 until
2:00 P.M., (1400 hours and 00 seconds)
Thursday, December 14, 2023
If you have any questions about bid submission, please contact us at
DesignServices(a-)-fresnocountyca.gov or calling (559) 600-4241 or (559) 600-4543.
Promptly following the closing of the bidding all timely submitted bids will be publicly opened and
viewable via a livestream (the link for which will be posted at
http://www.fresnocountVca.gov/planholders) for construction in accordance with the project
specifications therefor, to which special reference is made as follows:
GENERAL ENGINEERING JOB ORDER CONTRACT
CONTRACT NUMBERS 23-19-J 23-20-J 23-21-J 23-22-J
A Job Order Contract is an indefinite quantity contract pursuant to which the Contractor will perform
an ongoing series of individual projects at different locations throughout the County of Fresno. The
types of work to done may include, but is not limited to: concrete repair, culvert repair, guardrail
replacement, bridge removal, bridge wing wall repair, irrigation pipe replacement, repair of failed
roadway sections, repair of asphalt dike, and minor parking lot repairs. Work being contemplated
under the Job Order Contract may include potentially Federally-funded work associated with a
declared disaster over which the Federal Emergency Management Agency would have oversight.
The bid documents include a Construction Task Catalog® containing construction tasks with preset
Unit Prices. All Unit Prices are based on local labor prevailing wages, material and equipment prices
and are for the direct cost of construction.
The County of Fresno affirms that in any contract entered into pursuant to the advertisement,
disadvantaged business enterprises will be afforded full opportunity to submit bids in response to
this invitation. Bidders are advised that, as required by federal law, efforts should be made to engage
Disadvantaged Business Enterprise (DBE)firms for any contracting or subcontracting opportunities,
under this contract.
A MANDATORY pre-bid conference will be held at 1:00 p.m., on Wednesday, November 29,
2023, for the purpose of discussing the Job Order Contract concept, documents, bid
considerations and to discuss Job Order Contracting from a contractor's viewpoint. The
MANDATORY pre-bid conference will be held online (the link for which will be posted at
http://www.fresnocountyca.gov/planholders).
Prospective bidders whose representative(s) attend the MANDATORY pre-bid conference
will receive the electronic link to the official specifications, the Construction Task Catalog®
and the Technical Specifications.
Contract Number 23-19-J 23-20-J 23-21-J 23-22-J Notice to Bidders - 1
The County reserves the right, in its sole discretion, to schedule a second pre-bid conference
via the issuance of an addendum to this contract. In such case, attendance at only one of
the pre-bid conferences will be mandatory.
Bidders will submit one bid that will be considered for four (4) potential Contracts being
offered. Bidders will bid two sets of Adjustment Factors to be applied to the Unit Prices. One
set of Adjustment Factors will be for projects located at lower elevations, and one set of
Adjustment Factors for projects at elevations above 3000 feet. Each set of Adjustment
Factors will include one Adjustment Factor for performing work during Normal Working
Hours and a second Adjustment Factor for performing work during Other Than Normal
Working Hours. All Adjustment Factors apply to every task in the Construction Task
Catalog®.
Upon award of the contract and as projects are identified, the Contractor will jointly scope the work
with the County Project Manager. The County Project Manager will prepare a Detailed Scope of
Work and issue a Request for Proposal to the Contractor. The Contractor will then prepare a Job
Order Proposal for the project including a Job Order Price Proposal, Schedule, Sketches or
Drawings, a list of subcontractors, and other requested documentation. The Job Order Price shall
equal the value of the approved Job Order Price Proposal. The value of the Job Order Price
Proposal shall be calculated by summing the total of the calculation for each Pre-priced Task (Unit
Price x quantity x Adjustment Factor) plus the value of all Non Pre-priced Tasks.
If the Job Order Proposal is found to be complete and reasonable, a Notice to Proceed with the Job
Order may be issued. The Contractor is required to complete each Detailed Scope of Work for the
Job Order Price within the Job Order Completion Time.
A Job Order will reference the Detailed Scope of Work and set forth the Job Order Completion Time,
and the Job Order Price. The Job Order Price is determined by multiplying the preset Unit Prices
by the appropriate quantities and by the appropriate Adjustment Factor. The Job Order Price shall
be lump sum, fixed price for the completion of the Detailed Scope of Work. A separate Job Order
will be issued for each project. Extra work, credits, and deletions will be contained in a Supplemental
Work Order.
Minimum and Maximum Contract Values:
A. There is no Minimum Contract Value for this Contract. If a contract is awarded, the Contractor
is not guaranteed to receive the opportunity to perform a specified minimum amount of work
during the Contract Term.
B. The Maximum Contract Value is $5,797,725. The Contractor is not guaranteed to receive this
volume of Job Orders. It is merely an estimate. The Owner has no obligation to issue Job Orders
in excess of the Minimum Contract Value. The awarded Contractors will be required to obtain
payment and performance bonds for the Maximum Contract Value.
C. The successful bidder shall furnish a payment bond and a performance bond in the amount of
$1,000,000 each as a security for the payment of all persons performing and furnishing materials
in connection with this Contract. If the aggregate outstanding Job Orders issued under the
contract exceed $1,000,000, increases in the Payment and Performance Bonds in increments
of $500,000 will be required such that the amount of the Payment and Performance Bonds are
not less than one hundred percent (100%) of the outstanding aggregate Job Orders issued.
Bonds shall remain in force for the duration and until completion of any outstanding Job Order.
At no time may the sum of outstanding Job Orders exceed the amount of the Payment and
Performance Bonds.
Contract Term:
A. The Contract Term commences on the date the contract is executed by the County of Fresno
Board of Supervisors (i.e.: the effective date of the Contract).
B. The term of the Job Order Contract will be either for one year or when issued Job Orders totaling
the Maximum Contract Value have been completed, whichever occurs first. All Job Orders must
Contract Number 23-19-J 23-20-J 23-21-J 23-22-J Notice to Bidders - 2
be issued but not necessarily completed within one calendar year of the effective date of the
Contract. All Job Orders for which a Notice to Proceed is issued by the County Contract Manager
during the term of this Contract shall be valid and in effect notwithstanding that the Detailed
Scope of Work may be performed, payments may be made, and the guarantee period may
continue, after the Contract Term has expired. All terms and conditions of the Contract apply to
each Job Order. No notices to proceed will be issued after 5:00, P.M. on the final day of the
Contract Term.
Bidders may fill out a Request to be Added to Planholders List:
https://www.fresnocountyca.gov/Departments/Public-Works-and-Planning/Construction-Bidding-
Opportunities/Request-to-Be-Added-to-the-Planholders-List-Form
Requesters will then be listed as a planholder for the project on the website and receive notifications
and addenda issued for the project.
Prospective bidders may also select the project on www.BidExpress.com. Those that demonstrate
interest in the project will be added to the planholders list, and receive notifications and addenda
issued for the project.
Planholder and exchange/publication names may be obtained from the Fresno County website at
https://www.fresnocountyca.gov/planholders. Electronic copies in ".pdf" file format of the official
project plans and specifications and such additional supplemental project information as may be
provided at the mandatory pre-bid conference.
The bid documents are available online at: https://www.bidexpress.com/businesses/36473/home
and bids may be submitted electronically through that website.
If a bidder is unable to submit a bid via Bid Express, Bid books, which contain bid proposal sheets
necessary to submit a bid, may be obtained at http://www.fresnocountyca.gov/planholders. Paper
bids shall be submitted in a sealed, opaque envelope addressed to the Department and labeled
with the name of the bidder, the name of the project, the contract number, and the statement 'Do
Not Open Until The Time Of Bid Opening.'
A Summary of Bids will be posted at the above listed website, generally within 24 hours of the Bid
Opening.
All questions regarding this project shall be in writing and shall be received by the Department of
Public Works and Planning, Design Division, no later than 2:00 P.M. on the seventh (7th) calendar
day before bid opening. Any questions received after this deadline will not receive a response
unless the Department of Public Works and Planning elects to issue an addendum to revise the bid
opening date. In the event that the bid opening date is revised, the deadline for questions will be
extended to no later than 2:00 P.M. on the seventh (7th) calendar day before the revised bid opening
date. Questions shall be submitted on the "Contractor Request For Clarification" form provided on
the project website at:
https://www.fresnocountVca.gov/Departments/Public-Works-and-Planning/Construction-Bidding-
Opportunities/23-19-J-23-20-J-23-21-J-23-22-J-Class-A-General-Engineering-Job-Order-
Contract/Reg uest-for-Clarification-Form
Contract Number 23-19-J 23-20-J 23-21-J 23-22-J Notice to Bidders - 3
Any changes to, or clarification of, the project plans and specifications shall be in the form of a
written addendum issued to planholders of record. Questions that prompt a change or clarification
shall be included in the addendum with the subsequent answer.
Any oral explanation or interpretations given to this project are not binding.
The County intends to award a contract to each of the four (4) lowest responsible bidders. One
proposal must be submitted by each bidder wishing to bid for one of the four contracts in the Class
A license category. Bids will be compared, for purposes of identifying the apparent low bidder for
proposed award of the contract, on the basis of the Award Criteria Figure. The Award Criteria Figure
is the sum of the weighted Adjustment Factors.
The Construction Task Catalog® is priced at a net value of 1.0000. The bid shall be an increase to
(e.g., 1.1000) or decrease to (e.g., 0.9500)the Unit Prices listed in the Construction Task Catalog®.
Bidders who submit separate Adjustment Factors for separate Unit Prices will be considered non-
responsive and their bid will be rejected.
The Owner selected The Gordian Group's (Gordian) Job Order Contracting (JOC) Solution for their
JOC program. The Gordian JOC Solution TM includes Gordian's proprietary JOC Information
Management System ("JOC IMS"), construction cost data, and Construction Task Catalog® which
shall be used by the Contractor solely for the purpose of fulfilling its obligations under this Contract,
including the preparation and submission of Job Order Proposals, Price Proposals, subcontractor
lists, and other requirements specified by the Owner. The Contractor shall be required to execute
Gordian's General Terms of Use and pay a 1% JOC System License Fee to obtain access to the
Gordian JOC Solution TM. The JOC System License Fee applies to all Job Orders issued to the
Contractor under the terms of this Contract. The Contractor shall include the JOC System License
Fee in the Adjustment Factors.
Bid security in the amount of $25,000 and in the form of a bid bond issued by an admitted surety
insurer licensed by the California Department of Insurance, cash, cashier's check or certified check
shall accompany the bid. Bid security shall be made in favor of the County of Fresno. You must
either attach an electronic bid bond or provide an original bid bond (or other form of bid security
authorized by Public Contract Code Section 20129(a)), prior to the bid opening, in accordance with
the detailed directions set forth in Section 2-1.33(4) ("Proposal 4 — Bid Security and Signature") of
the Instructions to Bidders. Each paper bid bond shall be submitted in a sealed envelope addressed
to the Department and labeled with the name of the bidder, the name of the project, the contract
number and the statement 'Bid Bond — Do Not Open Until the Time of Bid Opening.'
No contract will be awarded to a contractor who has not been licensed in accordance with the
provisions of the Contractors State License Law, California Business and Professions Code,
Division 3, Chapter 9, as amended, or whose bid is not on the proposal form included in the contract
document. A valid California Contractor's License, Class A (General Engineering), is required for
this project.
Pursuant to Section 1773 of the Labor Code, the general prevailing wage rates in the county, or
counties, in which the work is to be done have been determined by the Director of the California
Department of Industrial Relations. These wages are set forth in the General Prevailing Wage
Rates for this project, available at County of Fresno, Department of Public Works and Planning,
2220 Tulare Street, Sixth Floor, Fresno CA 93721-2104 and available from the California
Department of Industrial Relations' Internet web site at http://www.dir.ca.gov/DLSR/PWD. Future
effective general prevailing wage rates, which have been predetermined and are on file with the
California Department of Industrial Relations are referenced but not printed in the general prevailing
wage rates.
This project is subject to compliance monitoring and enforcement by the Department of Industrial
Relations.
Contract Number 23-19-J 23-20-J 23-21-J 23-22-J Notice to Bidders -4
No contractor or subcontractor may be listed on a bid proposal for a public works project unless
registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 [with
limited exceptions from this requirement for bid purposes only under Labor Code section 1771 .1(a)].
No contractor or subcontractor may be awarded a contract for public work on a public works project
unless registered with the Department of Industrial Relations pursuant to Labor Code section
1725.5.
This contract is subject to state contract nondiscrimination and compliance requirements pursuant
to Government Code, Section 12990.
The Federal minimum wage rates for this project as predetermined by the United States Secretary
of Labor are set forth in General Decision Number CA20230018, Dated 11/03/2023, which is
incorporated in these special provisions by this reference as if fully set forth herein and which can
be viewed at https://www.SAM.gov, under CA20230018. Said Federal wage rates, as well as
project plans, special provisions, and bid forms, may also be examined at the County of Fresno
office described in the preceding paragraph. Addenda to modify the reference to Federal minimum
wage rates to reflect revisions thereto, if necessary, will be issued to planholders of record.
Attention is directed to the federal provisions in the "Federal Requirements" section of these
specifications and Articles X, XI, and XII of the Agreement. If there is a difference between the
minimum wage rates predetermined by the Secretary of Labor and the general prevailing wage
rates determined by the Director of the California Department of Industrial Relations for similar
classifications of labor, the Contractor and subcontractors shall pay not less than the higher wage
rate. The Department will not accept lower State wage rates not specifically included in the Federal
minimum wage determinations. This includes "helper" (or other classifications based on hours of
experience) or any other classification not appearing in the Federal wage determinations. Where
Federal wage determinations do not contain the State wage rate determination otherwise available
for use by the Contractor and subcontractors, the Contractor and subcontractors shall pay not less
than the Federal minimum wage rate, which most closely approximates the duties of the employees
in question.
Each bond specified in this Notice shall be issued by a surety company designated as an admitted
surety insurer in good standing with and authorized to transact business in this state by the
California Department of Insurance, and acceptable to the County of Fresno. Bidders are cautioned
that representations made by surety companies will be verified with the California Department of
Insurance. Additionally, the County of Fresno, in its discretion, when determining the sufficiency of
a proposed surety company, may require the surety company to provide additional information
supported by documentation. The County generally requires such information and documentation
whenever the proposed surety company has either a Best's Key Rating Guide of less than A and a
financial size designation of less than Vill. Provided, however, that the County expressly reserves
its right to require all information and documentation to which the County is legally entitled from any
proposed surety company.
The Board of Supervisors reserves the right to reject any or all bids.
Board of Supervisors, County of Fresno
Paul Nerland, County Administrative Officer
Bernice E. Seidel, Clerk of the Board
Issue Date: November 14, 2024
Contract Number 23-19-J 23-20-J 23-21-J 23-22-J Notice to Bidders - 5
Special Provisions
Project: Job Order Contract General Engineering
Contract Numbers: 23-19-J 23-20-J 23-21-J 23-22-J
DIVISION I GENERAL PROVISIONS
1 GENERAL
1-1.01 GENERAL
Add to the beginning of Section 1:
The work is done in accordance with the 2015 Standard Specifications, 2015 Standard Plans and the following special
provisions.
Where these special provisions indicate to replace, add to, delete, delete from, or otherwise modify a "section," or a
portion thereof, the section or portion thereof to which such modification is to be applied is the section or portion
thereof with the corresponding numbering in the 2015 Standard Specifications.
Except to the extent that they may conflict with these special provisions, revised standard specifications apply if
included in the project details section of the book entitled "Specifications."
Revised standard plans apply if listed on the "List of Revised Standard Plans," if any, in these special provisions; or if
shown or referenced on the project plans or in the project details section of the book entitled "Specifications."
In case of conflict between the Standard Specifications and these special provisions, the special provisions shall take
precedence over and be used in lieu of such conflicting portions.
In case of conflict between applicable revised standard specifications and these special provisions, the special
provisions shall take precedence over and be used in lieu of such conflicting portions.
The work of this Contract will be set forth in the detailed Scopes of Work referenced in the individual Job Orders. The
Contractor is required to complete each Detailed Scope of Work for the Job Order Price within the Job Order
Completion Time.
The Contractor shall perform all labor, and furnish all materials, equipment and incidentals required to make each item
complete.
The Contractor shall perform work equaling at least 20 percent of the value any individual Job Order with the
Contractor's own employees and equipment, owned or rented, with or without operators except as otherwise may be
allowed as described hereinafter. The County Contract Manager may, in their sole and absolute discretion, provide a
written waiver such requirement for any particular Job Order.
Add to the end of section 1-1.01:
Bid Items and Applicable Sections
Item Item description Applicable
code section
090010A SUPPLEMENTAL WORK 9
090020A SUPPLEMENTAL WORK (PAYMENT ADJUSTEMENT FOR PRICE 9
INDEX FLUCTUATIONS
141000 TEMPORARY FENCE TYPE ESA 16
146005 TEMPORARY WETLAND PROTECTION MAT EA 16
146006 TEMPORARY WETLAND PROTECTION MAT LS 16
150100 PUBLIC SAFETY PLAN 60
150190 INJECT CRACK EPDXY 60
150200 CLOSE ACCESS, DECK 60
150201 SOFFIT ACCESS EXTENSION 60
150202 CORE AND PRESSURE GROUT DOWEL 60
150203 ABANDON CULVERT EA 71
150204 ABANDON CULVERT LF 71
150205 ABANDON REINFORCED CONCRETE BOX 71
150208 ABANDON DECK DRAIN 71
150209 ABANDON DRAINAGE FACILITY 71
Project: Job Order Contract General Engineering
Contract Numbers: 23-19-J 23-20-J 23-21-J 23-22-J
150221 ABANDON INLET 71
150224 ABANDON MANHOLE 71
150227 ABANDON PIPELINE 71
150230 DESTROY WELL 76
150241 ABANDON SEWER 71
150305 OBLITERATE SURFACING 78
150310 RAPID SETTING CONCRETE PATCH 60
150312 REPAIR SPALLED SURFACE AREA 60
150604 REMOVE WOOD FENCE 80
150605 REMOVE FENCE 80
150606 REMOVE FENCE TYPE BW 80
150607 REMOVE FENCE TYPE WM 80
150608 REMOVE CHAIN LINK FENCE 80
150615 REMOVE ENTRANCE TAPER 71
150620 REMOVE GATE 80
150630 REMOVE MARKER 82
150646 REMOVE PEDESTRIAN BARRICADE 56
150655 REMOVE BARRIER 83
150656 REMOVE CABLE BARRIER 83
150661 REMOVE GUARDRAIL 83
150665 REMOVE SINGLE METAL BEAM BARRIER 83
150667 REMOVE DOUBLE METAL BEAM BARRIER 83
150668 REMOVE FLARED END SECTION 70
150676 REMOVE CABLE RAILING 83
150685 REMOVE IRRIGATION FACILITY 20
150711 REMOVE PAINTED TRAFFIC STRIPE 84
150712 REMOVE PAINTED PAVEMENT MARKING 84
150714 REMOVE THERMOPLASTIC TRAFFIC STRIPE 84
150715 REMOVE THERMOPLASTIC PAVEMENT MARKING 84
150720 REMOVE CONTRAST TREATMENT 84
150722 REMOVE PAVEMENT MARKER 81
150740 REMOVE SIGN 82
150741 REMOVE ROADSIDE SIGN MOUNTED ON MAST ARM 82
150742 REMOVE ROADSIDE SIGN 82
150743 REMOVE SIGN FROM ELECTROLIER 82
150744 REMOVE ROADSIDE SIGN WOOD POST 82
150745 REMOVE ROADSIDE SIGN METAL POST 82
150746 REMOVE ROADSIDE SIGN TIMBER POLE 82
150747 REMOVE ROADSIDE SIGN (STRAP AND SADDLE BRACKET 82
METHOD)
150748 REMOVE ROADSIDE SIGN PANEL 82
150749 REMOVE METAL POST 82
150750 REMOVE ROADSIDE SIGN (STEEL POST) 82
150755 REMOVE SIGN STRUCTURE WALKWAY (EA) 56
150756 REMOVE SIGN STRUCTURE WALKWAY (LS) 56
150757 REMOVE SIGN STRUCTURE (EA) 56
150758 REMOVE SIGN STRUCTURE (LS) 56
150761 REMOVE SIGN PANEL AND REMOVABLE SIGN PANEL FRAME 82
150762 REMOVE SIGN FROM SIGN FRAME 82
150763 REMOVE SIGN PANEL 82
150764 REMOVE SIGN OVERLAY 82
150765 REMOVE SIGN POST 82
150767 REMOVE BRIDGE MOUNTED SIGN 56
150768 REMOVE ASPHALT CONCRETE PAVEMENT (CY) 39
150770 REMOVE ASPHALT CONCRETE PAVEMENT (SQFT) 39
150771 REMOVE ASPHALT CONCRETE DIKE 39
Project: Job Order Contract General Engineering
Contract Numbers: 23-19-J 23-20-J 23-21-J 23-22-J
150772 REMOVE CURB 73
150776 REMOVE DRAINAGE FACILITY (EA) 71
150777 REMOVE DRAINAGE FACILITY (LS) 71
150780 REMOVE GUTTER DRAIN 71
150801 REMOVE OVERSIDE DRAIN 71
150807 REMOVE STORM DRAIN 71
150808 REMOVE CULVERT EA 71
150809 REMOVE CULVERT LF 71
150810 REMOVE PIPE EA 71
150812 REMOVE PIPE LF 71
150814 REMOVE DOWNDRAIN EA 71
150815 REMOVE DOWNDRAIN LS 71
150816 REMOVE REINFORCED CONCRETE BOX CULVERT EA 71
150817 REMOVE REINFORCED CONCRETE BOX CULVERT LF 71
150818 REMOVE REINFORCED CONCRETE BOX CULVERT CY 71
150819 REMOVE REINFORCED CONCRETE BOX CULVERT LS 71
150820 REMOVE INLET 71
150821 REMOVE HEADWALL 71
150824 REMOVE SEWER MANHOLE 71
150826 REMOVE MANHOLE 71
150827 REMOVE CATCH BASIN 71
150828 REMOVE JUNCTION BOX 71
150831 REMOVE DRAINAGE JUNCTION STRUCTURE 71
150832 REMOVE RETAINING WALL CY 60
150833 REMOVE RETAINING WALL LF 60
150834 REMOVE RETAINING WALL WOOD 60
150836 REMOVE RETAINING WALL LS 60
150837 REMOVE RETAINING WALL PORTION CY 60
150838 REMOVE RETAINING WALL PORTION LF 60
150839 REMOVE RETAINING WALL PORTION LS 60
150841 REMOVE SEWER PIPE 71
150847 REMOVE CONCRETE PAVEMENT AND BASE 41
150851 REMOVE SLOPE PAVING LS 72
150852 REMOVE SLOPE PAVING SQYD 72
150853 REMOVE CONCRETE PAVEMENT SQYD 41
150854 REMOVE CONCRETE PAVEMENT CY 41
150857 REMOVE ASPHALT CONCRETE SURFACING 60
150859 REMOVE ASPHALT CONCRETE OVERSIDE DRAIN 71
150860 REMOVE BASE AND SURFACING 39
150870 REMOVE CONCRETE DECK SURFACE 60
151211 SALVAGE CORRUGATED METAL PIPE 71
151212 SALVAGE CORRUGATED METAL PIPE ARCH 71
151214 SALVAGE REINFORCED CONCRETE PIPE 71
151224 REMOVE DELINEATOR 81
151226 SALVAGE GRATE 71
151227 SALVAGE FRAME AND GRATE 71
151230 SALVAGE DOWNDRAIN 71
151251 SALVAGE IRRIGATION FACILITY 20
151258 SALVAGE DELINEATOR 81
151261 SALVAGE FENCE (TYPE BW) 80
151264 SALVAGE FENCE 80
151265 SALVAGE SINGLE THRIE BEAM BARRIER 83
151266 SALVAGE DOUBLE THRIE BEAM BARRIER 83
151268 SALVAGE CHAIN LINK GATE 80
151269 SALVAGE MARKER 82
151270 SALVAGE METAL BRIDGE RAILING 83
Project: Job Order Contract General Engineering
Contract Numbers: 23-19-J 23-20-J 23-21-J 23-22-J
151274 SALVAGE CONCRETE BARRIER (TYPE K) 83
151280 SALVAGE ROADSIDE SIGN (STRAP AND SADDLE BRACKET 82
METHOD)
151281 SALVAGE ROADSIDE SIGN 82
151282 SALVAGE ROADSIDE SIGN PANEL 82
151284 SALVAGE ROADSIDE SIGN WOOD POST 82
151285 SALVAGE SIGN PANEL 82
151286 SALVAGE SIGN STRUCTURE 56
151287 SALVAGE SIGNS AND FLASHING BEACONS 82
151290 SALVAGE ROADSIDE SIGN METAL POST 82
151295 SALVAGE GUARDRAIL STEEL POST 83
151296 SALVAGE GUARDRAIL 83
151508 RECONSTRUCT DRAINAGE FACILITY EA 71
151509 RECONSTRUCT DRAINAGE FACILITY LS 71
151512 RECONSTRUCT INLET 71
151531 RECONSTRUCT FENCE 80
151534 RECONSTRUCT WOOD FENCE 80
151536 RECONSTRUCT FENCE TYPE BW 80
151537 RECONSTRUCT FENCE TYPE WM 80
151538 RECONSTRUCT CHAIN LINK RAILING 83
151540 RECONSTRUCT CHAIN LINK FENCE 80
151554 RECONSTRUCT CHAIN LINK GATE 80
151568 RECONSTRUCT THRIE BEAM BARRIER 83
151570 RECONSTRUCT DOUBLE THRIE BEAM BARRIER 83
151573 RECONSTRUCT GUARDRAIL 83
151581 RECONSTRUCT SIGN STRUCTURE 56
151626 RECONSTRUCT GUARDRAIL 7' POST 83
151627 RECONSTRUCT GUARDRAIL WOOD POST 83
152255 RESET MAILBOX 78
152261 RESET INLET 71
152266 RESET FRAME AND GRATE 71
152291 RESET GATE 80
152299 RESET MILEPOST MARKER 82
152300 RESET OBJECT MARKER 82
152301 RESET MARKER 82
152303 RESET MARKERS AND DELINEATORS 81
152315 RESET CRASH CUSHION 83
152316 RESET ROADSIDE SIGN (ONE POST) 82
152317 RESET ROADSIDE SIGN (TWO POST) 82
152320 RESET ROADSIDE SIGN 82
152322 RESET ROADSIDE SIGN (WOOD POST) 82
152324 RESET ROADSIDE SIGN (METAL POST) 82
152325 RESET ROADSIDE SIGN (STRAP AND SADDLE BRACKET METHOD) 82
152370 RELOCATE MAILBOX 78
152372 RELOCATE CONCRETE BARRIER (TYPE K) 83
152379 RELOCATE FENCE 80
152380 RELOCATE CHAIN LINK FENCE 80
152381 RELOCATE GATE 80
152383 RELOCATE OVERSIDE DRAIN 71
152384 RELOCATE OBJECT MARKER 82
152385 RELOCATE MARKER 82
152386 RELOCATE ROADSIDE SIGN-ONE POST 82
152387 RELOCATE ROADSIDE SIGN-TWO POST 82
152388 RELOCATE CRASH CUSHION 83
152390 RELOCATE ROADSIDE SIGN 82
152391 RELOCATE ROADSIDE SIGN (METAL POST) 82
Project: Job Order Contract General Engineering
Contract Numbers: 23-19-J 23-20-J 23-21-J 23-22-J
152392 RELOCATE ROADSIDE SIGN (WOOD POST) 82
152393 RELOCATE ROADSIDE SIGN (STRAP AND SADDLE BRACKET 82
METHOD)
152394 RELOCATE SIGN STRUCTURE 56
152395 RELOCATE GUARDRAIL 83
152396 RELOCATE SIGN PANEL 82
152398 RELOCATE SIGN STRUCTURE BRIDGE-MOUNTED 56
152399 RELOCATE FRAMED SIGN PANEL 82
152400 ADJUST SEWER CLEANOUT TO GRADE 71
152415 ADJUST EDGE DRAIN CLEANOUT 71
152422 ADJUST MONUMENT COVER 78
152423 ADJUST MONUMENT TO GRADE 78
152430 ADJUST INLET 71
152431 ADJUST GRATE 71
152432 ADJUST MANHOLE 71
152434 ADJUST RISER 71
152436 ADJUST DOWNDRAIN 71
152437 ADJUST OVERSIDE DRAIN 71
152438 ADJUST FRAME AND COVER TO GRADE 71
152439 ADJUST FRAME AND GRATE TO GRADE 71
152440 ADJUST MANHOLE TO GRADE 71
152441 ADJUST VALVE BOX FRAME AND COVER TO GRADE 71
152443 ADJUST PIPE INLET TO GRADE 71
152453 ADJUST VALVE BOX 71
152454 ADJUST PULL BOX 86
152469 ADJUST UTILITY COVER TO GRADE 71
152472 ADJUST UTILITY COVER 71
152473 ADJUST UNDERDRAIN RISER 71
152475 ADJUST SEWER MANHOLE 71
152501 ADJUST GUARDRAIL 83
152555 ADJUST SLOTTED DRAIN TO GRADE 71
152600 MODIFY DRAINAGE FACILITY 71
152601 MODIFY DRAINAGE STRUCTURE 71
152602 MODIFY HEADWALL 71
152603 MODIFY DRAINAGE SYSTEM 71
152604 MODIFY INLET 71
152605 MODIFY INLET GRATE 71
152606 MODIFY DOWNDRAIN 71
152607 MODIFY CATCH BASIN 71
152608 MODIFY SLOTTED PIPE GRATE 71
152609 MODIFY INLET TO MANHOLE 71
152610 MODIFY MANHOLE 71
152622 MODIFY EDGE DRAIN CLEANOUT 71
152633 MODIFY GUARDRAIL 83
152641 MODIFY SIGN STRUCTURE 56
152650 MODIFY CHAIN LINK FENCE 80
152659 PLASTIC PIPE LINER 71
152664 PLASTIC PIPE LINER (21.50" O.D.) 71
153103 COLD PLANE ASPHALT CONCRETE PAVEMENT 39
153130 REMOVE CONCRETE CURB (LF) 73
153131 REMOVE CONCRETE CURB (CY) 73
153132 REMOVE CONCRETE CURB (LS) 73
153133 REMOVE CONCRETE CURB (SQYD) 73
153136 REMOVE CONCRETE CURB AND SIDEWALK (LF) 73
153138 REMOVE CONCRETE CURB AND SIDEWALK (SQYD) 73
153139 REMOVE CONCRETE SIDEWALK (LF) 73
Project: Job Order Contract General Engineering
Contract Numbers: 23-19-J 23-20-J 23-21-J 23-22-J
153140 REMOVE CONCRETE SIDEWALK (SQYD) 73
153141 REMOVE CONCRETE ISLAND (PORTIONS) (SQYD) 73
153142 REMOVE CONCRETE ISLAND (PORTIONS) (CY) 73
153211 REMOVE CONCRETE SIDEWALK AND DRIVEWAY 73
153213 REMOVE CONCRETE STRUCTURE 73
153215 REMOVE CONCRETE CURB AND GUTTER 73
153219 REMOVE CONCRETE FLARED END SECTION 70
153220 REMOVE CONCRETE CHANNEL 71
153221 REMOVE CONCRETE BARRIER 83
153223 REMOVE UNSOUND CONCRETE 60
153224 POLYESTER CONCRETE EXPANSION DAM 60
153225 PREPARE CONCRETE BRIDGE DECK SURFACE 60
153226 REFINISH BRIDGE DECK 60
153227 FURNISH POLYESTER CONCRETE OVERLAY 60
153228 PLACE POLYESTER CONCRETE OVERLAY 60
153229 REMOVE CONCRETE BARRIER TYPE K 83
153230 REMOVE CONCRETE BARRIER TYPE 50 83
153231 REMOVE CONCRETE BARRIER TYPE 50C 83
153233 TREAT BRIDGE DECK 60
153234 FURNISH BRIDGE DECK TREATMENT MATERIAL 60
153237 REMOVE CHIP SEAL 60
153240 REMOVE CONCRETE CURB, GUTTER, AND SIDEWALK CY 73
153241 REMOVE CONCRETE CURB, GUTTER, AND SIDEWALK LF 73
153251 REMOVE SOUND WALL LF 60
153252 REMOVE SOUND WALL (ILS) 60
153253 REMOVE SOUND WALL SQFT 60
153300 CORE CONCRETE 60
153301 CORE CONCRETE 1" 60
153302 CORE CONCRETE 2" 60
153303 CORE CONCRETE 3" 60
153304 CORE CONCRETE 4" 60
153305 CORE CONCRETE 5" 60
153306 CORE CONCRETE 6" 60
153307 CORE CONCRETE 7" 60
153308 CORE CONCRETE 8" 60
153309 CORE CONCRETE 9" 60
153310 CORE CONCRETE 10" 60
153312 CORE CONCRETE 12" 60
153315 CORE CONCRETE 15" 60
153318 CORE CONCRETE (1 1/8") 60
153319 CORE CONCRETE (1 1/4") 60
153320 CORE CONCRETE (1 1/2") 60
153321 CORE CONCRETE (1 3/4") 60
153322 CORE CONCRETE (2 1/2") 60
153530 ACCESS OPENING, DECK 60
153531 ACCESS OPENING, SOFFIT 60
155003 CAP INLET 71
155006 CAP RISER 71
155007 CAP MANHOLE 71
155100 6" ALTERNATIVE PIPELINER 71
155101 6" ALTERNATIVE PIPELINER (TYPE A) 71
155102 6" ALTERNATIVE PIPELINER (TYPE B) 71
155103 8" ALTERNATIVE PIPELINER 71
155104 8" ALTERNATIVE PIPELINER (TYPE A) 71
155105 8" ALTERNATIVE PIPELINER (TYPE B) 71
155106 10"ALTERNATIVE PIPELINER 71
Project: Job Order Contract General Engineering
Contract Numbers: 23-19-J 23-20-J 23-21-J 23-22-J
155107 10" ALTERNATIVE PIPELINER (TYPE A) 71
155108 10" ALTERNATIVE PIPELINER (TYPE B) 71
155109 12"ALTERNATIVE PIPELINER 71
155110 12"ALTERNATIVE PIPELINER TYPE A 71
155111 12"ALTERNATIVE PIPELINER TYPE B 71
155112 15"ALTERNATIVE PIPELINER 71
155113 15"ALTERNATIVE PIPELINER TYPE A 71
155114 15"ALTERNATIVE PIPELINER TYPE B 71
155115 18"ALTERNATIVE PIPELINER 71
155116 18"ALTERNATIVE PIPELINER TYPE A 71
155117 18"ALTERNATIVE PIPELINER TYPE B 71
155118 21"ALTERNATIVE PIPELINER 71
155119 21"ALTERNATIVE PIPELINER TYPE A 71
155120 21"ALTERNATIVE PIPELINER TYPE B 71
155121 24"ALTERNATIVE PIPELINER 71
155122 24"ALTERNATIVE PIPELINER TYPE A 71
155123 24"ALTERNATIVE PIPELINER TYPE B 71
155124 27"ALTERNATIVE PIPELINER 71
155125 27"ALTERNATIVE PIPELINER TYPE A 71
155126 27"ALTERNATIVE PIPELINER TYPE B 71
155127 30"ALTERNATIVE PIPELINER 71
155128 30"ALTERNATIVE PIPELINER TYPE A 71
155129 30"ALTERNATIVE PIPELINER TYPE B 71
155130 36"ALTERNATIVE PIPELINER 71
155131 36"ALTERNATIVE PIPELINER TYPE A 71
155132 36"ALTERNATIVE PIPELINER TYPE B 71
155133 42"ALTERNATIVE PIPELINER 71
155134 42"ALTERNATIVE PIPELINER TYPE A 71
155135 42"ALTERNATIVE PIPELINER TYPE B 71
155136 48"ALTERNATIVE PIPELINER 71
155137 48"ALTERNATIVE PIPELINER TYPE A 71
155138 48"ALTERNATIVE PIPELINER TYPE B 71
155139 54"ALTERNATIVE PIPELINER 71
155140 54"ALTERNATIVE PIPELINER TYPE A 71
155141 54"ALTERNATIVE PIPELINER TYPE B 71
155142 60"ALTERNATIVE PIPELINER 71
155143 60"ALTERNATIVE PIPELINER TYPE A 71
155144 60"ALTERNATIVE PIPELINER TYPE B 71
155212 CLEANING, INSPECTING, AND PREPARING CULVERT CY 71
155213 CLEANING, INSPECTING, AND PREPARING CULVERT (LF) 71
155220 CULVERT CONTACT GROUTING 71
155221 GROUT PORTS 71
155230 CONCRETE INVERT PAVING 71
155231 CULVERT SLURRY-CEMENT BACKFILL 71
155232 SAND BACKFILL 71
155310 8" CURED-IN-PLACE PIPELINER 71
155311 10" CURED-IN-PLACE PIPELINER 71
155312 12" CURED-IN-PLACE PIPELINER 71
155313 15" CURED-IN-PLACE PIPELINER 71
155314 18" CURED-IN-PLACE PIPELINER 71
155315 21" CURED-IN-PLACE PIPELINER 71
155316 24" CURED-IN-PLACE PIPELINER 71
155317 27" CURED-IN-PLACE PIPELINER 71
155318 30" CURED-IN-PLACE PIPELINER 71
155319 36" CURED-IN-PLACE PIPELINER 71
155320 42" CURED-IN-PLACE PIPELINER 71
Project: Job Order Contract General Engineering
Contract Numbers: 23-19-J 23-20-J 23-21-J 23-22-J
155321 48" CURED-IN-PLACE PIPELINER 71
155322 54" CURED-IN-PLACE PIPELINER 71
155323 60" CURED-IN-PLACE PIPELINER 71
155330 18" DEFORMED/RE-FORMED HDPE PIPELINER 71
155331 21" DEFORMED/RE-FORMED HDPE PIPELINER 71
155332 24" DEFORMED/RE-FORMED HDPE PIPELINER 71
155333 27" DEFORMED/RE-FORMED HDPE PIPELINER 71
155334 30" DEFORMED/RE-FORMED HDPE PIPELINER 71
155349 MACHINE SPIRAL WOUND PVC PIPELINER GROUTED, 21" 71
155350 MACHINE SPIRAL WOUND PVC PIPELINER GROUTED, 24" 71
155351 MACHINE SPIRAL WOUND PVC PIPELINER GROUTED, 27" 71
155352 MACHINE SPIRAL WOUND PVC PIPELINER GROUTED, 30" 71
155353 MACHINE SPIRAL WOUND PVC PIPELINER GROUTED, 36" 71
155354 MACHINE SPIRAL WOUND PVC PIPELINER GROUTED, 42" 71
155355 MACHINE SPIRAL WOUND PVC PIPELINER GROUTED, 48" 71
155356 MACHINE SPIRAL WOUND PVC PIPELINER GROUTED, 54" 71
155357 MACHINE SPIRAL WOUND PVC PIPELINER GROUTED, 60" 71
155360 6" MACHINE SPIRAL WOUND PVC PIPELINER (EXPANDABLE 71
DIAMETER
155361 8" MACHINE SPIRAL WOUND PVC PIPELINER (EXPANDABLE 71
DIAMETER
155362 10" MACHINE SPIRAL WOUND PVC PIPELINER (EXPANDABLE 71
DIAMETER
155363 12" MACHINE SPIRAL WOUND PVC PIPELINER (EXPANDABLE 71
DIAMETER
155364 15" MACHINE SPIRAL WOUND PVC PIPELINER (EXPANDABLE 71
DIAMETER
155365 18" MACHINE SPIRAL WOUND PVC PIPELINER (EXPANDABLE 71
DIAMETER
155366 21" MACHINE SPIRAL WOUND PVC PIPELINER (EXPANDABLE 71
DIAMETER
155367 24" MACHINE SPIRAL WOUND PVC PIPELINER(EXPANDABLE 71
DIAMETER
155368 27" MACHINE SPIRAL WOUND PVC PIPELINER (EXPANDABLE 71
DIAMETER
155369 30" MACHINE SPIRAL WOUND PVC PIPELINER (EXPANDABLE 71
DIAMETER
155380 12" CEMENTITIOUS PIPELINER 71
155381 15" CEMENTITIOUS PIPELINER 71
155382 18" CEMENTITIOUS PIPELINER 71
155383 21" CEMENTITIOUS PIPELINER 71
155384 24" CEMENTITIOUS PIPELINER 71
155385 27" CEMENTITIOUS PIPELINER 71
155386 30" CEMENTITIOUS PIPELINER 71
155387 36" CEMENTITIOUS PIPELINER 71
155400 MACHINE SPIRAL WOUND PVC LINER GROUTED, BOX, 4'X 3' 71
155401 MACHINE SPIRAL WOUND PVC LINER GROUTED, BOX, 4'X 4' 71
155402 MACHINE SPIRAL WOUND PVC LINER GROUTED, BOX, 5'X 3' 71
155403 MACHINE SPIRAL WOUND PVC LINER GROUTED, BOX, 5'X 4' 71
155404 MACHINE SPIRAL WOUND PVC LINER GROUTED, BOX, 5' X 5' 71
155405 MACHINE SPIRAL WOUND PVC LINER GROUTED, BOX, 6'X 3' 71
155406 MACHINE SPIRAL WOUND PVC LINER GROUTED, BOX, 6'X 4' 71
155407 36"WELDED STEEL PIPELINER 71
155409 42"WELDED STEEL PIPELINER 71
155411 48"WELDED STEEL PIPELINER 71
155413 54"WELDED STEEL PIPELINER 71
Project: Job Order Contract General Engineering
Contract Numbers: 23-19-J 23-20-J 23-21-J 23-22-J
155415 60" WELDED STEEL PIPELINER 71
155416 66" WELDED STEEL PIPELINER 71
155417 72" WELDED STEEL PIPELINER 71
155418 78"WELDED STEEL PIPELINER 71
155419 84"WELDED STEEL PIPELINER 71
155420 MACHINE SPIRAL WOUND PVC LINER GROUTED, ARCH, 42"X 29" 71
155421 MACHINE SPIRAL WOUND PVC LINER GROUTED, ARCH, 49"X 33" 71
155422 MACHINE SPIRAL WOUND PVC LINER GROUTED, ARCH, 57"X 38" 71
155423 MACHINE SPIRAL WOUND PVC LINER GROUTED, ARCH, 64"X 43" 71
155425 17"x 13"WELDED STEEL PIPELINER ARCH 71
155427 21"X 15"WELDED STEEL PIPELINER ARCH 71
155429 24"X 18"WELDED STEEL PIPELINER ARCH 71
155431 28"X 20"WELDED STEEL PIPELINER ARCH 71
155433 35"X 24"WELDED STEEL PIPELINER ARCH 71
155435 42"X 29"WELDED STEEL PIPELINER ARCH 71
155437 49"X 33"WELDED STEEL PIPELINER ARCH 71
155439 57"X 38"WELDED STEEL PIPELINER ARCH 71
155441 64"X 43"WELDED STEEL PIPELINER ARCH 71
155443 71"X 47"WELDED STEEL PIPELINER ARCH 71
155445 83"X 57"WELDED STEEL PIPELINER ARCH 71
155530 HDPE PLASTIC PIPELINER 16" OD SDR 32.5 71
155531 HDPE PLASTIC PIPELINER 18" OD SDR 32.5 71
155532 HDPE PLASTIC PIPELINER 20" OD SDR 32.5 71
155533 HDPE PLASTIC PIPELINER 22" OD SDR 32.5 71
155534 HDPE PLASTIC PIPELINER 24" OD SDR 32.5 71
155535 HDPE PLASTIC PIPELINER 26" OD SDR 32.5 71
155536 HDPE PLASTIC PIPELINER 28" OD SDR 32.5 71
155537 HDPE PLASTIC PIPELINER 30" OD SDR 32.5 71
155538 HDPE PLASTIC PIPELINER 32" OD SDR 32.5 71
155539 HDPE PLASTIC PIPELINER 34" OD SDR 32.5 71
155540 HDPE PLASTIC PIPELINER 36" OD SDR 32.5 71
155541 HDPE PLASTIC PIPELINER 39.5" OD SDR 32.5 71
155542 HDPE PLASTIC PIPELINER 42" OD SDR 32.5 71
155543 HDPE PLASTIC PIPELINER 48" OD SDR 32.5 71
155544 HDPE PLASTIC PIPELINER 54" OD SDR 32.5 71
155545 HDPE PLASTIC PIPELINER 55.3" OD SDR 32.5 71
155546 HDPE PLASTIC PIPELINER 63.2" OD SDR 32.5 71
155547 HDPE PLASTIC PIPELINER 16" OD SDR 26 71
155548 HDPE PLASTIC PIPELINER 18" OD SDR 26 71
155549 HDPE PLASTIC PIPELINER (20" OD SDR 26) 71
155550 HDPE PLASTIC PIPELINER (22" OD SDR 26) 71
155551 HDPE PLASTIC PIPELINER (24" OD SDR 26) 71
155552 HDPE PLASTIC PIPELINER (26" OD SDR 26) 71
155553 HDPE PLASTIC PIPELINER (28" OD SDR 26) 71
155554 HDPE PLASTIC PIPELINER (30" OD SDR 26) 71
155555 HDPE PLASTIC PIPELINER (32" OD SDR 26) 71
155556 HDPE PLASTIC PIPELINER (34" OD SDR 26) 71
155557 HDPE PLASTIC PIPELINER (36" OD SDR 26) 71
155558 HDPE PLASTIC PIPELINER (39.5" OD SDR 26) 71
155559 HDPE PLASTIC PIPELINER (42" OD SDR 26) 71
155560 HDPE PLASTIC PIPELINER (48" OD SDR 26) 71
155561 HDPE PLASTIC PIPELINER (54" OD SDR 26) 71
155562 HDPE PLASTIC PIPELINER (55.3" OD SDR 26) 71
155563 HDPE PLASTIC PIPELINER (63.2" OD SDR 26) 71
155564 HDPE PLASTIC PIPELINER 16" OD SDR 21 71
155565 HDPE PLASTIC PIPELINER(18" OD SDR 21) 71
Project: Job Order Contract General Engineering
Contract Numbers: 23-19-J 23-20-J 23-21-J 23-22-J
155566 HDPE PLASTIC PIPELINER (20" OD SDR 21) 71
155567 HDPE PLASTIC PIPELINER (22" OD SDR 21) 71
155568 HDPE PLASTIC PIPELINER (24" OD SDR 21) 71
155569 HDPE PLASTIC PIPELINER 26" OD SDR 21 71
155570 HDPE PLASTIC PIPELINER 28" OD SDR 21 71
155571 HDPE PLASTIC PIPELINER 30" OD SDR 21 71
155572 HDPE PLASTIC PIPELINER 32" OD SDR 21 71
155573 HDPE PLASTIC PIPELINER 34" OD SDR 21 71
155574 HDPE PLASTIC PIPELINER 36" OD SDR 21 71
155575 HDPE PLASTIC PIPELINER 39.5" OD SDR 21 71
155576 HDPE PLASTIC PIPELINER 42" OD SDR 21 71
155577 HDPE PLASTIC PIPELINER 48" OD SDR 21 71
155578 HDPE PLASTIC PIPELINER 54" OD SDR 21 71
155579 HDPE PLASTIC PIPELINER 55.3" OD SDR 21 71
155580 HDPE PLASTIC PIPELINER 63.2" OD SDR 21 71
156535 REMOVE BOX CULVERT 71
156540 REMOVE TIMBER 60
156545 REMOVE TIMBER BULKHEAD 60
156572 REMOVE RAILING 83
156576 REMOVE METAL RAILING 83
156577 REMOVE BARRIER RAILING 83
156579 REMOVE BRIDGE RAILING 83
156585 REMOVE CRASH CUSHION 83
156590 REMOVE CRASH CUSHION SAND FILLED 83
157550 BRIDGE REMOVAL 60
157551 BRIDGE REMOVAL, LOCATION A 60
157552 BRIDGE REMOVAL, LOCATION B 60
157553 BRIDGE REMOVAL, LOCATION C 60
157554 BRIDGE REMOVAL, LOCATION D 60
157555 BRIDGE REMOVAL, LOCATION E 60
157556 BRIDGE REMOVAL, LOCATION F 60
157557 BRIDGE REMOVAL, LOCATION G 60
157558 BRIDGE REMOVAL, LOCATION H 60
157559 BRIDGE REMOVAL, LOCATION 1 60
157560 BRIDGE REMOVAL PORTION 60
157561 BRIDGE REMOVAL (PORTION), LOCATION A 60
157562 BRIDGE REMOVAL (PORTION), LOCATION B 60
157563 BRIDGE REMOVAL (PORTION), LOCATION C 60
157564 BRIDGE REMOVAL (PORTION), LOCATION D 60
157565 BRIDGE REMOVAL (PORTION), LOCATION E 60
157566 BRIDGE REMOVAL (PORTION), LOCATION F 60
157567 BRIDGE REMOVAL (PORTION), LOCATION G 60
157568 BRIDGE REMOVAL (PORTION), LOCATION H 60
157569 BRIDGE REMOVAL (PORTION), LOCATION 1 60
157570 BRIDGE REMOVAL (PORTION), LOCATION J 60
157571 BRIDGE REMOVAL (PORTION), LOCATION K 60
157572 BRIDGE REMOVAL (PORTION), LOCATION L 60
157573 BRIDGE REMOVAL (PORTION), LOCATION M 60
157581 BRIDGE REMOVAL (PORTION), LOCATION 1 60
157582 BRIDGE REMOVAL (PORTION), LOCATION 2 60
158001 MODIFY BRIDGE RAILING (LS) 83
158002 MODIFY BRIDGE RAILING (EA) 83
158100 SALVAGE CRASH CUSHION 83
158101 SALVAGE CRASH CUSHION MODULES 83
158210 RESET TEMPORARY RAILING (TYPE K) 83
159001 RECONSTRUCT HANDRAILING 83
Project: Job Order Contract General Engineering
Contract Numbers: 23-19-J 23-20-J 23-21-J 23-22-J
159010 RECONSTRUCT METAL RAILING (BRIDGE) 83
159021 RECONSTRUCT FENDER 60
159800 MODIFY PUMP PLANT 60
160102 CLEARING AND GRUBBING LS 17
160103 CLEARING AND GRUBBING ACRE 17
170101 DEVELOP WATER SUPPLY 10
394050 RUMBLE STRIP 84
394053 SHOULDER RUMBLE STRIP HMA,GROUND-IN INDENTATIONS 84
401083 SHOULDER RUMBLE STRIP (CONCRETE PAVEMENT, GROUND-IN 84
INDENTATIONS
413000 CRACK AND SEAT 30
510510 MINOR CONCRETE INVERT PAVING 71
511123 CONCRETE RAPID SETTING 60
511127 FURNISH DECK OVERLAY CONCRETE 60
511128 PLACE DECK OVERLAY CONCRETE 60
518040 REPLACE BEARING PAD 60
518042 REPLACE BEARING 60
519050 EXPANSION DAM 60
550110 COLUMN CASING 60
560205 INSTALL REMOVABLE SIGN PANEL FRAME 82
560206 FURNISH REMOVABLE SIGN PANEL FRAME WITH SIGN PANELS 82
ATTACHED
560232 FURNISH FORMED PANEL SIGN ROADSIDE 82
560233 FURNISH FORMED PANEL SIGN OVERHEAD 82
560244 FURNISH LAMINATED PANEL SIGN 1"-TYPE A 82
560245 FURNISH LAMINATED PANEL SIGN 1"-TYPE B 82
560246 FURNISH LAMINATED PANEL SIGN 2 1/2"-TYPE B 82
560247 FURNISH LAMINATED PANEL SIGN 2 1/2"-TYPE H 82
560248 FURNISH SINGLE SHEET ALUMINUM SIGN 0.063"-UNFRAMED 82
560249 FURNISH SINGLE SHEET ALUMINUM SIGN 0.080"-UNFRAMED 82
560250 FURNISH SINGLE SHEET ALUMINUM SIGN (0.125"-UNFRAMED) 82
560251 FURNISH SINGLE SHEET ALUMINUM SIGN (0.063"-FRAMED) 82
560252 FURNISH SINGLE SHEET ALUMINUM SIGN (0.080"-FRAMED) 82
560253 FURNISH FIBERGLASS REINFORCED PLASTIC PANEL SIGN (0.135") 82
562001 METAL (ROADSIDE SIGN) 82
562002 METAL (BARRIER MOUNTED SIGN) 82
562004 METAL (RAIL MOUNTED SIGN) 82
566011 ROADSIDE SIGN - ONE POST 82
566012 ROADSIDE SIGN -TWO POST 82
568001 INSTALL SIGN (STRAP AND SADDLE BRACKET METHOD) 82
568007 INSTALL SIGN OVERLAY 82
568015 INSTALL SIGN (MAST-ARM HANGER METHOD) 82
568016 INSTALL SIGN PANEL ON EXISTING FRAME 82
568017 INSTALL ROADSIDE SIGN PANEL ON EXISTING POST 82
568021 INSTALL FRAMED SIGN PANEL 82
568023 INSTALL ROADSIDE SIGN (LAMINATED WOOD BOX POST) 82
591200 ROCK STAIN 78
597401 PAINT CURB (2-COAT) 78
597600 PREPARE AND PAINT CONCRETE 78
597601 PREPARE AND STAIN CONCRETE 78
597602 PREPARE AND STAIN SHOTCRETE 78
598001 ANTI-GRAFFITI COATING 78
620002 6" ALTERNATIVE PIPE CULVERT 61
620020 8" ALTERNATIVE PIPE CULVERT 61
620040 10" ALTERNATIVE PIPE CULVERT 61
620060 12" ALTERNATIVE PIPE CULVERT 61
Project: Job Order Contract General Engineering
Contract Numbers: 23-19-J 23-20-J 23-21-J 23-22-J
620061 12" ALTERNATIVE PIPE CULVERT (TYPE A) 61
620062 12" ALTERNATIVE PIPE CULVERT (TYPE B) 61
620063 12" ALTERNATIVE PIPE CULVERT (TYPE C) 61
620080 15"ALTERNATIVE PIPE CULVERT 61
620100 18"ALTERNATIVE PIPE CULVERT 61
620101 18"ALTERNATIVE PIPE CULVERT TYPE A 61
620102 18"ALTERNATIVE PIPE CULVERT TYPE B 61
620120 21"ALTERNATIVE PIPE CULVERT 61
620140 24"ALTERNATIVE PIPE CULVERT 61
620141 24"ALTERNATIVE PIPE CULVERT TYPE A 61
620142 24"ALTERNATIVE PIPE CULVERT TYPE B 61
620143 24"ALTERNATIVE PIPE CULVERT TYPE C 61
620160 27"ALTERNATIVE PIPE CULVERT 61
620180 30"ALTERNATIVE PIPE CULVERT 61
620181 30"ALTERNATIVE PIPE CULVERT TYPE A 61
620182 30"ALTERNATIVE PIPE CULVERT TYPE B 61
620183 30"ALTERNATIVE PIPE CULVERT TYPE C 61
620220 36"ALTERNATIVE PIPE CULVERT 61
620221 36"ALTERNATIVE PIPE CULVERT TYPE A 61
620222 36"ALTERNATIVE PIPE CULVERT TYPE B 61
620223 36"ALTERNATIVE PIPE CULVERT TYPE C 61
620260 42"ALTERNATIVE PIPE CULVERT 61
620261 42"ALTERNATIVE PIPE CULVERT TYPE A 61
620262 42"ALTERNATIVE PIPE CULVERT TYPE B 61
620300 48"ALTERNATIVE PIPE CULVERT 61
620340 54"ALTERNATIVE PIPE CULVERT 61
620380 60"ALTERNATIVE PIPE CULVERT 61
620420 66"ALTERNATIVE PIPE CULVERT 61
620460 72"ALTERNATIVE PIPE CULVERT 61
620461 72"ALTERNATIVE PIPE CULVERT TYPE A 61
620462 72"ALTERNATIVE PIPE CULVERT TYPE B 61
620550 96"ALTERNATIVE PIPE CULVERT 61
620710 12"ALTERNATIVE SLOTTED PIPE 61
620715 18"ALTERNATIVE SLOTTED PIPE 61
620800 CONCRETE BACKFILL PIPE TRENCH 61
623000 TEMPORARY CULVERT 61
623001 12"TEMPORARY CULVERT 61
623002 15"TEMPORARY CULVERT 61
623003 18"TEMPORARY CULVERT 61
623004 24" TEMPORARY CULVERT 61
623005 30" TEMPORARY CULVERT 61
623006 36" TEMPORARY CULVERT 61
623007 42" TEMPORARY CULVERT 61
623008 48" TEMPORARY CULVERT 61
623009 54" TEMPORARY CULVERT 61
623010 60" TEMPORARY CULVERT 61
623011 78" TEMPORARY CULVERT 61
625219 21" X 15" ALTERNATIVE PIPE ARCH CULVERT 61
625279 35" X 24" ALTERNATIVE PIPE ARCH CULVERT 61
625299 42" X 29" ALTERNATIVE PIPE ARCH CULVERT 61
625319 49" X 33" ALTERNATIVE PIPE ARCH CULVERT 61
735000 PARKING BUMPER (PRECAST CONCRETE) 78
750496 MISCELLANEOUS METAL (RESTRAINER - PIPE TYPE) 60
750497 MISCELLANEOUS METAL (RESTRAINER - BAR TYPE) 60
750498 MISCELLANEOUS METAL RESTRAINER - CABLE TYPE) 60
750503 MISCELLANEOUS METAL (RESTRAINER) 60
Project: Job Order Contract General Engineering
Contract Numbers: 23-19-J 23-20-J 23-21-J 23-22-J
810111 SURVEY MONUMENT (TYPE A) 78
810112 SURVEY MONUMENT (TYPE B) 78
810116 SURVEY MONUMENT (TYPE D) 78
820105 DELINEATOR SPECIAL 81
820107 DELINEATOR CLASS 1 81
820108 DELINEATOR CLASS 2 81
820109 METAL MARKER POST 81
820111 UNDERDRAIN MARKER 81
820112 MARKER CULVERT 81
820115 SNOW POLE MARKER 81
820118 GUARD RAILING DELINEATOR 81
820121 TEMPORARY DELINEATOR CLASS 1 81
820122 TEMPORARY DELINEATOR CLASS 2 81
833077 PEDESTRIAN BARRICADE 56
839640A CRASH CUSHION TAU II
850101 PAVEMENT MARKER NON-REFLECTIVE 81
850111 PAVEMENT MARKER RETROREFLECTIVE 81
850121 PAVEMENT MARKER NON-REFLECTIVE- RECESSED 81
850122 PAVEMENT MARKER RETROREFLECTIVE-RECESSED 81
860297 SIGNAL AND LIGHTING CITY 77
860300 SIGNAL AND LIGHTING CITY STREET LOCATION 1 77
860302 SIGNAL AND LIGHTING CITY STREET LOCATION 2 77
860303 SIGNAL AND LIGHTING CITY STREET LOCATION 3 77
860402 LIGHTING CITY STREET 77
995100 WATER METER CHARGES 5
995200 IRRIGATION WATER SERVICE CHARGES 5
999991 MOBILIZATION MARINE ACCESS 9
Add to the 1st table of section 1-1.06:
APCD air pollution control district
AQMD air quality management district
CISS cast-in-steel shell
CSL crosshole sonic logging
GGL gamma-gamma logging
METS Caltrans Material Engineering and Testing Services
Add to section 1-1.06:
Abbreviations in the Bid Items and Applicable Sections are also used in Bid Item List- Proposal 2.
Replace Section 1-1.07 with:
1-1.07 DEFINITIONS
1-1.07A General
Interpret terms as defined in the Contract documents.
1-1.0713 Glossary
abandon: Render unserviceable in place.
acts of God: Acts of God as defined in Pub Cont Code § 7105.
activity: Task, event, or other project element on a schedule that contributes to completing the project. An activity has
a description, start date, finish date, duration, and one or more logic ties.
adjust: Raise or lower a facility to match a new grade line.
Adjustment Factor: A competitively bid adjustment to be applied to the Unit Prices listed in the Construction Task
Catalog®.
Project: Job Order Contract General Engineering
Contract Numbers: 23-19-J 23-20-J 23-21-J 23-22-J
aerially deposited lead: Lead primarily from vehicle emissions deposited within unpaved areas or formerly unpaved
areas.
Authorized Facility Audit List: Caltrans-developed list of facilities. For the Authorized Facility Audit List, go the
METS website.
authorized laboratory: Independent testing laboratory (1) not employed or compensated by any subcontractor or
subcontractor's affiliate providing other services for the Contract and (2) authorized by the Department.
Authorized Material List: Caltrans-developed list of authorized materials. For the Authorized Material List go to the
METS website.
Authorized Material Source List: Caltrans-developed list of authorized source materials. For the Authorized
Material Source List go to the METS website.
Award Criteria Figure: The amount determined in the Award Criteria Figure Calculation section of the Bid Form,
which is used for the purposes of determining the lowest Bid.
base: Layer of specified material of planned thickness placed immediately below the pavement or surfacing.
basement material: Material in an excavation or embankment under the lowest layer to be placed.
bid item: Work unit for which the Bidder provides a price.
Bid Item List: List of bid items, units of measure, and the associated quantities. The verified Bid Item List is the Bid
Item List with verified prices. The Contract Proposal (Proposal 2) of Low Bidder at the Department's website is the
verified Bid Item List. After contract award, interpret a reference to the Bid Item List as a reference to the verified
Bid Item List.
borrow: Fill acquired from an excavation source outside the described cut area.
1. local borrow: Material obtained by widening cuts or excavating from sources outside the planned or authorized
cross section on the job site. The location of the local borrow is described or designated by the Engineer.
2. imported borrow: Borrow that is not local borrow.
bridge: Structure that:
1. Has a bridge number
2. Carries a (1) utility, (2) railroad, or(3)vehicle, pedestrian, or other traffic over, under, or around obstructions or
waterways
building-construction contract: Contract that has Building Construction on the cover of the Notice to Bidders and
Special Provisions.
California Test: Caltrans-developed test for determining work quality. For California Tests, go to the METS website.
Caltrans: State of California Department of Transportation
certificate of compliance: Certificate stating the material complies with the Contract.
Certified Industrial Hygienist: Industrial hygienist certified in comprehensive practice by the American Board of
Industrial Hygiene.
change order work: Work described in a Change Order, including extra work and work described in the Contract as
change order work.
closure: Closure of a traffic lane or lanes, including shoulder, ramp, or connector lanes, within a single traffic control
system.
commercial quality: Quality meeting the best general practices.
commercial source: Established business operating as a material source for the general public.
Construction Task Catalog®: A comprehensive listing of construction related tasks together with a specific unit of
measure and a published Unit Price.
Project: Job Order Contract General Engineering
Contract Numbers: 23-19-J 23-20-J 23-21-J 23-22-J
Contract: Written and executed contract between the Department and the Contractor.
Contract acceptance: Director's written acceptance of a completed Contract.
Contract time: Number of original working days as adjusted by any time adjustment.
Contractor: Person or business or its legal representative entering into a Contract with the Department for
performance of the work.
controlling activity: Construction activity that will extend the scheduled completion date if delayed.
County: The County of Fresno
critical path: Longest continuous chain of activities for the project that has the least amount of total float of all chains.
In general, a delay on the critical path extends the scheduled completion date.
critical path method: Network-based planning technique using activity durations and relationships between activities
to calculate a schedule for the entire project.
culvert: Structure other than a bridge that provides an opening under a roadway.
data date: Day after the date through which a schedule is current. Everything occurring earlier than the data date is
as-built and everything on or after the data date is planned.
day: 24 consecutive hours running from midnight to midnight; calendar day.
1. business day: Day on the calendar except a Saturday and a holiday.
2. working day: Time measure unit for work progress. A working day is any 24-consecutive-hour period except:
2.1. Saturday and a holiday.
2.2. Day during which you cannot perform work on the controlling activity for at least 50 percent of the
scheduled work shift with at least 50 percent of the scheduled labor and equipment due to any of the
following:
2.2.1. Adverse weather-related conditions.
2.2.2. Traffic maintenance under the Contract.
2.2.3. Suspension of a controlling activity that you and the Engineer agree benefits both parties.
2.2.4. Unanticipated event not caused by either party, such as:
2.2.4.1. Act of God
2.2.4.2. Act of a public enemy.
2.2.4.3. Epidemic.
2.2.4.4. Fire.
2.2.4.5. Flood.
2.2.4.6. Governor-declared state of emergency.
2.2.4.7. Landslide.
2.2.4.8. Quarantine restriction.
2.2.5. Issue involving a third party, including:
2.2.5.1. Industry or area-wide labor strike.
2.2.5.2. Material shortage.
2.2.5.3. Freight embargo.
2.2.5.4. Jurisdictional requirement of a law enforcement agency.
2.2.5.5. Workforce labor dispute of a utility or nonhighway facility owner resulting in a
nonhighway facility rearrangement not described and not solely for the Contractor's
convenience. Rearrangement of a nonhighway facility includes installation, relocation,
alteration, or removal of the facility.
2.3. Day during a concurrent delay.
3. original working days:
3.1. Working days to complete the work shown on the Notice to Bidders for a non-cost-plus-time-based bid
3.2. Working days bid to complete the work for a cost-plus-time-based bid
Where working days is specified without the modifier original in the context of the number of working days to
complete the work, interpret the number as the number of original working days as adjusted by any time
adjustment.
Project: Job Order Contract General Engineering
Contract Numbers: 23-19-J 23-20-J 23-21-J 23-22-J
deduction: Money permanently taken from a progress payment or the final payment. Deductions are cumulative and
are not retentions under Pub Cont Code § 7107.
delay: Event that extends the completion of an activity.
1. excusable delay: Delay caused by the Department and not reasonably foreseeable when the work began, such
as:
1.1. Change in the work
1.2. Department action that is not part of the Contract
1.3. Presence of an underground utility main not described in the Contract or in a location substantially different
from that specified
1.4. Described facility rearrangement not rearranged as described, by the utility owner by the date specified,
unless the rearrangement is solely for the Contractor's convenience
1.5. Department's failure to obtain timely access to the right-of-way
1.6. Department's failure to review a submittal or provide notification in the time specified
2. critical delay: Excusable delay that extends the scheduled completion date
3. concurrent delay: Occurrence of at least 2 of the following events in the same period of time, either partially or
entirely:
3.1. Critical delay
3.2. Delay to a controlling activity caused by you
3.3. Non—working day
Department: The Fresno County Board of Supervisors and its authorized representatives.
District Office: County of Fresno Department of Public Works and Planning
detour: Temporary route for traffic around a closed road part. A passageway through a job site is not a detour.
Director: Department's Chairman
disadvantaged business enterprise: Disadvantaged business enterprise as defined in 49 CFR 26.5.
dispose of: Remove from the job site.
divided highway: Highway with separated traveled ways for traffic, generally in opposite directions.
Engineer: The County's Director of Public Works and Planning, acting through their authorized designees.
early completion time: Difference in time between an early scheduled completion date and the work completion
date.
environmentally sensitive area: Area within or near construction limits where access is prohibited or limited to
protect environmental resources.
estimated cost: Estimated cost of the project as shown on the Notice to Bidders.
extra work: Any work, desired or performed, but not included in the original Contract.
federal-aid contract: Contract that has a federal-aid project number on the cover of the Specifications.
final pay item: Bid item whose quantity shown on the Bid Item List is the quantity paid.
finished grade: Final surface of the completed facility. If the work under the Contract includes stage construction, the
relation between the finished grade and the work under the Contract is shown.
fixed cost: Labor, material, or equipment cost directly incurred by the Contractor as a result of performing or
supplying a particular bid item that remains constant regardless of the item's quantity.
float: Difference between the earliest and latest allowable start or finish times for an activity.
1. Department-owned float: Time saved on the critical path by actions of the Department. It is the last activity
shown on the schedule before the scheduled completion date.
Project: Job Order Contract General Engineering
Contract Numbers: 23-19-J 23-20-J 23-21-J 23-22-J
force account work: Work ordered on a construction project without an existing agreement on its cost, and
performed with the understanding that the contractor will bill the owner according to the cost of labor, materials,
and equipment, plus a certain percentage for overhead and profit.
grading plane: Basement material surface on which the lowest layer of subbase, base, pavement, surfacing, or other
specified layer is placed.
highway: Whole right-of-way or area reserved for use in constructing the roadway and its appurtenances.
holiday: Holiday shown in the following table:
Holidays
Holida Date observed
Every Sunday Every Sunda
New Year's Day January 1st
Birthday of Martin Luther King, Jr. 3rd Monday in January
Presidents' Day 3rd Monday in February
Cesar Chavez Day March 31 st
Memorial Day Last Monday in May
Independence Day July 4th
Labor Day 1st Monday in September
Veterans Day November 11th
Thanksgiving Day 4th Thursday in November
Day after Thanksgiving Day Day after Thanks ivin Da
Christmas Day December 25th
If January 1st, March 31st, July 4th, November 11th, or December 25th fall on a Sunday, the Monday following is a
holiday. If January 1st, March 31st, July 4th, November 11th, or December 25th fall on a Saturday, the preceding
Friday is a holiday.
hours of darkness: Hours of darkness as defined in Veh Code § 280.
idle equipment: Equipment:
1. On the job site at the start of a delay
2. Idled because of the delay
3. Not operated during the delay
informal-bid contract: Contract that has Informal Bid Authorized by Pub Cont Code§ 10122 on the cover of the
Notice to Bidders and Special Provisions.
Job Order: A written order issued by the County, such as a Purchase Order, requiring the Contractor to complete the
Detailed Scope of Work within the Job Order Completion Time for the Job Order Price. A project may consist of
one or more Job Orders. 1.8.
Job Order Completion Time: The time within which the Contractor must complete the Detailed Scope of Work.
Job Order Price: The value of the approved Job Order Price Proposal and the lump sum amount the Contractor will
be paid for completing a Job Order.
Job Order Price Proposal: A price proposal prepared by the Contractor that includes the Pre-priced Tasks, Non Pre-
priced Tasks, quantities and appropriate Adjustment Factors required to complete the Detailed Scope of Work.
Job Order Proposal: A set of documents including at least: (a)Job Order Price Proposal; (b) required drawings or
sketches; (c) list of anticipated Subcontractors and Materialmen; (d)Construction schedule; and (e) other
requested documents.
job site: Area within the defined boundaries of a project.
Joint Scope Meeting: A site meeting to discuss the work before the Detailed Scope of Work is finalized.
Project: Job Order Contract General Engineering
Contract Numbers: 23-19-J 23-20-J 23-21-J 23-22-J
Labor Surcharge and Equipment Rental Rates: Caltrans publication that lists labor surcharge and equipment rental
rates.
landscaping: Practice of a landscaping contractor under 16 CA Code of Regs § 832.27.
material: Any product or substance specified for use in the construction of a project.
material shortage:
1. Shortage of raw or produced material that is area-wide and caused by an unusual market condition except if any
of the following occurs:
1.1. Shortage relates to a produced, nonstandard material
1.2. Supplier's and the Contractor's priority for filling an order differs
1.3. Event outside the United States for a material produced outside the United States
2. Unavailability of water that delays a controlling activity
material source facility audit: Self-audit and a Caltrans audit evaluating a facility's capability to consistently produce
materials that comply with Caltrans standards.
Maximum Contract Value: The maximum/estimated value of Job Orders that the Contractor may receive under this
Contract.
median: Portion of a divided highway separating the traveled ways including inside shoulders.
milestone: Event activity that has zero duration and is typically used to represent the start or end of a certain stage of
the project.
Minimum Contract Value: The minimum value of Job Orders that the Contractor is guaranteed the opportunity to
perform under this Contract.
mobilization: Preparatory work that must be performed or costs incurred before starting work on the various items on
the job site (Pub Cont Code § 10104).
modify: Add to or subtract from an appurtenant part.
narrative report: Document submitted with each schedule that discusses topics related to project progress and
scheduling.
near critical path: Chain of activities with total float exceeding that of the critical path but having not more than 10
working days of total float.
Non Pre-priced Task: A task that is not set forth in the Construction Task Catalog®.
Normal Working Hours: Includes the hours from 7:00 a.m. to 5:00 p.m. Monday through Friday, except for County
holidays.
Notice to Proceed: A written notice issued by the County directing the Contractor to proceed with construction
activities to complete the Job Order.
obliterate: Place an earth cover over or root, plow, pulverize, or scarify.
Office engineer: The Director of Public Works and Planning for the County of Fresno
Other than Normal Working Hours: Includes the hours of 5:01 p.m. to 6:59 a.m. Monday through Friday and all day
Saturday, Sunday, and County Holidays.
Owner: Owner is the County of Fresno. Owner and County may be used interchangeably.
pavement: Uppermost layer of material placed on a traveled way or shoulder.
plans: Standard plans, revised standard plans, and project plans.
1. standard plans: Drawings standard to Department construction projects. These plans are in a book titled
Standard Plans.
Project: Job Order Contract General Engineering
Contract Numbers: 23-19-J 23-20-J 23-21-J 23-22-J
2. revised standard plans: New or revised standard plans. These plans are listed in the List of Revised
Standard Plans in a book titled Specifications.
3. project plans: Drawings specific to the project, including authorized shop drawings. These plans also include
a section titled Project Details of a book titled Specifications.
plant establishment period: Number of days shown on the Notice to Bidders for plant establishment.
Pre-priced Task: A task described in, and for which a Unit Price is set forth in, the Construction Task Catalog®.
Project: The collective improvements to be constructed by the Contractor pursuant to a Job Order, or a series of
related Job Orders.
quality characteristic: Characteristic of a material that is measured to determine conformance with a given
requirement.
quality control plan: Contractor's plan to ensure QC.
reconstruct: Remove and disassemble and construct again at an existing or new location.
relocate: Remove and install or place in a new location.
remove: Remove and dispose of.
Request for Proposal: A written request to the Contractor to prepare a Proposal for the Detailed Scope of Work
referenced therein.
reset: Remove and install or place laterally at the same station location.
roadbed: Roadway portion extending from the curb line to curb line or the shoulder line to shoulder line. A divided
highway has 2 roadbeds.
roadside: Area between the outside shoulder edge and the right-of-way limits.
roadway: Portion of the highway within the outside lines of curbs, sidewalks, slopes, ditches, channels, or waterways.
A roadway includes the structures and features necessary for safety, protection of facilities, and drainage.
salvage: Remove, clean, and haul to a specified location.
schedule:
1. baseline schedule: Initial schedule showing the original work plan starting on the date of Contract approval. This
schedule shows no completed work to date and no negative float or negative lag to any activity.
2. revised schedule: Schedule that incorporates a proposed or past change to logic or activity durations.
3. updated schedule: Current schedule developed from the accepted baseline and any subsequent accepted
updated or revised schedules through regular monthly review to incorporate actual past progress.
scheduled completion date: Planned work completion date shown on the current schedule.
shoulder: Roadway portion contiguous with the traveled way for accommodation of a stopped vehicle, emergency
use, and lateral support of base and surface courses.
small tool: Tool or piece of equipment not listed in Labor Surcharge and Equipment Rental Rates that has a
replacement value of$500 or less.
specifications: Standard specifications, revised standard specifications, and special provisions.
1. standard specifications: Specifications standard to Department construction projects. These specifications
are in a book titled Standard Specifications.
2. revised standard specifications: New or revised standard specifications. These specifications are in a
section titled Revised Standard Specifications of a book titled Specifications.
3. special provisions: Specifications specific to the project. These specifications are in a section titled Special
Provisions of a book titled Specifications.
Project: Job Order Contract General Engineering
Contract Numbers: 23-19-J 23-20-J 23-21-J 23-22-J
State: State of California, including its agencies, departments or divisions whose conduct or action is related to the
work.
Structure Design: Offices of Structure Design of the Department of Transportation.
subbase: Layer of material between a base and the basement material.
subgrade: Roadbed portion on which pavement, surfacing, base, subbase, or a layer of any other material is placed.
submittal:
1. action submittal: Written and graphic information and samples that require the Department's response.
2. informational submittal: Written information that does not require the Department's response.
substantial defects: Defects plainly seen as damaged, displaced, or missing parts or improper functioning of
materials, parts, equipment, or systems.
substructure: Bridge parts below the bridge seats, pier tops, and haunches for rigid-framed bridges or spring lines for
arched bridges; includes abutment backwalls, abutment parapets, and wingwalls.
superstructure: Bridge parts except the substructure.
Supplemental Job Order: A secondary Job Order developed after the initial Job Order has been issued for the
purpose of changing, deleting, or adding work to the initial Detailed Scope of Work, or changing the Job Order
Completion Time.
supplemental project information: Information relevant to the project, specified as supplemental project information,
and made available to bidders.
surfacing: Uppermost layer of material placed on a traveled way or shoulders; pavement.
Technical Specifications: The written requirements for materials, equipment, systems, standards and workmanship
for the Work, and performance of related services.
time impact analysis: Analysis using a CPM schedule developed specifically to demonstrate the effect a proposed or
past change or delay has on the current scheduled completion date.
time-scaled network diagram: Graphic depiction of a CPM schedule comprised of activity bars with relationships for
each activity represented by arrows. The tail of each arrow connects to the activity bar for the predecessor and
points to the successor.
total bid: Sum of the item totals as verified by the Department; original Contract price.
total float: Amount of time that an activity or chain of activities can be delayed before extending the scheduled
completion date.
traffic: Pedestrians, bicyclists, ridden or herded animals, vehicles, streetcars, and other conveyances either singularly
or together while using any highway for purposes of travel.
traffic lane: Portion of traveled way used for the movement of a single line of vehicles.
traveled way: Portion of the roadway for the movement of vehicles, exclusive of the shoulders, berms, sidewalks, and
parking lanes.
tunnel: Tunnel as defined in 8 CA Code of Regs § 8405 et seq.
unauthorized work: Work performed beyond the lines and grades described in the Contract or established by the
Engineer or extra work performed without Department authorization.
Unit Price: The price published in the Construction Task Catalog®for a specific construction or construction related
work task. Unit Prices for new Pre-priced Tasks can be established during the course of the Contract and added
to the Construction Task Catalogs®. Each Unit Price is comprised of labor, equipment, and material costs to
accomplish that specific Pre-priced Task.
Project: Job Order Contract General Engineering
Contract Numbers: 23-19-J 23-20-J 23-21-J 23-22-J
unsuitable material: Material encountered below the natural ground surface in embankment areas or below the
grading plane in excavation areas that the Engineer determines to be in any of the following conditions:
1. Of such unstable nature that it cannot be compacted to the specified density using ordinary methods at optimum
moisture content.
2. Too wet to be properly compacted and cannot be dried before incorporating it into the work. Excessive moisture
alone is not sufficient cause for determining that the material is unsuitable.
3. Inappropriate for the planned use.
withhold: Money temporarily or permanently taken from a progress payment.
work: Resources and activities required for Contract acceptance, including labor, materials, equipment, and the
created product.
work plan: Detailed formulation of a program of action.
work zone: Area of a highway with construction, maintenance, or utility work activities.
1-1.08 DISTRICTS
Replace Section 1.08 with:
Not Used
1-1.09 FREEZE-THAW AREAS
Add to the end of Section 1-1.09
This project may or may not be in a freeze-thaw area.
Replace Section 1-1.10 with:
1-1.10 PAVEMENT CLIMATE REGIONS
http://www.dot.ca.gov/hg/maint/Pavement/Offices/Pavement Engineering/PDF/Pavement Climat
eregions 100505.pdf
MARIPOS-% " / --�- r�1}y`�Y1
STANISLAU 41 � Caltrans
PAVEMENT CLIMATE REGIONS
MAD
41 y October 5, 2005
MERI'LiU 23.00 i` MAD 1/
PRS
1 1n North Coast
�110
,�
100A0 Central Coast
168 Inland Valley
R21.61 FU
0M Low Mountain
High Mountain
AN BFNITO Desert
aML
"°
40.00 High Desert
South Coast
(\)O KINGSKER
South Mountain\ '
Iss Note:Markers indicate County/Route/Post Mlle of
SLO 38-79 State Hwys.at region boundaries. When
41 there is no marker,the region follows a
13.29 county boundary.
To help account for the effects of various climatic conditions on pavement performance, the State has been divided
into 9 climate regions.
Replace Section 1-1.11 with:
Project: Job Order Contract General Engineering
Contract Numbers: 23-19-J 23-20-J 23-21-J 23-22-J
1-1.11 WEBSITES, ADDRESSES, AND TELEPHONE NUMBERS
Project: Job Order Contract General Engineering
Contract Numbers: 23-19-J 23-20-J 23-21-J 23-22-J
Websites, Addresses, and Telephone Numbers
Reference or
agency or
department unit Website Address Telephone no.
Authorized https://dot.ca.gov/program
Material Lists s/engineering-
Authorized services/authorized-
Material Source materials-lists
Lists
CA Unified
Certification https://dot.ca.gov/program
Program's list of s/civil-rights/dbe-search
certified DBEs
California https://dot.ca.gov/program
MUTCD s/safety- -- --
ro rams/camutcd
Data Materials Engineering and Testing
Interchange for Services Department of
Materials https://dime.dot.ca.gov/ Transportation (916) 227-5238
Engineering 5900 Folsom Blvd
Sacramento CA 95819-4612
2220 Tulare Street
Department http://www.co.fresno.ca.us Design Division —Seventh Floor (559)600-9908
Fresno, CA 93721
Department of
Conservation, http://www.conservation.c
Office of Mine a.gov/dmr/
Reclamation
Department of
General Office of Small Business and
Services, Office https://www.dgs.ca.gov/O DVBE Services Department of (800) 559-5529
of Small BAS General Services 707 3rd St West (916) 375-4940
Business and Sacramento CA 95605-2811
DVBE Services
Department of 455 Golden Gate Ave
Industrial http://www.dir.ca.gov San Francisco CA 94102 --
Relations
Design 2220 Tulare Street Tel: (559) 600-4241
Services - Design Division —Seventh Floor Fax:(559)455-4609
Contract https://www.co.fresno.ca.0 Fresno, CA 93721 Email:
Administration, s/planholders DesignServices(aD-fre
Planholders, snocountyca.gov
Bid Results
Major Construction Payment and
Division of Information Unit
Accounting, Office of External Accounts
Office of https://dot.ca.gov/program Payable (916)227-9013
External s/accounting Division of Accounting
Accounts Department of Transportation
Payable P.O. Box 168043
Sacramento, CA 95816-8043
Division of http://www.dot.ca.gov/hq/c
Construction onstruc/
Geotechnical Services
Geotechnical https://dot.ca.gov/program Department of Transportation (916)227-7000
Services s/engineerinq-services 5900 Folsom Blvd
Sacramento, CA 95819-4612
Project: Job Order Contract General Engineering
Contract Numbers: 23-19-J 23-20-J 23-21-J 23-22-J
Materials Engineering and Testing
https://dot.ca.gov/program Services
METS Department of Transportation (916)227-7000
s/engineering-services 5900 Folsom Blvd
Sacramento, CA 95819-4612
https://dot.ca.gov/program
MPQP s/construction/material- -- --
lant- ualit - ro ram
Director of Public Works &
Planning
Office Engineer -- Fresno County (559) 600-4078
2220 Tulare St, 81h Floor
Fresno, CA 93721
MSC 9-4/41
Offices of Documents Unit Offices of
Structure Structure Design (916)227-0716
Design, Department of Transportation
Documents Unit 1801 30th St
Sacramento, CA 95816-7006
Publication Unit
Publication Department of Transportation
Distribution Unit 1900 Royal Oaks Dr
Sacramento, CA 95815-3800
Replace Section 1-1.12 with:
1-1.12 MISCELLANY
Make checks and bonds payable to the County of Fresno.
Replace Section 2 with:
2 BIDDING
2-1.01 GENERAL
Section 2 includes specifications related to bid eligibility and the bidding process.
2-1.02 BID INELIGIBILITY
A firm that has provided architectural or engineering services to the Department for this contract before bid submittal
for this contract is prohibited from any of the following:
1. Submitting a bid
2. Subcontracting for a part of the work
3. Supplying materials
2-1.03 CONTRACTOR REGISTRATION
No contractor or subcontractor may be listed on a bid proposal for a public works project unless registered with the
Department of Industrial Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this
requirement for bid purposes only under Labor Code section 1771.1(a)].
2-1.04-2-1.05 RESERVED
2-1.06 BID DOCUMENTS
2-1.06A General
The Bid book includes bid forms and certifications and an electronic copy is available to print, fill out and turn in hard
copy or the another version is also available to submit online through Bid Express.
The Specifications includes the Notice to Bidders, revised standard specifications, project details, and special
provisions, technical specifications, and the Construction Task Catalog.
The Specifications will be made available to contractors who attend the mandatory pre-bid meeting.
Project: Job Order Contract General Engineering
Contract Numbers: 23-19-J 23-20-J 23-21-J 23-22-J
The Standard Specifications and Standard Plans may be purchased at the Publication Distribution Unit.
2-1.06B Supplemental Project Information
No supplemental project information is available for this project.
2-1.06C-2-1.06D Reserved
2-1.07 JOB SITE AND DOCUMENT EXAMINATION
Examine the bid documents. Notify the Department of apparent errors and patent ambiguities in the plans,
specifications, and Bid Item List. Failure to do so may result in rejection of a bid or rescission of an award.
Bid submission is your acknowledgment that you have examined the bid documents and are satisfied with:
1. General and local conditions to be encountered
2. Character, quality, and scope of work to be performed
3. Quantities of materials to be furnished
4. Character, quality, and quantity of surface and subsurface materials or obstacles
5. Requirements of the contract
2-1.08 RESERVED
2-1.09 BID ITEM LIST
Submit a bid based on your firm's adjustment factors as detailed in Proposal 2.
2-1.10 SUBCONTRACTOR LIST
Not Used
2-1.11 RESERVED
2-1.12 DISADVANTAGED BUSINESS ENTERPRISES
2-1.12A General
Section 2-1.12 applies to a federal-aid contract.
There is no specified DBE goal associated with this contract.
Contractors shall endeavor to make work available to DBEs and select work parts consistent with the available DBEs,
including subcontractors, suppliers, service providers, and truckers.
Include equal employment and non-discrimination assurances in each subcontract you sign with a subcontractor.
2-1.13-32 RESERVED
2-1.33 BID DOCUMENT COMPLETION AND SUBMITTAL
2-1.33A General
Complete forms in the Bid book or online through Bid Express.
If submitting your bid hard copy:
1. Under sealed cover
2. Marked as a bid
3. Identifying the contract number and the bid opening date.
Certain bid forms must be submitted with the bid and properly executed.
Certain other forms and information must be submitted either with the bid or within the prescribed period after bid
opening as specified elsewhere in these special provisions.
Failure to submit the forms and information as specified results in a nonresponsive bid.
If an agent other than the authorized corporation officer or a partnership member signs the bid, file a Power of
Attorney with the Department either before opening bids or with the bid. Otherwise, the bid may be nonresponsive.
Project: Job Order Contract General Engineering
Contract Numbers: 23-19-J 23-20-J 23-21-J 23-22-J
2-1.33B Bid Item List and Bid Comparison
Bids will be evaluated and the low bidder determined as indicated in the Notice to Bidders.
2-1.33C Bid Document Completion
Proposal sheets are identified by title and by the letter"P"followed by the number assigned to the proposal sheet in
question. Proposal sheets are included in the Bid Book.
2-1.33C(1) Proposal 1 - Proposal to the Board of Supervisors of Fresno County
2-1.33C(2) Proposal 2 - Bid Proposal Sheet
One or more sheet(s) upon which the bidder completes the bid.
Fill out completely including a unit price and total for each unit price-based item and a total for each lump sum item.
Do not make any additions such as "plus tax", "plus freight", or conditions such as "less 2% if paid by 15th".
Use ink or typewriter or submit through Bid Express.
2-1.33C(3) Proposal 3—Award Criteria Figure
2-1.33C(4) Proposal 4 - Bid Security and Signature
Submit one of the following forms of bidder's security equal to at least $25,000:
• Cash
• Cashier's check
• Certified check
• Signed bidder's bond by an admitted surety insurer
• Electronic bidder's bond by an admitted surety insurer
Indicate type of bid security provided.
• Cash—Acceptable but not recommended. Cash is deposited in a clearing account and is returned to bidders
by County warrant. This process may take several weeks.
• Cashier's or Certified Checks. This type of security is held until the bid is no longer under consideration. If
submitted by a potential awardee, they will be returned when the contract is fully executed by the bidder and
bonds and insurance have been approved.
• Bid Bonds—Attach electronic bid bond to your Bid Express bid. If submitting a hard copy, please attach
scanned copy to your Bid Express bid and submit hard copy to Design Services prior to the bid opening
marked "Bid Bond —Do not open until bid opening" Identify the contract number and bid opening date on the
envelope. Bid Bonds must be signed by the bidder and by the attorney-in-fact for the bonding company.
Provide notarized signature of attorney-in-fact accompanied by bonding company's affidavit authorizing
attorney-in-fact to execute bonds. An unsigned bid bond will be cause for rejection.
Provide contractor's license information.
State business name and if business is a:
• Corporation - list officers
• Partnership- list partners
• Joint Venture- list members; if members are corporations or partnerships, list their officers or partners.
• Individual - list Owner's name and firm name style
Signature of Bidder-the following lists types of companies and corresponding authorized signers.
• Corporation - by an officer
Project: Job Order Contract General Engineering
Contract Numbers: 23-19-J 23-20-J 23-21-J 23-22-J
• Partnership- by a partner
• Joint Venture- by a member
• Individual - by the Owner
If signature is by a Branch Manager, Estimator, Agent, etc., the bid must be accompanied by a power of attorney
authorizing the individual to sign the bid in question or to sign bids more generally, otherwise the bid may be rejected.
Business Address - Firm's Street Address
Mailing Address - P.O. Box or Street Address
Complete, sign, and return with bid.
2-1.33C(5) Proposal 5 - Noncollusion Declaration
Must be completed, signed, and returned with bid.
2-1.33C(6) Proposal 6 - Public Contract Code Section 10285.1 Statement
Check"has" or"has not" in accordance with instructions on form, return with completed for with bid. Note that signing
the bid constitutes signing this statement.
2-1.33C(7) Proposal 7 - Public Contract Code Section 10162 Questionnaire And Public Contract Code 10232
Statement
Check: "yes"or"no" accordance with instructions on form, include explanation if"yes" is checked. Return completed
form with bid. Note that signing the bid constitutes signing this questionnaire and statement.
2-1.33C(8) Proposal 8 - Certification With Regard To The Performance Of Previous Contracts Or
Subcontracts Subject To The Equal Opportunity Clause And The Filing Of Required Reports
For a Federal-aid contract, complete, sign, and return with bid.
2-1.33C(9) Proposal 9 -Debarment And Suspension Certification
For a Federal-aid contract, complete, sign, and return with bid.
2-1.33C(10) Proposal 10 -Nonlobbying Certification For Federal-Aid Contracts
For a Federal-aid contract, complete, sign, and return with bid.
2-1.33C(11) Proposal 11 -Disclosure Of Lobbying Activities
For a Federal-aid contract, complete, sign, and return with bid.
2-1.35-2-1.39 RESERVED
2-1.40 BID WITHDRAWAL
1. Paper bids may be withdrawn by an authorized agent before the bid opening date and time by submitting a written
bid withdrawal request at the location where the bid was submitted. Withdrawing a bid does not prevent you from
submitting a new bid. An authorized agent is an individual authorized to submit a bid.
2. Electronic bids may be submitted and resubmitted on Bid Express an unlimited number of times prior to the bid
opening time. Resubmitting a bid "withdraws" or saves over your previous bid.
3. After the bid opening time, you cannot withdraw a bid.
2-1.41-2-1.42 RESERVED
2-1.43 BID OPENING
The Department publicly opens and reads bids at the time and place shown on the Notice to Bidders.
2-1.44-2-1.45 RESERVED
2-1.46 DEPARTMENT'S DECISION ON BID
The Department's decision on the bid amount is final.
Project: Job Order Contract General Engineering
Contract Numbers: 23-19-J 23-20-J 23-21-J 23-22-J
The Department may reject:
1. All bids
2. A nonresponsive bid
2-1.47 BID RELIEF
The Department may grant bid relief under Pub Cont Code § 5100 et seq. Submit any request for bid relief to Design
Services.
2-1.48 RESERVED
2-1.49 SUBMITTAL FAILURE HISTORY
The Department considers a bidder's past failure to submit documents required after bid opening in determining a
bidder's responsibility.
2-1.50 RESERVED
2-1.51 DISCLOSURE OF SELF-DEALING TRANSACTIONS
This provision is only applicable if the contractor is operating as a corporation (a for-profit or non-profit corporation) or
if during the term of this agreement, the contractor changes its status to operate as a corporation.
Members of the contractor's Board of Directors shall disclose any self-dealing transactions that they are a party to
while contractor is providing goods or performing services under this agreement. A self-dealing transaction shall mean
a transaction to which the contractor is a party and in which one or more of its directors has a material financial
interest. Members of the Board of Directors shall disclose any self-dealing transactions that they are a party to by
completing and signing a Self-Dealing Transaction Disclosure Form which is included in Project Details of these
special provisions.
In the event that the Contractor(to whom the project is awarded) is operating as a corporation or incorporates during
the course of the construction contract, and any member of its board of directors is engaged or intends to become
engaged in self-dealing transaction(s), each member of its board of directors who is engaged or intends to become
engaged in a self-dealing transaction or transactions must complete and submit to the County a completed Self-
Dealing Transaction Disclosure Form (in Project Details)for each such transaction prior to engaging therein or
immediately thereafter.
3 CONTRACT AWARD AND EXECUTION
Replace the headings and paragraphs of Section 3 with:
3-1.01 GENERAL
Section 3 includes specifications related to contract award and execution.
3-1.02 CONSIDERATION OF BIDS
3-1.02A General
Bids will be compared on the basis listed in the Notice to Bidders.
3-1.02B Tied Bids
The Department breaks a tied bid with a coin toss:
3-1.03 CONTRACTOR REGISTRATION
No contractor or subcontractor may be awarded a contract for public work on a public works project(awarded on or
after April 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section
1725.5.
3-1.04 CONTRACT AWARD
3-1.04A BID PROTEST PROCEDURES
Any bid protest must be submitted in writing and delivered by the Bidder by either of the following means: (1)via e-mail
to DesignServices(c�fresnocountyca.gov; or(2)via certified mail, return receipt requested to the following address:
Design Division, Department of Public Works and Planning, 2220 Tulare Street, Sixth Floor, Fresno, CA 93721.
Project: Job Order Contract General Engineering
Contract Numbers: 23-19-J 23-20-J 23-21-J 23-22-J
The bid protest must be received no later than 5:00 p.m. of the seventh (7t'') calendar day following the
deadline for submittal of the specific bid document(s) placed at issue by the protest. Any Bidder filing a protest
is encouraged to submit the bid protest via e-mail, because the deadline is based on the Department's receipt of the
bid protest. A bid protest accordingly may be rejected as untimely if it is not received by the deadline, regardless of the
date on which it was postmarked. The Bidder's compliance with the following additional procedures also is mandatory:
a. The initial protest document shall contain a complete statement of the grounds for the protest, including a detailed
statement of the factual basis and any supporting legal authority.
b. The protest shall identify and address the specific portion of the document(s)forming the basis for the protest.
c. The protest shall include the name, address and telephone number of the person representing the protesting party.
d. The Department will provide a copy of the initial protest document and any attached documentation to all other
Bidders or proposers who appear to have a reasonable prospect of receiving an award depending upon the outcome
of the protest.
e. The Board of Supervisors will issue a decision on the protest. If the Board of Supervisors determines that a protest
is frivolous, the party originating the protest may be determined to be irresponsible and that party may be determined
to be ineligible for future contract awards.
f. The procedure and time limits set forth herein are mandatory and are the Bidder's sole and exclusive remedy in the
event of a bid protest. Failure by the Bidder to comply with these procedures shall constitute a waiver of any right to
further pursue the bid protest, including the subsequent filing of a Government Code Claim or legal proceedings.
3-1.04B AWARD PERIOD
If the Department awards the contract, the award is made to the lowest responsible bidder within 54 calendar days
after bid opening.
The Department may extend the specified award period if the Bidder agrees.
You may request to extend the award period by faxing a request to Design Services before 4:00 p.m. on or before the
last day of the award period. If you do not make this request, after the specified award period:
1. Your bid becomes invalid
2. You are not eligible for the award of the contract
3-1.05 CONTRACT BONDS (PUB CONT CODE §§ 10221 AND 10222)
The successful bidder must furnish two bonds conforming to the requirements in the Agreement of these special
provisions.
3-1.06 CONTRACTOR LICENSE
For a federal-aid contract, the Contractor must be properly licensed as a contractor from contract award through
Contract acceptance (Pub Cont Code § 10164).
For a non-federal-aid contract:
1. Contractor must be properly licensed as a contractor from bid opening through Contract acceptance (Bus & Prof
Code § 7028.15)
2. Joint venture bidders must obtain a joint venture license before contract award (Bus & Prof Code § 7029.1)
3-1.07 INSURANCE POLICIES
The successful bidder must submit copies of its insurance policies conforming to the requirements in the Agreement
of these special provisions.
3-1.08—3-1.10 RESERVED
3-1.11 PAYEE DATA RECORD
Complete and deliver to the Engineer a Payee Data Record form when requested by the Engineer.
Project: Job Order Contract General Engineering
Contract Numbers: 23-19-J 23-20-J 23-21-J 23-22-J
3-1.12 RESERVED
3-1.13-3-1.17 RESERVED
3-1.18 CONTRACT EXECUTION
The successful bidder must sign the Agreement.
Deliver to Design Services:
1. Signed Agreement
2. Contract bonds
3. Documents identified in section 3-1.07
Design Services must receive these documents before the 10th business day after the bidder receives the contract.
The bidder's security may be forfeited for failure to execute the contract within the time specified (Pub Cont Code §§
10181, 10182, and 10183).
3-1.19 BIDDERS' SECURITIES
The Department keeps the securities of the 1st, 2nd, and 3rd low bidders until the contract has been executed. The
other bidders' securities, other than bidders' bonds, are returned upon determination of the 1st, 2nd, and 3rd low
bidders, and their bidders' bonds are of no further effect (Pub Cont Code § 10184).
4 SCOPE OF WORK
Replace Section 4-1.02 with:
4-1.02 INTENT
The Contract intent is to provide for work completion using the best general practices.
Nothing in the specifications, special provisions, Standard Specifications, or in any other Contract document voids the
Contractor's public safety responsibilities.
Replace Section 4-1.03 with:
4-1.03 WORK DESCRIPTION
The work of this Contract will be set forth in the Detailed Scopes of Work referenced in the individual Job Orders. The
Contractor is required to complete each Detailed Scope of Work for the Job Order Price within the Job Order
Completion Time.
4-1.03A PROCEDURES FOR DEVELOPING A JOB ORDER
1. Initiation of a Job Order
The County may award an individual Job Order to any selected Contractor. Selection of the Contractor and award of
the Job Order will be in compliance with established County procedures and based on one or more of the following
criteria:
1.1. Rotational selection among all Contractors, unless otherwise determined by the County.
1.2. Evaluation of past and current performance on Job Orders of a similar nature and type of work, project size,
construction management challenges, schedule performance, design management requirements, etc.
1.3. Balancing of work load (Job Order dollar volume and construction backlog)among Contractors.
1.4. Management of Job Order dollar volume within bonding limitations of the Contractor.
1.5. Contractor's responsiveness to the County on Job Orders.
1.6. Other appropriate criteria as deemed in the best interest of the County.
Project: Job Order Contract General Engineering
Contract Numbers: 23-19-J 23-20-J 23-21-J 23-22-J
As the need exists, the County will notify the Contractor of a Project, schedule a Joint Scope Meeting and issue a
Notice of Joint Scope Meeting.
The Contractor shall attend the Joint Scope Meeting and discuss, at a minimum:
1.1. the general scope of the work;
1.2. alternatives for performing the work and value engineering;
1.3. access to the site and protocol for admission;
1.4. hours of operation;
1.5. staging area;
1.6. requirements for catalog cuts, technical data, samples and shop drawings;
1.7. requirements for professional services, sketches, drawings, and specifications;
1.8. construction duration;
1.9. liquidated damages;
1.10. the presence of hazardous materials;
1.11. date on which the Job Order Proposal is due.
Upon completion of the joint scoping process, the County will prepare a draft Detailed Scope of Work referencing any
sketches, drawings, photographs, and specifications required to document accurately the work to be accomplished.
The Contractor shall review the Detailed Scope of Work and request any required changes or modifications. When an
acceptable Detailed Scope of Work has been prepared, the County will issue a Request for Proposal that will require
the Contractor to prepare a Job Order Proposal. The Detailed Scope of Work, unless modified by both the Contractor
and the County, will be the basis on which the Contractor will develop its Job Order Proposal and the County will
evaluate the same. The Contractor does not have the right to refuse to perform any task or any work in connection
with a particular Project.
The County may, at its option, include quantities in the Detailed Scope of Work if it helps to define the Detailed Scope
of Work, if the actual quantities required are not known or cannot be determined at the time the Detailed Scope of
Work is prepared, if the Contractor and the County cannot agree on the quantities required, or for any other reason as
determined by the County. In all such cases, the County shall issue a Supplemental Job Order adjusting the quantities
appearing in the Detailed Scope of Work to the actual quantities.
2. Preparation of the Job Order Proposal
The Contractor's Job Order Proposal shall include, at a minimum:
2.1. Job Order Price Proposal;
2.2. Required drawings or sketches;
2.3. List of anticipated Subcontractors and Materialmen;
2.4. Construction schedule;
2.5. Other requested documents.
3. Preparation of the Job Order Price Proposal
The Job Order Price shall be the value of the approved Job Order Price Proposal.
The value of the Job Order Price Proposal shall be calculated by summing the total of the calculations for each Pre-
priced Tasks (unit price x quantity x Adjustment Factor) plus the value of all Non Pre-priced Tasks.
The Contractor will prepare Price Proposals in accordance with the following:
Project: Job Order Contract General Engineering
Contract Numbers: 23-19-J 23-20-J 23-21-J 23-22-J
3.1. Pre-priced Task: A task described in, and for which a unit price is set forth in, the Construction Task
Catalog®.
3.2. Non Pre-priced Task: A task that is not set forth in the Construction Task Catalog®.
3.3. Information submitted in support of Non Pre-priced Tasks shall include, but not be limited to, the following:
a. Catalog cuts, specifications, technical data, drawings, or other information as required to evaluate the task.
b. If the Contractor will perform the work with its own forces, it shall submit three independent quotes for all
material to be installed and shall, to the extent possible, use Pre-priced Tasks for labor and equipment from the
Construction Task Catalog®. If the work is to be subcontracted, the Contractor must submit three independent quotes
from subcontractors. The Contractor shall not submit a quote or bid from any supplier or subcontractor that the
Contractor is not prepared to use. The County may require additional quotes and bids if the suppliers or
subcontractors are not acceptable or if the prices are not reasonable.
C. The final price submitted for Non Pre-priced Tasks shall be according to the following formula:
Contractor Performed Duties
A= The hourly rate for each trade classification not in the Construction Task Catalog® multiplied by the
quantity;
B = The rate for each piece of Equipment not in the Construction Task Catalog®multiplied by the quantity;
C = The lowest of three independent quotes for all materials
Total Cost for self-performed work = (A+B+C)x Normal Hours Adjustment Factor
For Work performed by Subcontractors:
If the Work is to be subcontracted, the Contractor must submit three independent bids from Subcontractors. If
three quotes or bids cannot be obtained, the Contractor will provide the reason in writing for the County's approval as
to why three quotes cannot be submitted.
D = Subcontractor Costs (supported by three quotes)
Total Cost for Non Pre-Priced Tasks performed by Subcontractors = D x Normal Working Hours Adjustment
Factor.
d. After a Non Pre-priced Task has been approved by the County, the Unit Price for such task will be
established, and fixed as a permanent Non Pre-priced Task which will no longer require price justification.
e. The County's determination as to whether an item is a Pre-priced Task or a Non Pre-priced Task shall be
final, binding and conclusive as to the Contractor.
f. On a case-by-case basis, if three quotes cannot be obtained, less than three quotes may be accepted but
must be approved in advance by the County.
Whenever, because of trade jurisdiction rules or small quantities, the cost of a minor task in the Price Proposal is less
than the cost of the actual labor and material to perform such task, the County may permit the Contractor to be paid
for such task as a Non Pre-priced Task, or use Pre-priced labor tasks and material component pricing to cover the
actual costs incurred. Provided, however, that there is no other work for that trade on the Project or other work for that
trade cannot be scheduled at the same time and the final charge does not exceed $1,000.
Contractor shall make the necessary arrangements for and obtain all filings and permits required for the Work,
including the preparation of all drawings, sketches, calculations and other documents and information that may be
required therefor. If the Contractor is required to pay an application fee for filing a project, a fee to obtain a building
permit, or any other permit fee to the City, State or some other governmental or regulatory agency, then the amount of
such fee paid by the Contractor for which a receipt is obtained shall be treated as a Reimbursable Task to be paid
without mark-up. The cost of expediting services or equipment use fees are not reimbursable.
The Contractor shall provide incidental engineering and architectural services required in connection with a particular
Job Order including drawings and information required for filing.
Project: Job Order Contract General Engineering
Contract Numbers: 23-19-J 23-20-J 23-21-J 23-22-J
The Contractor's Job Order Proposal shall be submitted by the date indicated on the Request for Proposal. All
incomplete Job Order Proposals shall be rejected. The time allowed for preparation of the Contractor's Job Order
Proposal will depend on the complexity and urgency of the Job Order but should average between seven and
fourteen days. On complex Job Orders, such as Job Orders requiring incidental engineering/architectural drawings
and approvals and permits, allowance will be made to provide adequate time for preparation and submittal of the
necessary documents.
In emergency situations and minor maintenance and repair Job Orders requiring immediate completion, the Job Order
Proposal may be required quickly and the due date will be so indicated on the Request for Proposal or, as described
below, the Contractor may be directed to begin work immediately with the paperwork to follow.
By submitting a Job Order Proposal to the County, the Contractor agrees to accomplish the Detailed Scope of Work in
accordance with the Request for Proposal at the price submitted. It is the Contractor's responsibility to include the
necessary tasks and quantities in the Price Proposal and apply the appropriate Adjustment Factor(s) prior to
delivering it to the County.
If the Contractor requires clarifications or additional information regarding the scope of work in order to prepare the
Job Order Proposal, the request must be submitted so that the submittal of the Job Order Proposal is not delayed.
4. Review of the Job Order Proposal and Issuance of the Job Order
The County will evaluate the entire Price Proposal and compare these with the County's estimate of the Detailed
Scope of Work to determine the reasonableness of approach, including the appropriateness of the tasks and
quantities proposed.
The Contractor may choose the means and methods of construction; subject however, to the County's right to reject
any means and methods proposed by the Contractor that:
4.1. Will constitute or create a hazard to the work, or to persons or property; or
4.2. Will not produce finished Work in accordance with the terms of the Contract; or
4.3. Unnecessarily increases the price of the Job Order when alternative means and methods are available.
The County reserves the right to reject a Job Order Proposal or cancel a Project for any reason. The County also
reserves the right not to issue a Job Order if it is determined to be in the best interests of the County. The County may
perform such work by other means. The Contractor shall not recover any costs arising out of or related to the
development of the Job Order including but not limited to the costs to attend the Joint Scope Meeting, review the
Detailed Scope of Work, prepare a Job Order Proposal (including incidental architectural and engineering services),
subcontractor costs, and the costs to review the Job Order Proposal with the County.
By submitting a Job Order Proposal to the County, the Contractor agrees to accomplish the Detailed Scope of Work in
accordance with the Request for Proposal at the lump sum price submitted. It is the Contractor's responsibility to
include the necessary Pre-priced Tasks and Non Pre-priced Tasks and quantities in the Job Order Price Proposal
prior to delivering it to the County.
Each Job Order provided to the Contractor shall reference the Detailed Scope of Work and set forth the Job Order
Price and the Job Order Completion Time. All clauses of this Contract shall be applicable to each Job Order. The Job
Order, issued by the County Contract Manager and delivered to the Contractor along with a Notice to Proceed signed
by the County Contract Manager constitutes acceptance of the Contractor's Job Order Proposal on behalf of the
County.
In the event that immediate emergency response is necessary, the Contractor shall be required to follow alternative
procedures as established by the County. The Contractor shall begin work as directed notwithstanding the absence of
a fully developed Request for Proposal, Detailed Scope of Work, or Job Order. The Contractor shall be compensated
for such work as if the work had been ordered under the standard procedures.
Replace Section 4-1.05 with:
4-1.05 CHANGES AND EXTRA WORK
Project: Job Order Contract General Engineering
Contract Numbers: 23-19-J 23-20-J 23-21-J 23-22-J
4-1.05A General
The Department, without invalidating the Job Order, may order changes in the Work by altering, adding to or
deducting from the Work, by issuing a Supplemental Job Order.
Continue contract operations as directed by the Engineer pending approval of any Supplemental Job Order. Do not
begin Supplemental Job Order work until the Notice to Proceed for the Supplemental Job Order has been issued.
Credits for Pre-priced and Non Pre-priced Tasks shall be calculated at the pre-set Unit Prices and multiplied by the
appropriate Adjustment Factors. The result is that a credit for Tasks that have been deleted from the Detailed Scope
of Work will be given at 100% of the value at which they were included in the original Job Order Price Proposal.
Replace Section 4-1.07C with:
4-1.07C Reserved
Replace Section 4-1.13 with:
4-1.13 CLEANUP
Before final inspection, leave the job site neat and presentable and dispose of:
1. Rubbish
2. Excess materials
3. Falsework
4. Temporary structures
5. Equipment
Remove warning, regulatory, and guide signs when directed by the Engineer.
5 CONTROL OF WORK
Delete the 91" Paragraph of Section 5-1.01
Add the following before the last sentence in Section 5-1.02
Caltrans Standard Plans, City of Fresno Standard Drawings, and any other other-agency Standard Drawings included
in the "Project Details" section of the book entitled "Specifications" have the same ranking as Standard Plans."
All other drawings in the "Project Details" section of the book entitled "Specifications" have the same ranking as
Project Plans.
Tables and other documents in the "Project Details" section of the book entitled "Specifications" have the same
ranking as Special Provisions. If a portion of a document in the Project Details section conflicts with the Special
Provisions, the Special Provisions shall prevail.
Replace Section 5-1.09 with:
5-1.09 RESERVED
Replace Section 5-1.12 with:
5-1.12 ASSIGNMENT
No third-party agreement relieves you or your surety of the responsibility to complete the work. Do not sell, transfer, or
otherwise dispose of any Contract part without prior written consent from the Department.
If you assign the right to receive Contract payments, the Engineer accepts the assignment upon the Engineer's
receipt of a notice. Assigned payments remain subject to deductions and withholds described in the Contract. The
Department may use withheld payments for work completion whether payments are assigned or not.
Project: Job Order Contract General Engineering
Contract Numbers: 23-19-J 23-20-J 23-21-J 23-22-J
A pending or disapproved request for assignment does not relieve you of the responsibility to commence and pursue
work timely and in strict accordance with contract documents.
Replace Section 5-1.13C with:
5-1.13C RESERVED
Replace Section 5-1.13D with:
5-1.13D RESERVED
Add the following paragraph to the end of section 5-1.16 with:
Submit Daily Log records to the Engineer weekly for the entire course of work unless the Engineer requests
another interval.
Replace Section 5-1.20B(4) with:
5-1.20B(4) Contractor—Property Owner Agreement
Before procuring material from or disposing or stockpiling of material on non-highway property:
1. Provide proof that the property where materials are to be stockpiled or equipment parked/stored is
appropriately zoned and/or permitted for the use proposed by the Contractor.
2. Obtain written authorization from each and every owner of the property where materials are to be stockpiled
or equipment parked/stored.
3. Provide proof that the signor(s)of the authorization are the owners of the property.
4. Provide an executed release from the property owner(s) absolving the Department from any and all
responsibility in connection with the stockpiling of materials or parking/storage of equipment on said property.
5. Obtain written permission from the Engineer to stockpile materials or park/store equipment at the location
designated in said authorization.
Before Contract acceptance, submit a document signed by the owner of the material source or disposal site stating
that the Contractor has complied with the Contractor-owner agreement.
Failure by the Contractor to provide written authorization shall result in the withholding of all funds due to the
Contractor until said authorization is received by the County.
Replace Section 5-1.20C with:
5-1.20C Railroad Relations
If the Contract includes an agreement with a railroad company, the Department makes the provisions of the
agreement available in Project Details in the document titled "Railroad Relations and Insurance Requirements."
Comply with the requirements in the document.
Replace Section 5-1.23A with:
5-1.23A General
Section 5-1.23 includes specifications for action and informational submittals.
Any submittal not specified as an informational submittal is an action submittal.
Submit action and informational submittals to the Engineer. Unless otherwise specified in these Specifications,
submittals shall be provided via email in .pdf format.
Each submittal must have a cover sheet that must include:
1. Contract number
2. Project Name
3. Date
4. Submittals (and resubmittals if applicable) must be numbered sequentially
5. Structure number if applicable
6. Contractor
7. Person responsible for submitting the submittal
Project: Job Order Contract General Engineering
Contract Numbers: 23-19-J 23-20-J 23-21-J 23-22-J
8. Signature of Contractor's representative sending submittal
9. Section number and/or item submittal is referencing
10. Pages of submittal, excluding cover sheet
The Department rejects a submittal if it has any error or omission.
If the last day for submitting a document falls on a Saturday or holiday, it may be submitted on the next business day
with the same effect as if it had been submitted on the day specified.
Documents must be submitted in the English language.
Convert documents to US customary units.
Replace Section 5-1.26 with:
5-1.26 CONSTRUCTION SURVEYS
The Engineer places stakes and/or marks as the Engineer determines to be necessary to establish the lines and
grades required for the work.
Submit your request for Engineer-furnished stakes:
1 Once staking area is ready for stakes
2. On a Request for Construction Stakes form
After your submittal, the Engineer starts staking within 2 working days.
Preserve stakes and marks placed by the Engineer. If the stakes or marks are destroyed, the Engineer replaces them
at the Engineer's earliest convenience and deducts the cost.
5-1.27 COMPUTER REQUIREMENTS
The Contractor shall maintain at its office for its use a computer with, at a minimum, a 1 GHz processor and an
internet connection. The Contractor shall maintain individual email accounts for each of its project managers.
5-1.28 JOB ORDER CONTRACTING SOFTWARE
The County selected The Gordian Group's (Gordian)Job Order Contracting (JOC) system for the execution of the
JOC program. The Gordian JOC system includes The Gordian Group's proprietary eGordian®and Gordian Cloud
JOC Applications and Construction Task Catalog®, which shall be used by the Contractor to prepare and submit Job
Order Proposals, subcontractor lists, and other requirements specified in the general conditions and as may be
requested by the County. The Contractor shall be required to execute Gordian's JOC System License and User
Agreement, and shall pay a 1% JOC System License Fee on all work awarded to the JOC contractor by the County
for access to the Gordian JOC system and Proprietary Information.
Delete Section 5-1.27E
5-1.32 AREAS FOR USE
Occupy the highway only for purposes necessary to perform the work.
Defend, indemnify, and hold the Department harmless to the same extent as under section 7-1.05.
The Department does not allow temporary residences within the County right-of-way.
Project: Job Order Contract General Engineering
Contract Numbers: 23-19-J 23-20-J 23-21-J 23-22-J
6 CONTROL OF MATERIALS
Replace section 6-1.05 with:
6-1.05 SPECIFIC BRAND OR TRADE NAME AND SUBSTITUTION
Unless substitution is expressly precluded in the special provisions, a reference to a specific brand or trade name
establishes a quality standard and is not intended to limit competition. Unless the Department has made a public
interest finding expressly authorizing sole source procurement of a particular item, you may use a product that is
equal to or better than the specified brand or trade name if authorized.
Submit a substitution request with a time period that:
1. Follows Contract award
2. Allows 30 days for review
3. Causes no delay
Include substantiating data with the substitution request that proves that substitution:
1. Causes no delay
2. Is of equal or better quality and suitability
If the special provisions disallow substitution of a particular item, provide the specified item and do not propose
substitution.
7 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC
Replace the 2"d Paragraph of Section 7-1.02K(2)with:
The general prevailing wage rates and any applicable changes to these wage rates are available:
1. From Design Services
2. From the Department of Industrial Relations'Web site
Replace section 7-1.02K(3) with:
Keep accurate payroll records.
Submit a copy of your certified payroll records, weekly, including those of subcontractors. Include:
1. Each employee's:
1.1. Full name
1.2. Address
1.3. Social security number
1.4. Work classification
1.5. Straight time and overtime hours worked each day and week
1.6. Actual wages paid for each day to each:
1.6.1. Journeyman
1.6.2. Apprentice
1.6.3. Worker
1.6.4. Other employee you employ for the work
1.7. Pay rate
1.8. Itemized deductions made
1.9. Check number issued
1.10. Fringe Benefits
2. Apprentices and the apprentice-to-journeyman ratio
Project: Job Order Contract General Engineering
Contract Numbers: 23-19-J 23-20-J 23-21-J 23-22-J
Each certified payroll record must include a Statement of Compliance form signed under penalty of perjury that
declares:
1. Information contained in the payroll record is true, correct, and complete
2. Employer has complied with the requirements of sections 1771, 1811, and 1815 for any work performed by his or
her employees on the public works project
3. Wage rates paid are at least those required by the Contract
Submitted certified payrolls for hauling and delivering ready-mixed concrete must be accompanied by a written time
record. The time record must include:
1. Truck driver's full name and address
2. Name and address of the factory or batching plant
3. Time the concrete was loaded at the factory or batching plant
4. Time the truck returned to the factory or batching plant
5. Truck driver's signature certifying under penalty of perjury that the information contained in this written time record
is true and correct
Make certified payroll records available for inspection at all reasonable hours at your main office on the following
basis:
1. Upon the employee's request or upon request of the employee's authorized representative, make available for
inspection a certified copy of the employee's payroll record.
2. Refer the public's requests for certified payroll records to the Department. Upon the public's request, the
Department makes available for inspection or furnishes copies of your certified payroll records. Do not give the
public access to the records at your main office.
Make all payroll records available for inspection and copying or furnish a copy upon request of a representative of the:
1. Department
2. Division of Labor Standards Enforcement of the Department of Industrial Relations
3. Division of Apprenticeship Standards of the Department of Industrial Relations
Furnish the Department the location of the records. Include the street address, city, and county. Furnish the
Department a notification of a location and address change within 5 business days of the change.
Comply with a request for the records within 10 days after you receive a written request. If you do not comply within
this period, the Department withholds from progress payments a $100 penalty for each day or part of a day for each
worker until you comply. You are not assessed this penalty for a subcontractor's failure to comply with Labor Code §
1776.
The Department withholds from progress payments for delinquent or inadequate records (Labor Code § 1771.5). If
you have not submitted an adequate record by the month's 15th day for the period ending on or before the 1st of that
month, the Department withholds up to 10 percent of the monthly progress estimate, exclusive of mobilization. The
Department does not withhold more than $10,000 or less than $1,000.
7-1.02K(4)i Apprenticeship Requirements for non-Federal Projects
A. Pursuant to Sections 1770-1780 of the Labor Code of the State of California, the Director of the
Department of Industrial Relations has determined the general prevailing rate of wages in the locality for
each craft or type of worker needed to execute the work. Said wage rates pursuant to Section 1773.2 of
the Labor Code are on file with the Clerk to the Fresno County Board of Supervisors, and will be made
available to any interested person on request. A copy of this wage scale may also be obtained at the
following Web Site: www.dir.ca.g,ov/dlsr.
B. Pursuant to Section 1775 of the Labor Code of the State of California, nothing in this Article shall prevent
the employment of properly registered apprentices upon public works. Every such apprentice shall be
paid the standard wage paid to apprentices under the regulations of the craft or trade at which he/she is
employed, and shall be employed only at the work of the craft or trade to which he/she is registered.
Project: Job Order Contract General Engineering
Contract Numbers: 23-19-J 23-20-J 23-21-J 23-22-J
C. Only apprentices, as defined in Section 3077, who are in training under apprenticeship standards and
written apprentice agreements under Chapter 4 (commencing at Section 3070), Division 3, of the Labor
Code, are eligible to be employed on public works. The employment and training of each apprentice shall
be in accordance with the provisions of the apprenticeship standards and apprentice agreements under
which he/she is training.
D. Fresno County is committed to increasing the availability of employment and training opportunities, with
particular attention to the plight of those who are most economically disadvantaged. In an effort to
advance that purpose, the County will require that the Contractor and each subcontractor employed on
this Project shall use their best efforts to ensure that thirty-three percent (33%) of apprentice hours, as
determined by California Labor Code Section 1777.5 for each contractor and subcontractor of any tier on
this Project, are performed by qualified participants in state approved apprenticeship programs who also
are current or former"Welfare-to-Work" participants in the CaIWORKs program. Provided, that nothing
contained in this Paragraph D shall be interpreted to relieve or in any way diminish the obligation of the
Contractor and each subcontractor to comply fully with all applicable apprenticeship laws in accordance
with the California Labor Code and the California Code of Regulations; and accordingly such
requirements as are contractually imposed by this Paragraph D shall be in addition to such legally
mandated requirements, and applicable only to the extent fully consistent therewith.
Replace Section 7-1.02K(6)(j)(iii)with:
Section 7-1.02K(6)0)(iii) applies if earth material containing lead is present at the job site.
Section 7-1.02K(6)(j)(iii) Earth Material Containing Lead
Section 7-1.02K(6)(j)(iii) includes specifications for handling, removing, and disposing of earth material containing
lead.
Lead is present in earth material on the job site. Management of this material exposes workers to health hazards that
must be addressed in your lead compliance plan. The average lead concentrations are below 1,000 mg/kg total lead
and below 5 mg/L soluble lead. The material on the job site:
1. Is not a hazardous waste
2. Does not require disposal at a permitted landfill or solid waste disposal facility
Lead is typically found within the top 2 feet of material in unpaved areas of the highway. Reuse all of the excavated
material on the right-of-way. Haul and place the surplus excavated material on the right-of-way at
Lead has been detected in material to a depth of in unpaved areas of the highway. Levels of lead found on the
job site range from less than to mg/kg total lead with an average concentration of mg/kg total lead
as analyzed by EPA test method 6010 or EPA test method 7000 series and based upon a 95 percent upper
confidence limit. Levels of lead found within the project limits have a predicted average soluble concentration of
mg/L as analyzed by the California Waste Extraction Test and based upon a 95 percent upper confidence limit.
Handle the material under all applicable laws, rules, and regulations, including those of the following agencies:
1. Cal/OSHA
2. CA RWQCB, Region 5-Central Valley
3. CA Department of Toxic Substances Control
4.
Manage the material as shown in the following table.
Project: Job Order Contract General Engineering
Contract Numbers: 23-19-J 23-20-J 23-21-J 23-22-J
Earth Material Management
Location Depth Management requirements
If the material is disposed of:
1. Disclose the lead concentration of the material to the receiving property owner when obtaining authorization for
disposal on the property
2. Obtain the receiving property owner's acknowledgment of lead concentration disclosure in the written
authorization for disposal
3. You are responsible for any additional sampling and analysis required by the receiving property owner
If you choose to dispose of the material at a commercial landfill:
1. Transport it to a Class III or Class II landfill appropriately permitted to receive the material
2. You are responsible for identifying the appropriately permitted landfill to receive the material and for all associated
trucking and disposal costs, including any additional sampling and analysis required by the receiving landfill
Section 7-1.02M(2) applies use if requested by the district and under the applicable forest service permit
Replace Section 7-1.02M(2)with:
7-1.02M(2) Fire Prevention
Cooperate with local fire prevention authorities in eliminating hazardous fire conditions.
Obtain the phone numbers of the nearest fire suppression agency, California Department of Forestry and Fire
Protection (Cal Fire) unit headquarters, United States Forest Service (USFS) ranger district office, and U.S.
Department of Interior(USDI) BLM field office. Submit these phone numbers to the Engineer before the start of job
site activities.
Immediately report to the nearest fire suppression agency fires occurring within the project limits.
Prevent project personnel from setting open fires that are not part of the work.
Prevent the escape of and extinguish fires caused directly or indirectly by job site activities
Except for motor trucks, truck tractors, buses, and passenger vehicles, equip all hydrocarbon-fueled engines, both
stationary and mobile including motorcycles, with spark arresters that meet USFS standards as specified in the Forest
Service Spark Arrester Guide. Maintain the spark arresters in good operating condition. Spark arresters are not
required by Cal Fire, the BLM, or the USFS on equipment powered by properly maintained exhaust-driven turbo-
charged engines or equipped with scrubbers with properly maintained water levels. The Forest Service Spark Arrester
Guide is available at the district offices.
Each toilet must have a metal ashtray at least 6 inches in diameter by 8 inches deep half-filled with sand and within
easy reach of anyone using the facility.
Locate flammable materials at least 50 feet away from equipment service, parking, and gas and oil storage areas.
Each small mobile or stationary engine site must be cleared of flammable material for a radius of at least 15 feet from
the engine.
Each area to be cleared and grubbed must be cleared and kept clear of flammable material such as dry grass, weeds,
brush, downed trees, oily rags and waste, paper, cartons, and plastic waste. Before clearing and grubbing, clear a fire
break at the outer limits of the areas to be cleared and grubbed. Other fire breaks may be ordered and are change
order work.
Furnish the following fire tools:
Project: Job Order Contract General Engineering
Contract Numbers: 23-19-J 23-20-J 23-21-J 23-22-J
1. 1 shovel and 1 fully charged fire extinguisher UL rated at 4 B:C or more on each truck, personnel vehicle, tractor,
grader, or other heavy equipment.
2. 1 shovel and 1 backpack 5-gallon water-filled tank with pump for each welder.
3. 1 shovel or 1 chemical pressurized fire extinguisher, fully charged, for each gasoline-powered tool, including chain
saws, soil augers, and rock drills. The fire tools must always be within 25 feet from the point of operation of the
power tool. Each fire extinguisher must be of the type and size required by the Pub Res Code §4431 and 14 CA
Code of Regs § 1234. Each shovel must be size O or larger and at least 46 inches long.
Furnish a pickup truck and driver for the sole purpose of fire control during working hours. The truck must be equipped
with:
1. 10 shovels, 5 axes, 2 backpack 5-gallon water-filled tanks with pumps
2. 100-gallon tank of water with a gasoline motor powered pump and 100 feet of 3/4-inch hose on a reel.
The pickup truck and operator must patrol the area of construction for at least 1/2 hour after job site activities have
ended.
In addition to being available at the site of the work, the truck and operator must patrol the area of construction from
noon until at least 1/2 hour after job site activities have ended. If the fire danger rating is very high or extreme, the
truck and operator must patrol the area of construction while work is being done and for at least 1/2 hour after job site
activities have ended.
Cal Fire, USFS, and BLM have established the following adjective class ratings for 5 levels of fire danger for use in
public information releases and fire protection signing: low, moderate, high, very high, extreme. Obtain the fire danger
rating daily for the project area from the nearest Cal Fire unit headquarters, USFS ranger district office, or BLM field
office.
Arrangements have been made with Cal Fire, USFS, and BLM to notify the Department when the fire danger rating is
very high or extreme. This information will be furnished to the Engineer who will notify you for dissemination and
action in the area affected. If a discrepancy between this notice and the fire danger rating obtained from the nearest
office of either Cal Fire or USFS exists, you must conduct operations according to the higher of the two fire danger
ratings.
If the fire danger rating reaches very high:
1. Falling of dead trees or snags must be discontinued.
2. No open burning is permitted and fires must be extinguished.
3. Welding must be discontinued except in an enclosed building or within an area cleared of flammable material for a
radius of 15 feet.
4. Blasting must be discontinued.
5. Smoking is allowed only in automobiles and cabs of trucks equipped with an ashtray or in cleared areas
immediately surrounded by a fire break unless prohibited by other authority.
6. Vehicular travel is restricted to cleared areas except in case of emergency.
If the fire danger rating reaches extreme, take the precautions specified for a very high fire danger rating except
smoking is not allowed in an area immediately surrounded by a firebreak and work of a nature that could start a fire
requires that properly equipped fire guards be assigned to such operation for the duration of the work.
The Engineer may suspend work wholly or in part due to hazardous fire conditions. The days during this suspension
are non—working days.
If field and weather conditions become such that the determination of the fire danger rating is suspended, section 7-
1.02M(2)will not be enforced for the period of the suspension of the determination of the fire danger rating. The
Engineer will notify you of the dates of the suspension and resumption of the determination of the fire danger rating.
Add between the 9th and 10th paragraphs of section 7-1.03:
07-15-16
If a height differential of more than 0.04 foot is created by construction activities at a joint transverse to the direction of
traffic on the traveled way or a shoulder subject to public traffic, construct a temporary taper at the joint with a slope
complying with the requirements shown in the following table:
Project: Job Order Contract General Engineering
Contract Numbers: 23-19-J 23-20-J 23-21-J 23-22-J
Temporary Tapers
Height differential Sloe horizontal:vertical
(foot) Taper use of 14 days or less Taper use of more than 14 da s
Greater than 0.08 100:1 or flatter 200:1 or flatter
0.04-0.08 70:1 or flatter 70:1 or flatter
For a taper on existing asphalt concrete or concrete pavement, construct the taper with minor HMA under section 39-
2.07.
Grind existing surfaces to accommodate a minimum taper thickness of 0.10 foot under either of the following
conditions:
1. HMA material such as rubberized HMA, polymer-modified bonded wearing course, or open-graded friction course
is unsuitable for raking to a maximum 0.02 foot thickness at the edge
2. Taper will be in place for more than 14 days
For a taper on a bridge deck or approach slab, construct the taper with polyester concrete under section 60-3.04B.
The completed surface of the taper must be uniform and must not vary more than 0.02 foot from the lower edge of a
12-foot straightedge when placed on its surface parallel and perpendicular to traffic.
If authorized, you may use alternative materials or methods to construct the required taper.
Replace Section 7-1.04 with:
7-1.04 PUBLIC SAFETY
7-1.04A GENERAL
You are responsible to provide for public safety.
Do not construct a temporary facility that interferes with the safe passage of traffic.
Control dust resulting from the work, inside and outside the right-of-way.
Move workers, equipment, and materials without endangering traffic.
Whenever your activities create a condition hazardous to the public, furnish, erect and maintain those fences,
temporary railing, barricades, lights, signs, and other devices and take any other necessary protective measures to
prevent damage or injury to the public.
Any fences, temporary railing, barricades, lights, signs, or other devices furnished, erected and maintained by you are
in addition to those for which payment is provided elsewhere in the specifications.
Provide flaggers whenever necessary to ensure that the public is given safe guidance through the work zone. At
locations where traffic is being routed through construction under one-way controls, move your equipment in
compliance with the one-way controls unless otherwise ordered.
Use of signs, lights, flags, or other protective devices must comply with the California MUTCD and any directions of
the Engineer. Signs, lights, flags or other protective devices must not obscure the visibility of, nor conflict in intent,
meaning, and function of either existing signs, lights and traffic control devices, or any construction area signs.
Keep existing traffic signals and highway lighting in operation. Other forces within the Department will perform routine
maintenance of these facilities during the work.
Cover signs that direct traffic to a closed area.
Install temporary illumination in a manner which the illumination and the illumination equipment does not interfere with
public safety. The installation of general roadway illumination does not relieve you from furnishing and maintaining
any protective devices.
Equipment must enter and leave the highway via existing ramps and crossovers and must move in the direction of
traffic. All movements of workmen and construction equipment on or across lanes open to traffic must be performed in
a manner that do not endanger the public. Your vehicles or other mobile equipment leaving an open traffic lane to
Project: Job Order Contract General Engineering
Contract Numbers: 23-19-J 23-20-J 23-21-J 23-22-J
enter the construction area must slow down gradually in advance of the location of the turnoff to give the traffic
following an opportunity to slow down. When leaving a work area and entering a roadway carrying traffic, your
vehicles and equipment must yield to traffic.
Immediately remove hauling spillage from a roadway lane or shoulder open to traffic. When hauling on roadways, trim
loads and remove material from shelf areas to minimize spillage.
Notify the Engineer not less than 5 days before the anticipated start of an activity that will change the vertical or
horizontal clearance available to traffic, including shoulders.
If vertical clearance is temporarily reduced to 15.5 feet or less, place low clearance warning signs in compliance with
the California MUTCD and any directions of the Engineer. Signs must comply with the dimensions, color, and legend
requirements of the California MUTCD and section 12-3.06 except that the signs must have black letters and numbers
on an orange retroreflective background. W12-2P signs must be illuminated so that the signs are clearly visible.
Pave or provide full width continuous and cleared wood walks for pedestrian openings through falsework. Protect
pedestrians from falling objects and concrete-curing water. Extend overhead protection for pedestrians at least 4 feet
beyond the edge of the bridge deck. Illuminate all pedestrian openings through falsework. Temporary pedestrian
facilities must comply with the California MUTCD, Part 6, Chapter 6D, "Pedestrian and Worker Safety."
Do not store vehicles, material, or equipment in a way that:
1. Creates a hazard to the public
2. Obstructs traffic control devices
Do not install or place temporary facilities used to perform the work which interfere with the free and safe passage of
traffic.
Temporary facilities that could be a hazard to public safety if improperly designed must comply with design
requirements described in the Contract for those facilities or, if none are described, with standard design criteria or
codes appropriate for the facility involved. Submit shop drawings and design calculations for the temporary facilities
and show the standard design criteria or codes used. Shop drawings and supplemental calculations must be sealed
and signed by an engineer who is registered as a civil engineer in the State.
If you appear to be neglectful or negligent in furnishing warning devices and taking protective measures, the Engineer
may direct your attention to the existence of a hazard. You must furnish and install the necessary warning devices. If
the Engineer points out the inadequacy of warning devices and protective measures, that action on the part of the
Engineer does not relieve you from your responsibility for public safety or abrogate your obligation to furnish and pay
for these devices and measures.
Install Type K temporary railing or other authorized protective systems under any of the following conditions:
1. Excavations: Where the near edge of the excavation is within 15 feet from the edge of an open traffic lane
2. Temporarily unprotected permanent obstacles: When the work includes the installation of a fixed obstacle
together with a protective system, such as a sign structure together with protective railing, and you elect to install
the obstacle before installing the protective system; or you, for your convenience and as authorized, remove a
portion of an existing protective railing at an obstacle and do not replace such railing completely the same day
3. Storage areas: When material or equipment is stored within 15 feet of the edge of an open traffic lane and the
storage is not otherwise prohibited by the Contract
4. Height differentials: When construction operations create a height differential greater than 0.15 feet within 15 feet
of the edge of traffic lane
Installation of Type K temporary railing is not required if an excavation within 15 feet from the edge of an open traffic
lane is protected by any of the following:
1. Steel plate or concrete covers of adequate thickness to prevent accidental entry by traffic or the public
2. Side slope where the downhill slope is 4:1 (horizontal: vertical) or less unless a naturally occurring condition
3. Barrier or railing
Offset the approach end of Type K temporary railing a minimum of 15 feet from the edge of an open traffic lane. Install
the temporary railing on a skew toward the edge of the traffic lane of not more than 1 foot transversely to 10 feet
Project: Job Order Contract General Engineering
Contract Numbers: 23-19-J 23-20-J 23-21-J 23-22-J
longitudinally with respect to the edge of the traffic lane. If the 15-foot minimum offset cannot be achieved, the
temporary railing must be installed on the 10 to 1 skew to obtain the maximum available offset between the approach
end of the railing and the edge of the traffic lane, and an array of temporary crash cushion modules must be installed
at the approach end of the temporary railing.
Secure Type K temporary railing in place before starting work for which the temporary railing is required.
Where 2 or more lanes in the same direction are adjacent to the area where the work is being performed, including
shoulders, the adjacent lane must be closed under any of the following conditions:
1. Work is off the traveled way but within 6 feet of the edge of the traveled way, and the approach speed is greater
than 45 miles per hour
2. Work is off the traveled way but within 3 feet of the edge of the traveled way, and the approach speed is less than
45 miles per hour
Closure of the adjacent traffic lane is not required when performing any of the following:
1. Working behind a barrier
2. Paving, grinding, or grooving
3. Installing, maintaining, or removing traffic control devices except Type K temporary railing
Do not reduce an open traffic lane width to less than 10 feet. When traffic cones or delineators are used for temporary
edge delineation, the side of the base of the cones or delineators nearest to traffic is considered the edge of the
traveled way.
If a traffic lane is closed with channelizers for excavation work, move the devices to the adjacent edge of the traveled
way when not excavating. Space the devices as specified for the lane closure.
Do not move or temporarily suspend anything over a traffic lane open to the public unless the public is protected.
7-1.04B WORK ZONE SAFETY AND MOBILITY
7-1.04B(1) POLICY
In order to ensure safe and efficient flow of traffic through work zones, the County of Fresno, via its General Plan,
Transportation and Circulation Element, Policy TRA-1, has adopted the use of AASHTO Standards as supplemented
by Caltrans and County Department of Public Works and Planning Standards.
7-1.04B(2)TRAFFIC MANAGEMENT PLAN
Perform traffic management shall be in accordance with Section 12, "TEMPORARY TRAFFIC CONTROL," of these
special provisions.
7-1.04B(3)TEMPORARY TRAFFIC CONTROL PLAN
Prepare traffic control plan(s) in accordance with Section 12, "TEMPORARY TRAFFIC CONTROL," of these special
provisions.
7-1.04B(4)PUBLIC INFORMATION
Provide notice to public agencies and others to the extent required, if any, elsewhere in these special provisions. The
Engineer provides other noticing not identified to be performed by the Contractor.
Replace Section 7-1.06 with:
7-1.06 INSURANCE
7-1.06A General
Nothing in the Contract is intended to establish a standard of care owed to any member of the public or to extend to
the public the status of a third-party beneficiary for any of these insurance specifications.
7-1.06B Casualty Insurance
Obtain and maintain insurance on all of your operations with companies acceptable to the Department as follows:
Project: Job Order Contract General Engineering
Contract Numbers: 23-19-J 23-20-J 23-21-J 23-22-J
1. Keep all insurance in full force and effect from the start of the work through Contract acceptance.
2. All insurance must be with an insurance company with a rating from A.M. Best Financial Strength Rating of A or
better and a Financial Size Category of VIII or better.
3. Maintain completed operations coverage with a carrier acceptable to the State through the expiration of the patent
deficiency in construction statute of repose set forth in Civ Pro Code § 337.1.
7-1.06C Workers' Compensation and Employer's Liability Insurance
Under Labor Code § 1860, secure the payment of worker's compensation under Labor Code § 3700.
Submit to the Department the following certification before performing the work (Labor Code § 1861):
1 am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured
against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that
code, and I will comply with such provisions before commencing the performance of the work of this contract.
Contract signing constitutes certification submittal.
Provide Employer's Liability Insurance in amounts not less than:
1. $1,000,000 for each accident for bodily injury by accident
2. $1,000,000 policy limit for bodily injury by disease
3. $1,000,000 for each employee for bodily injury by disease
If there is an exposure of injury to your employees under the U.S. Longshoremen's and Harbor Workers'
Compensation Act, the Jones Act, or under laws, regulations, or statutes applicable to maritime employees, coverage
must be included for such injuries or claims.
7-1.06D Liability Insurance
7-1.06D(1) General
Carry General Liability and Umbrella or Excess Liability Insurance covering all operations by or on behalf of you
providing insurance for bodily injury liability and property damage liability for the following limits and including
coverage for:
1. Premises, operations and mobile equipment
2. Products and completed operations
3. Broad form property damage (including completed operations)
4. Explosion, collapse, and underground hazards
5. Personal injury
6. Contractual liability
7-1.061)(2) Liability Limits/Additional Insureds
Refer to the Agreement of these special provisions
Additional insured coverage must be provided by a policy provision or by an endorsement providing coverage at least
as broad as Additional Insured(Form B) endorsement form CG 2010, as published by the Insurance Services Office
(ISO), or other form designated by the Department.
7-1.061)(3) Contractor's Insurance Policy is Primary
The policy must stipulate that the insurance afforded the additional insureds applies as primary insurance. Any other
insurance or self-insurance maintained by the State is excess only and must not be called upon to contribute with this
insurance.
7-1.06E Automobile Liability Insurance
Comply with requirements in the Agreement of these special provisions
7-1.06F Policy Forms, Endorsements, and Certificates
Provide your General Liability Insurance under Commercial General Liability policy form no. CG0001 as published by
the Insurance Services Office (ISO)or under a policy form at least as broad as policy form no. CG0001.
Project: Job Order Contract General Engineering
Contract Numbers: 23-19-J 23-20-J 23-21-J 23-22-J
7-1.06G NOT USED
7-1.06H Enforcement
The Department may assure your compliance with your insurance obligations. Ten days before an insurance policy
lapses or is canceled during the Contract period you must submit to the Department evidence of renewal or
replacement of the policy.
If you fail to maintain any required insurance coverage, the Department may maintain this coverage and withhold or
charge the expense to you or terminate your control of the work.
You are not relieved of your duties and responsibilities to indemnify, defend, and hold harmless the State, its officers,
agents, and employees by the Department's acceptance of insurance policies and certificates.
Minimum insurance coverage amounts do not relieve you for liability in excess of such coverage, nor do they preclude
the State from taking other actions available to it, including the withholding of funds under this Contract.
7-1.061 Self-Insurance
Comply with the Agreement of these special provisions
Replace Section 7-1.07 with:
7-1.07 LEGAL ACTIONS AGAINST THE DEPARTMENT
7-1.07A General
If legal action is brought against the Department over compliance with a State or federal law, rule, or regulation
applicable to highway work, then:
1. If the Department in complying with a court order prohibits you from performing work, the resulting delay is a
suspension related to your performance, unless the Department terminates the Contract.
2. If a court order other than an order to show cause or the final judgment in the action prohibits the Department
from requiring you to perform work, the Department may delete the prohibited work or terminate the Contract.
7-1.0713 Seal Coat Claims
This section applies to seal coat projects. Pay for claims for personal property damage caused by screening and
bituminous binder. Seal coat claims are limited to:
1. 10 percent of the total bid
2. Damage occurring between the 1st day of screening spreading and 4 days after the last day of screening
spreading for each seal coat location
Within 30 days of the last screening spreading, do the following:
1. Process and resolve all claims reported or submitted to you by the public as follows:
1.1. Within 3 business days of receipt of a claim, submit to the Department a copy of the claim, a written
analysis of the claim, and a statement indicating whether or not you will pay the claim. If you reject a claim,
provide the reasons for rejection in writing.
1.2. If the claimant becomes dissatisfied with your handling of the claim, immediately refer the claimant to the
local district claims office for assistance in resolving the claim.
2. Submit to the Department evidence of your paid claims.
All claims presented to the Department, any district claims office, or the State Board of Control (Govt Code § 900 et
seq.)are processed and resolved by the Department as follows:
1. The claims are processed as formal government claims subject to all laws and policies and are resolved as the
Department determines including referring the claim to you for handling.
2. If the Department or the State Board of Control approves settlement of a claim or is ordered to pay pursuant to a
court order, the claim is paid from funds withheld from you.
3. Within 3 business days of the Department's determination that you are responsible for resolving the claim, the
Department sends a copy of the claim to you for resolution or notifies you of the Department's decision to resolve
the claim.
Project: Job Order Contract General Engineering
Contract Numbers: 23-19-J 23-20-J 23-21-J 23-22-J
The Department withholds an amount not to exceed 5 percent of the total bid to resolve all claims. The amount is held
no longer than 60 days following the last spreading of screenings so that the Department has ample time to resolve
any pending claims. After 60 days, any remaining amount withheld is returned to you.
If no withheld funds remain or have been returned, the Department may pay any claims and seek reimbursement from
you through an offset or any other legal means. Any reimbursement or offset to be recovered from you, including all
other paid claims, is limited to 10 percent of the total bid.
Section 7-1.07B does not limit your obligation to defend and indemnify the Department.
7-1.07C Claims
This section applies to non-seal coat projects which involve asphalt concrete paving. Pay for claims for personal
property damage caused by your work. Claims are limited to:
1. 10 percent of the total bid
Within 30 days of the last working day placement of hot mix asphalt, do the following:
1. Process and resolve all claims reported or submitted to you by the public as follows:
1.1. Within 3 business days of receipt of a claim, submit to the Department a copy of the claim, a written
analysis of the claim, and a statement indicating whether or not you will pay the claim. If you reject a claim,
provide the reasons for rejection in writing.
1.2. If the claimant becomes dissatisfied with your handling of the claim, immediately refer the claimant to the
local district claims office for assistance in resolving the claim.
2. Submit to the Department evidence of your paid claims.
All claims presented to the Department, (Govt Code § 900 et seq.) are processed and resolved by the Department as
follows:
1. The claims are processed as formal government claims subject to all laws and policies and are resolved as the
Department determines including referring the claim to you for handling.
2. If the Department approves settlement of a claim or is ordered to pay pursuant to a court order, the claim is paid
from funds withheld from you.
3. Within 3 business days of the Department's determination that you are responsible for resolving the claim, the
Department sends a copy of the claim to you for resolution or notifies you of the Department's decision to resolve
the claim.
The Department withholds an amount not to exceed 5 percent of the total bid to resolve all claims. The amount is held
no longer than 60 days following the last working day so that the Department has ample time to resolve any pending
claims. After 60 days, any remaining amount withheld is returned to you.
If no withheld funds remain or have been returned, the Department may pay any claims and seek reimbursement from
you through an offset or any other legal means. Any reimbursement or offset to be recovered from you, including all
other paid claims, is limited to 10 percent of the total bid.
Section 7-1.07C does not limit your obligation to defend and indemnify the Department.
Add between the 1st and 2nd paragraphs of section 7-1.11A:
Comply with 46 CFR 381.7(a)—(b).
8 PROSECUTION AND PROGRESS
Replace the headings and paragraphs in Section 8 with:
8-1.01 GENERAL
Section 8 includes specifications related to prosecuting the Contract and work progress.
8-1.01A Work Hours
Perform all work on working days during daytime.
Project: Job Order Contract General Engineering
Contract Numbers: 23-19-J 23-20-J 23-21-J 23-22-J
You may request approval to work on a holiday or on a non-working day. If, pursuant to such request, the Engineer
authorizes you to work on a holiday or on a non-working day, you pay the actual cost incurred by the Department to
perform all inspection, surveying, testing, and all other project-related work by the Department on such holiday or non-
working day. Such payment will be deducted from monies due or which may become due to the Contractor.
Plan work so that all construction operations performed each day, including cleanup of the project site, establishment
of appropriate traffic control and any other work necessary for the safety of the public shall be completed within the
daytime hours.
Do not perform work during nighttime unless approved by the Engineer
Request approval to work during nighttime in writing and include the appropriate traffic control plan(s) and work
plan(s)which clearly identify all provisions for illuminating all portions of the work site, including any flagging
operations.
If you fail to complete work during the daytime hours, the Engineer may stop all work upon the onset of nighttime and
order you to perform any and all work the Engineer deems necessary to ensure the safety of the public during the
nighttime hours.
You are not entitled to any additional compensation or extension of the contract time as a result of the Engineer
stopping the work due to the onset of nighttime.
8-1.02 SCHEDULE
8-1.02A General
Upon completion of all work, the Department returns the withholds associated with section 8-1.02 and makes a
payment adjustment for work not performed in the same manner as work-character changes.
8-1.02113 Level 1 Critical Path Method Schedule
8-1.02113(1) General
No pay item is provided for Level 1 Critical Path Project Schedule. Payment is considered to be included in the
various items of work.
Before or at the preconstruction conference, submit a CPM baseline schedule.
For each schedule, submit:
1. Plotted original, time-scaled network diagram on a sheet at least 8-1/2 by 11 inches with a title block and timeline
2. A electronic copy in PDF (Adobe Acrobat compatible)format via email to the Engineer.
8-1.02B(2) Schedule Format
On each schedule, show:
1. Planned and actual start and completion dates of each work activity, including applicable:
1.1. Submittal development
1.2. Submittal review and acceptance
1.3. Material procurement
1.4. Contract milestones and constraints
1.5. Equipment and plant setup
1.6. Interfaces with outside entities
1.7. Erection and removal of falsework and shoring
1.8. Test periods
1.9. Major traffic stage change
1.10. Final cleanup
2. Order that you propose to prosecute the work
3. Logical links between the time-scaled work activities
4. All controlling activities
5. Legible description of each activity
6. At least 1 predecessor and 1 successor to each activity except for project start and project end milestones
7. Duration of at least 1 working day for each activity
8. Start milestone date as the Contract approval date
Project: Job Order Contract General Engineering
Contract Numbers: 23-19-J 23-20-J 23-21-J 23-22-J
8-1.02B(3) Updated Schedule
Submit a monthly updated schedule that includes the status of work completed to date and the work yet to be
performed as planned.
You may include changes to updated schedules that do not alter a critical path or extend the scheduled completion
date compared to the current schedule. Changes may include:
1. Adding or deleting activities
2. Changing activity constraints
3. Changing durations
4. Changing logic
If any proposed change in planned work would alter the critical path or extend the scheduled completion date, submit
a revised schedule within 15 days of the proposed change.
8-1.02C-8-1.02F Reserved
8-1.03 PRECONSTRUCTION CONFERENCE
Attend a preconstruction conference with key personnel, including your assigned representative, at a time and
location determined by the Engineer. Submit documents as required before the preconstruction conference.
Be prepared to discuss the topics and documents shown in the following table:
Topic Document
Potential claim and dispute resolution Potential claim forms
Contractor's representation Assignment of Contractor's representative
DBE Final utilization reports
-Equipment Equipment list
Labor compliance and equal Job site posters and benefit and payroll reports
-employment opportunity
Material inspection Notice of Materials to be Used form
Materials on hand Request for Payment for Materials on Hand form
Measurements-Partnering --
-Quality control QC plans
-Safety Injury and Illness Prevention Program and job site posters
Schedule Baseline schedule and Weekly Statement of Working Days form
-Subcontracting Subcontracting Request form
-Surveying Survey Reguest form
Traffic control Traffic contingency Ian and traffic control plans
-Utility work-Weight limitations --
Water pollution control SWPPP or WPCP
Work restrictions PLACs
Action submittals --
8-1.04 START OF JOB SITE ACTIVITIES
8-1.04A General
Provide signed contracts, bonds, and evidence of insurance timely as required.
This section, 8-1.04, "Start of Job Activities," does not modify remedies available to the Department should you fail to
provide signed contracts bonds and insurance timely.
Submit a notice 72 hours before starting job site activities. If the project has more than 1 location of work, submit a
separate notice for each location.
You may start job site activities before receiving notice of Contract approval if you:
Project: Job Order Contract General Engineering
Contract Numbers: 23-19-J 23-20-J 23-21-J 23-22-J
1. Deliver the signed Contract, bonds, and evidence of insurance to the Department
2. Submit 72-hour notice
3. Obtain an encroachment permit from the Department
4. Are authorized by the Department to start
5. Perform work at your own risk
6. Perform work under the Contract
If the Contract is approved, work already performed that complies with the Contract is authorized.
If the Contract is not approved, leave the job site in a neat condition. If a facility has been changed, restore it to its
former condition or an equivalent condition. The Department does not pay for the restoration.
Liquidated Damages
Total bid Liquidated damages
From over To per day
$0 $60,000 $1,400
$60,000 $200,000 $2,900
$200,000 $500,000 $3,200
$500,000 $1,000,000 $3,500
$1,000,000 $2,000,000 $4,000
$2,000,000 $5,000,000 $4,800
$5,000,000 $10,000,000 $6,800
$10,000,000 $20,000,000 $10,000
$20,000,000 $50,000,000 $13,500
$50,000,000 $100,000,000 $19,200
$100,000,000 $250,000,000 $25,300
8-1.04B Standard Start
Be prepared to begin work at the project site no later than the 20th business day after award of the Contract by the
Department.
The Engineer may issue a notice to proceed as soon as the Contracts, including bonds and insurance certificates,
have been approved.
Start work on the day shown in the notice to proceed, unless an early start has been approved.
The Engineer may issue a notice of commencement of contract time if you fail to provide Contracts, including bonds
and insurance certificates or other required documents timely.
A notice of commencement of contract time does not authorize you to start work on the project site, but contract time
begins to elapse on the date shown in the notice of commencement of contract time.
Complete work before the expiration of
TBD (_) WORKING DAYS
from the date shown in said Notice to Proceed, or in the Notice of Commencement of Contract Time, whichever
comes first.
Complete all work, including corrective work and punch list work, prior to the expiration of the allotted working days.
Working days continue to accrue until corrective work and punch list work is completed and accepted.
Pay to the County of Fresno the sum of
See Liquidated Damages table above
per day for each and every calendar day's delay in finishing the work, including corrective work and punch list work, in
excess of the total number of working days prescribed above.
Project: Job Order Contract General Engineering
Contract Numbers: 23-19-J 23-20-J 23-21-J 23-22-J
8-1.04C Long Lead Time Equipment Start
Reserved
8-1.05 TIME
Contract time starts on the day specified in the notice to proceed or in the notice of commencement of contract time
as described in section 8-1.04 or on the day you start job site activities, whichever occurs first.
Complete the work within the Contract time.
Meet each specified interim work completion date.
The Engineer issues a Weekly Statement of Working Days by the end of the following week.
The Weekly Statement of Working Days shows:
1. Working days and non—working days during the reporting week
2. Time adjustments
3. Work completion date computations, including working days remaining
4. Controlling activities
8-1.06 SUSPENSIONS
The Engineer may suspend work wholly or in part due to conditions unsuitable for work progress. Provide for public
safety and a smooth and unobstructed passageway through the work zone during the suspension as specified in
sections 7-1.03 and 7-1.04. Providing the passageway is force account work. The Department makes a time
adjustment for the suspension due to a critical delay.
The Engineer may suspend work wholly or in part due to your failure to (1)fulfill the Engineer's orders, (2)fulfill a
Contract part, or(3) perform weather-dependent work when conditions are favorable so that weather-related
unsuitable conditions are avoided or do not occur. The Department may provide for a smooth and unobstructed
passageway through the work during the suspension and deduct the cost from payments. The Department does not
make a time adjustment for the suspension.
Upon the Engineer's order of suspension, suspend work immediately. Resume work when ordered.
8-1.07 DELAYS
8-1.07A General
To request a delay-related time or payment adjustment, submit an RFI.
8-1.07B Time Adjustments
The Department may make a time adjustment for a critical delay. The Engineer uses information from the schedule to
evaluate requests for time adjustments.
To request an adjustment, submit a revised schedule showing the delay's effect on the controlling activity. If the delay
has:
1. Occurred, submit records of the dates and what work was performed during the delayed activity
2. Not occurred, submit the expected dates or duration of the delayed activity
Update the schedule to the last working day before the start of the delay if ordered.
8-1.07C Not Used
8-1.08-8-1.09 RESERVED
8-1.10 LIQUIDATED DAMAGES
8-1.10A General
The Department specifies liquidated damages (Pub Cont Code § 10226). Liquidated damages, if any, accrue starting
on the 1 st day after the expiration of the working days through the day of Contract acceptance except as specified in
sections 8-1.10B and 8-1.10C.
The Department withholds liquidated damages before the accrual date if the anticipated liquidated damages may
exceed the value of the remaining work.
Project: Job Order Contract General Engineering
Contract Numbers: 23-19-J 23-20-J 23-21-J 23-22-J
Liquidated damages are specified in section 8-1.04.
8-1.1013 Failure to Complete Work Parts within Specified Times
The Department may deduct specified damages from payments for each day needed to complete a work part in
excess of the time specified for completing the work part.
Damages for untimely completion of work parts may not be equal to the daily amount specified as liquidated damages
for the project as a whole, but the Department does not simultaneously assess damages for untimely completion of
work parts and for the whole work.
Damages accrue starting the 1st day after a work part exceeds the specified time through the day the specified work
part is complete.
8-1.10C Failure to Complete Work Parts by Specified Dates
The Department may deduct specified damages from payments for each day needed to complete a work part in
excess of the specified completion date for the work part.
Damages for untimely completion of a work part may not be equal to the daily amount specified as liquidated
damages for the project as a whole, but the Department does not simultaneously assess damages for untimely
completion of a work part and the whole work.
Damages accrue starting the 1st day after an unmet completion date through the day the work part is complete.
8-1.10D RESERVED
8-1.11-8-1.12 RESERVED
8-1.13 CONTRACTOR'S CONTROL TERMINATION
The Department may terminate your control of the work for failure to do any of the following (Pub Cont Code §
10253):
1. Supply an adequate workforce
2. Supply material as described
3. Pay subcontractors (Pub Cont Code §10262)
4. Prosecute the work as described in the Contract
The Department may also terminate your control for failure to maintain insurance coverage.
For a federal-aid project, the Department may terminate your control of the work for failure to include "FEMA Contract
Provisions" in subcontracts.
The Department gives notice to you and your surety at least 5 business days before terminating control. The notice
describes the failures and the time allowed to remedy the failures. If failures are not remedied within the time
provided, the Department takes control of the work.
The Department may complete the work if the Department terminates the Contractor's control or you abandon the
project (Pub Cont Code § 10255). The Department determines the unpaid balance under Pub Cont Code § 10258
and the Contract.
At any time before final payment of all claims, the Department may convert a Contractor's control termination to a
Contract termination.
8-1.14 CONTRACT TERMINATION
8-1.14A General
The Director may terminate the Contract if it serves the State's best interest. The Department issues you a written
notice, implements the termination, and pays you.
8-1.14B Relief from Responsibility for Work
Upon receiving a termination notice:
1. Stop work
2. Notify subcontractors and suppliers of the Contract termination and stop Contract-related work
3. Perform the Engineer-ordered work to secure the job site for termination
Project: Job Order Contract General Engineering
Contract Numbers: 23-19-J 23-20-J 23-21-J 23-22-J
4. Remove equipment
5. Subject to the Engineer's authorization, settle termination-related claims and liabilities involving subcontractors
and suppliers; assign to the Department the rights, titles, or interests held by you with respect to these parties
8-1.14C Responsibility for Materials
Upon receiving a termination notice, protect unused material until:
1. You submit an inventory of materials already produced, purchased, or ordered but not yet used; include the
location of the material.
2. The Engineer identifies materials that will be retained by the Department. Submit bills of sales or other records of
material title.
3. The Engineer confirms that unused materials paid by progress payment and materials furnished by the State
have been delivered and stored as ordered.
4. The titles are transferred for materials purchased by the Department.
Dispose of materials that will not be retained by the Department.
8-1.14D Contract Acceptance after Termination
The Engineer recommends Contract acceptance after determining the completion of:
1. Work ordered to be completed before termination
2. Other work ordered to secure the project before termination
3. Material delivery and title transfer
The Department pays you according to the Job Order Price.
8-1.14E Payment Adjustment for Termination
If the Department issues a termination notice, the Engineer determines the payment for termination based on the
following:
1. Direct cost for the work:
1.1. Including:
1.1.1. Mobilization.
1.1.2. Demobilization.
1.1.3. Securing the job site for termination.
1.1.4. Losses from the sale of materials.
1.2. Not including:
1.2.1. Cost of materials you keep.
1.2.2. Profit realized from the sale of materials.
1.2.3. Cost of material damaged by:
1.2.3.1. Act of God.
1.2.3.2. Act of a public enemy.
1.2.3.3. Fire.
1.2.3.4. Flood.
1.2.3.5. Governor-declared state of emergency.
1.2.3.6. Landslide.
1.2.3.7. Tsunami.
1.2.4. Other credits.
2. Cost of remedial work, as estimated by the Engineer, is not reimbursed.
3. Allowance for profit not to exceed 4 percent of the cost of the work. Prove a likelihood of having made a profit had
the Contract not been terminated.
4. Material handling costs for material returned to the vendor or disposed of as ordered.
5. Costs in determining the payment adjustment due to the termination, excluding attorney fees and litigation costs.
Termination of the Contract does not relieve the surety of its obligation for any just claims arising out of the work
performed.
8-1.15-8-1.16 RESERVED
Project: Job Order Contract General Engineering
Contract Numbers: 23-19-J 23-20-J 23-21-J 23-22-J
9 NOT USED
10 CONSTRUCTION TASK CATALOG® (ON CD INCORPORATED BY REFERENCE)
11 TECHNICAL SPECIFICATIONS (ON CD INCORPORATED BY REFERENCE
Project: Job Order Contract General Engineering
Contract Numbers: 23-19-J 23-20-J 23-21-J 23-22-J
Federal Requirements
Project: Job Order Contract General Engineering
Contract Numbers: 23-19-J 23-20-J 23-21-J 23-22-J
FEMA CONTRACT PROVISIONS
The Contract may be funded in part by the federal grant funding received by the COUNTY from
the Federal Emergency Management Agency ("FEMA"), which is part of the United States
Department of Homeland Security ("DHS"). Therefore, CONTRACTOR must comply with all
federal laws and regulations applicable to the receipt of FEMA grants, including, but not limited
to, the contractual provision set forth in Title 2 of the Code of Federal Regulations, Part 200, in
connection with the CONTRACTOR's performance of the work or services covered by the
Contract (the "Project"). All such federal laws and regulations shall be deemed to be inserted in
the Contract and the Contract shall be read and enforced as though such federal laws and
regulations were included therein. In addition, the CONTRACTOR agrees to the following
specific provisions:
Equal Eml2loyment Opportunity
During the performance of this contract, the contractor agrees as follows:
(1) The contractor will not discriminate against any employee or applicant for employment
because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The
contractor will take affirmative action to ensure that applicants are employed, and that employees
are treated during employment without regard to their race, color, religion, sex, sexual orientation,
gender identity, or national origin. Such action shall include, but not be limited to the following:
Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or
termination; rates of pay or other forms of compensation; and selection for training, including
apprenticeship. The contractor agrees to post in conspicuous places, available to employees and
applicants for employment, notices to be provided setting forth the provisions of this
nondiscrimination clause.
(2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf
of the contractor, state that all qualified applicants will receive consideration for employment
without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin.
(3) The contractor will not discharge or in any other manner discriminate against any employee
or applicant for employment because such employee or applicant has inquired about, discussed,
or disclosed the compensation of the employee or applicant or another employee or applicant.
This provision shall not apply to instances in which an employee who has access to the
compensation information of other employees or applicants as a part of such employee's essential
job functions discloses the compensation of such other employees or applicants to individuals
who do not otherwise have access to such information, unless such disclosure is in response to
a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action,
including an investigation conducted by the employer, or is consistent with the contractor's legal
duty to furnish information.
(4) The contractor will send to each labor union or representative of workers with which he has a
collective bargaining agreement or other contract or understanding, a notice to be provided
advising the said labor union or workers' representatives of the contractor's commitments under
this section, and shall post copies of the notice in conspicuous places available to employees and
applicants for employment.
(5) The contractor will comply with all provisions of Executive Order 11246 of September 24,
1965, and of the rules, regulations, and relevant orders of the Secretary of Labor.
(6) The contractor will furnish all information and reports required by Executive Order 11246 of
September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant
thereto, and will permit access to his books, records, and accounts by the administering agency
and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules,
regulations, and orders.
1 of 6
FEMA CONTRACT PROVISIONS
(7) In the event of the contractor's noncompliance with the nondiscrimination clauses of this
contract or with any of the said rules, regulations, or orders, this contract may be canceled,
terminated, or suspended in whole or in part and the contractor may be declared ineligible for
further Government contracts or federally assisted construction contracts in accordance with
procedures authorized in Executive Order 11246 of September 24, 1965, and such other
sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of
September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise
provided by law.
(8) The contractor will include the portion of the sentence immediately preceding paragraph (1)
and the provisions of paragraphs (1) through (8) in every subcontract or purchase order unless
exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section
204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding
upon each subcontractor or vendor. The contractor will take such action with respect to any
subcontract or purchase order as the administering agency may direct as a means of enforcing
such provisions, including sanctions for noncompliance:
Provided, however, that in the event a contractor becomes involved in, or is threatened with,
litigation with a subcontractor or vendor as a result of such direction by the administering agency,
the contractor may request the United States to enter into such litigation to protect the interests
of the United States.
The applicant further agrees that it will be bound by the above equal opportunity clause with
respect to its own employment practices when it participates in federally assisted construction
work: Provided, That if the applicant so participating is a State or local government, the above
equal opportunity clause is not applicable to any agency, instrumentality or subdivision of such
government which does not participate in work on or under the contract.
The applicant agrees that it will assist and cooperate actively with the administering agency and
the Secretary of Labor in obtaining the compliance of contractors and subcontractors with the
equal opportunity clause and the rules, regulations, and relevant orders of the Secretary of Labor,
that it will furnish the administering agency and the Secretary of Labor such information as they
may require for the supervision of such compliance, and that it will otherwise assist the
administering agency in the discharge of the agency's primary responsibility for securing
compliance.
The applicant further agrees that it will refrain from entering into any contract or contract
modification subject to Executive Order 11246 of September 24, 1965, with a contractor debarred
from, or who has not demonstrated eligibility for, Government contracts and federally assisted
construction contracts pursuant to the Executive Order and will carry out such sanctions and
penalties for violation of the equal opportunity clause as may be imposed upon contractors and
subcontractors by the administering agency or the Secretary of Labor pursuant to Part II, Subpart
D of the Executive Order. In addition, the applicant agrees that if it fails or refuses to comply with
these undertakings, the administering agency may take any or all of the following actions: Cancel,
terminate, or suspend in whole or in part this grant (contract, loan, insurance, guarantee); refrain
from extending any further assistance to the applicant under the program with respect to which
the failure or refund occurred until satisfactory assurance of future compliance has been received
from such applicant; and refer the case to the Department of Justice for appropriate legal
proceedings.
Compliance with the Davis-Bacon Act
(1) All transactions regarding this contract shall be done in compliance with the Davis-Bacon Act
(40 U.S.C. 3141- 3144, and 3146-3148) and the requirements of 29 C.F.R. pt. 5 as may be
applicable. The contractor shall comply with 40 U.S.C. 3141-3144, and 3146-3148 and the
requirements of 29 C.F.R. pt. 5 as applicable.
2of6
FEMA CONTRACT PROVISIONS
(2) Contractors are required to pay wages to laborers and mechanics at a rate not less than the
prevailing wages specified in a wage determination made by the Secretary of Labor.
(3) Additionally, contractors are required to pay wages not less than once a week.
Rights and Remedies
(1) The duties and obligations imposed by the Contract Documents and the rights and remedies
available hereunder shall be in addition to, and not a limitation of, any duties, obligations, rights
and remedies otherwise imposed or available by law.
(2) No action or failure to act by or on behalf of the Owner regarding any deficiency, breach or
default in performance by the Contractor under the Contract Documents, shall be deemed or
construed to constitute acquiescence of the Owner in connection therewith or with regard to any
subsequent deficiency, breach or default in performance by the Contractor; nor shall any such
prior act of failure to act by or on behalf of Owner be deemed or construed as a waiver of any
rights in favor of Owner regarding any such deficiency, breach or default in performance by the
Contractor, regardless of the similarity to the prior incident or circumstance when no action was
taken regarding any alleged deficiency, breach or default in performance by the Contractor.
Termination of Convenience
Under circumstances other than those set forth in Section IV of the Agreement governing
termination of this Contract for cause, this Contract may be terminated by the County, with no
liability to the contractor accruing to the County based solely upon the County's exercise of such
right, upon the giving of thirty (30) days advance written notice of an intention to terminate to the
contractor. In the event of such termination, the contractor shall cease work on such date as is
specified by the County in that notice, and the contractor shall be entitled to payment for all work
performed through and including that date. The County and the contractor shall meet and confer
in an effort to resolve any and all remaining issues relating to completion of the work, payment to
the contractor of any incurred and unpaid costs to which the contractor may claim to be entitled
under the Contract, and any other issues pertaining to final resolution of the contractual
relationship. In the event of any remaining disputes after the parties have met and conferred,
they shall be resolved in accordance with 9-1.23 RESOLUTION OF CONTRACT CLAIMS of the
Special Provisions.
Copeland Anti-Kickback Act
(1) The contractor shall comply with 18 U.S.C. § 874, 40 U.S.C. § 3145, and the requirements of
29 C.F.R. pt. 3 as may be applicable, which are incorporated by reference into this contract. Each
contractor or subrecipient is prohibited from inducing, by any means, any person employed in the
construction, completion, or repair of public work, to give up any part of the compensation to which
he or she is otherwise entitled.
(2) The contractor or subcontractor shall insert in any subcontracts the above clause in any lower
tier subcontracts. The prime contractor shall be responsible for the compliance by any
subcontractor or lower tier subcontractor with all of these contract clauses.
(3) A breach of the contract clauses above may be grounds for termination of the contract, and
for debarment as a contractor or subcontractor as provided in 29 CFR 5.12.
Contract Work Hours and Safety Standards Act
(1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract
3 of 6
FEMA CONTRACT PROVISIONS
work which may require or involve the employment of laborers or mechanics shall require or
permit any such laborer or mechanic in any workweek in which he or she is employed on such
work to work in excess of forty hours in such workweek unless such laborer or mechanic receives
compensation at a rate not less than one and one-half times the basic rate of pay for all hours
worked in excess of forty hours in such workweek.
(2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the
clause set forth in paragraph (b)(1) of this section the contractor and any subcontractor
responsible therefor shall be liable for the unpaid wages. In addition, such contractor and
subcontractor shall be liable to the United States (in the case of work done under contract for the
District of Columbia or a territory, to such District or to such territory), for liquidated damages.
Such liquidated damages shall be computed with respect to each individual laborer or mechanic,
including watchmen and guards, employed in violation of the clause set forth in paragraph (b)(1)
of this section, in the sum of$27 for each calendar day on which such individual was required or
permitted to work in excess of the standard workweek of forty hours without payment of the
overtime wages required by the clause set forth in paragraph (b)(1) of this section.
(3) Withholding for unpaid wages and liquidated damages. The County of Fresno shall, upon its
own action or upon written request of an authorized representative of the Department of Labor,
withhold or cause to be withheld from any moneys payable on account of work performed by the
contractor or subcontractor under any such contract or any other Federal contract with the same
prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and
Safety Standards Act, which is held by the same prime contractor, such sums as may be
determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid
wages and liquidated damages as provided in the clause set forth in paragraph (b)(2) of this
section.
(4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set
forth in paragraph (b)(1)through (4)of this section and also a clause requiring the subcontractors
to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible
for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in
paragraphs (b)(1) through (4) of this section.
Clean Air Act and the Federal Water Pollution Control Act
The contractor agrees to comply with all applicable standards, orders or regulations issued
pursuant to the Clean Air Act, as amended, 42 U.S.C. § 7401 et seq., and the Federal Water
Pollution Control Act, as amended, 33 U.S.C. 1251 et seq.
(1) The contractor agrees to report each violation to the County and understands and agrees
that the County will, in turn, report each violation as required to assure notification to the Federal
Emergency Management Agency, and the appropriate Environmental Protection Agency
Regional Office.
(2) The contractor agrees to include these requirements in each subcontract exceeding
$150,000 financed in whole or in part with Federal assistance provided by FEMA.
Suspension and Debarment
(1) This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000.
As such, the contractor is required to verify that none of the contractor's principals (defined at 2
C.F.R. § 180.995) or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2
C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935).
4of6
FEMA CONTRACT PROVISIONS
(2) The contractor must comply with 2 C.F.R. pt. 180, subpart C and2 C.F.R. pt. 3000, subpart
C, and must include a requirement to comply with these regulations in any lower tier covered
transaction it enters into.
(3) This certification is a material representation of fact relied upon by the County. If it is later
determined that the contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt.
3000, subpart C, in addition to remedies available to the County, the Federal Government may
pursue available remedies, including but not limited to suspension and/or debarment.
(4) The bidder or proposer agrees to comply with the requirements oft C.F.R. pt. 180, subpart C
and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any
contract that may arise from this offer. The bidder or proposer further agrees to include a
provision requiring such compliance in its lower tier covered transactions.
Byrd Anti-Lobbying Amendment
Contractors who apply or bid for an award of$100,000 or more shall file the required
certification. Each tier certifies to the tier above that it will not and has not used Federal
appropriated funds to pay any person or organization for influencing or attempting to influence
an officer or employee of any agency, a Member of Congress, officer or employee of Congress,
or an employee of a Member of Congress in connection with obtaining any Federal contract,
grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any
lobbying with non-Federal funds that takes place in connection with obtaining any Federal
award. Such disclosures are forwarded from tier to tier up to the recipient who in turn will
forward the certification(s) to the awarding agency.
Procurement of Recovered Materials
(1) In the performance of this contract, the Contractor shall make maximum use of products
containing recovered materials that are EPA-designated items unless the product cannot be
acquired:
i. Competitively within a timeframe providing for compliance with the contract
performance schedule;
ii. Meeting contract performance requirements; or
iii. At a reasonable price.
(2) Information about this requirement, along with the list of EPA- designated items, is available
at EPA's Comprehensive Procurement Guidelines web site,
https://www.epa.gov/smm/comprehensive-procurement-guideline-cpg-program.
(3) The Contractor also agrees to comply with all other applicable requirements of Section 6002
of the Solid Waste Disposal Act.
Access to Records
(1) The Contractor agrees to provide the County of Fresno, the California Office of Emergency
Services, the FEMA Administrator, the Comptroller General of the United States, or any of their
authorized representatives access to any books, documents, papers, and records of the
Contractor which are directly pertinent to this contract for the purposes of making audits,
examinations, excerpts, and transcriptions.
(2) The Contractor agrees to permit any of the foregoing parties to reproduce by any means
5 of 6
FEMA CONTRACT PROVISIONS
whatsoever or to copy excerpts and transcriptions as reasonably needed.
(3) The Contractor agrees to provide the FEMA Administrator or his authorized representatives
access to construction or other work sites pertaining to the work being completed under the
contract.
(4) In compliance with the Disaster Recovery Act of 2018, the County of Fresno and the
Contractor acknowledge and agree that no language in this contract is intended to prohibit
audits or internal reviews by the FEMA Administrator or the Comptroller General of the United
States.
Department of Homeland Security (DHS) Seal. Logo. and Flags
The Contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or
likenesses of DHS agency officials without specific FEMA pre-approval.
Compliance with Federal Law. Regulations. and Executive Orders
This is an acknowledgement that FEMA financial assistance may be used to fund all or a portion
of the contract. The contractor will comply with all applicable Federal law, regulations, executive
orders, FEMA policies, procedures, and directives.
No Obligation by Federal Government
The Federal Government is not a party to this contract and is not subject to any obligations or
liabilities to the non-Federal entity, contractor, or any other party pertaining to any matter
resulting from the contract.
Program Fraud and False or Fraudulent Statements or Related Acts
The Contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False
Claims and Statements) applies to the Contractor's actions pertaining to this contract.
6 of 6
FEDERAL REQUIREMENTS FOR FEDERAL-AID CONSTRUCTION PROJECTS
General
The work will be financed in whole or in part with Federal funds, and therefore all of the Federal statutes,
rules, regulations, and provisions applicable to work financed in whole or in part with Federal funds will
apply.
In addition to the provisions in the Agreement, the Contractor shall comply with the following:
Performance Of Previous Contracts
The bidder shall execute the "Certification with Regard to the Performance of Previous Contracts or
Subcontracts Subject to the Equal Opportunity Clause and the Filing of Required Reports" located in the
proposal. No request for subletting or assigning any portion of the contract in excess of$10,000 will be
considered under the provisions of Section VII of the required contract provisions unless such request is
accompanied by the Certification referred to above, executed by the proposed subcontractor.
Non-Collusion Provision
The provisions in this section are applicable to all contracts except contracts for Federal Aid Secondary
projects. Title 23, United States Code, Section 112, requires as a condition precedent to approval by the
Federal Highway Administrator of the contract for this work that each bidder file a sworn statement
executed by, or on behalf of, the person, firm, association, or corporation to whom such contract is to be
awarded, certifying that such person, firm, association, or corporation has not, either directly or indirectly,
entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free
competitive bidding in connection with the submitted bid. A form to make the non-collusion affidavit
statement required by Section 112 as a certification under penalty of perjury rather than as a sworn
statement as permitted by 28, USC, Sec. 1746, is included in the proposal.
Executive Order N-6-22
Under Executive Order N-6-22 as a contractor, subcontractor, or grantee, compliance with the economic
sanctions imposed in response to Russia's actions in Ukraine is required, including with respect to, but not
limited to, the federal executive orders identified in the EO and the sanctions identified on the U.S.
Department of the Treasury website (https://home.treasury.gov/policy-issues/financial-
sanctions/sanctions-programs-and-country-information/ukraine-russia-related-sanctions). Failure to
comply may result in the termination of contracts or grants, as applicable.
Specially Designated Nationals and Blocked Persons List(SDN)
https://home.treasury.gov/policy-issues/financial-sanctions/specially-designated-nationals-and-
blocked-persons-list-sdn-human-readable-lists
Disadvantaged Business Enterprise Running Tally of Attainments
After submitting an invoice for reimbursement that includes a payment to a DBE, but no later than the 101"
of the following month, the prime contractor/consultant shall complete and email the Exhibit 9- F:
Disadvantaged Business Enterprise Running Tally of Payments to business.support.unit(cDdot.ca.gov with
a copy to the Agency.
Federal Requirements 1
Federal Forms
Links provided to Caltrans forms at time of publication
• EXHIBIT 16-0 Federal-Aid Highway Construction Contractors Annual EEO Report(2018)
https://dot.ca.gov/-/media/dot-media/programs/local-assistance/documents/lapm/cl 6/16oe.xlsx
• EXHIBIT 17-F Final Report-Utilization of Disadvantaged Business Enterprises (DBE)And First-Tier
Subcontractors (2023)
https://dot.ca.gov/-/media/dot-media/programs/local-assistance/documents/Iapm/c17/17f.pdf
• EXHIBIT 17-0 Disadvantaged Business Enterprises (DBE) Certification Status Change (2015)
https://dot.ca.gov/-/media/dot-media/programs/local-assistance/documents/Iapm/c17/17o.pdf
• Exhibit 16-Z1 Monthly DBE Trucking Verification (2018)
https://dot.ca.gov/-/media/dot-media/programs/local-assistance/documents/lapm/cl 6/16z1.pdf
• EXHIBIT 16-B Subcontracting Request(2021)
https://forms.dot.ca.gov/v2Forms/servlet/Form Renderer?frmid=LAPM 16B
• EXHIBIT 9-F: Disadvantaged Business Enterprise (DBE) Running Tally of Payments (2023) https://
dot.ca.gov/-/media/dot-media/programs/local-assistance/documents/lapm/c09/09fe.xlsx
• EXHIBIT 9-P: Prompt Payment Certification (2023) https://dot.ca.gov/-/media/dot-media/programs/
local-assistance/documents/lapm/c09/09pe.xlsx
Federal Requirements 2
Local Assistance Procedures Manaul Exhibit 16-0
Federal-Aid Highway construction Contractors Annual EEO Report
EXHIBIT 16-0 FEDERAL-AID HIGHWAY CONSTRUCTION CONTRACTORS ANNUAL EEO REPORT
1. MARK APPROPRIATE BLOCK 2.COMPANY NAME,CITY,STATE: 3.PROJECT NUMBER: 4.DOLLAR AMOUNT OF CONTRACT: 5. PROJECT LOCATION: (County and State)
❑Contractor
❑ Subcontractor
This collection of information is required by law and regulation 23 U.S.C. 140a and 23 CFR Part 230.The OMB control number for this collection is 2125-0019 expiring in March,2016.
6. WORKFORCE ON FEDERAL-AID AND CONSTRUCTION SITE(S) DURING LAST FULL PAY PERIOD ENDING IN JULY 20_ (INSERT YEAR)
BLACK or AMERICAN INDIAN NATIVE HAWAIIAN
TOTAL TOTAL RACIAL/ HISPANIC OR OR OTHER TWO OR MORE ON THE JOB
JOB CATEGORIES EMPLOYED ETHNIC MINORITY A LATINO OR A ASIAN PACIFIC RACES WHITE APPRENTICES TRAINEES
AMERIC N RICAN NATTIVEIVE ISLANDER
M F M F M F M F M F M F M F M F M F M F M F
OFFICIALS 0 0 0 0
SUPERVISORS 0 0 0 0
FOREMEN/WOMEN 0 0 0 0
CLERICAL 0 0 0 0
EQUIPMENT OPERATORS 01 0 01 0
MECHANICS 0 0 0 0
TRUCK DRIVERS 0 0 0 0
IRONWORKERS 0 0 0 0
CARPENTERS 0 0 0 0
CEMENT MASONS 0 0 0 0
ELECTRICIANS 0 1 0 0 1 0
PIPEFITTER/PLUMBERS 0 0 0 0
PAINTERS 0 0 0 0
LABORERS-SEMI SKILLED 0 0 0 0
LABORERS-UNSKILLED 0 0 0 0
TOTAL 0 0 0 0 0 oil 0 0 0 0 0 0 0 0 0 0 0 0 011 0111 0 0
TABLE C (Table B data by racial status)
APPRENTICES 1 01 01 01 0
OJT TRAINEES 1 01 01 01 0
8.PREPARED BY: 9.DATE 10.REVIEWED BY: (Signature and Title of State Highway Official) 11.DATE
(Signature and Title of Contractors Representative)
Form FHWA-1391 (Rev.09-13) PREVIOUS EDITIONS ARE OBSOLETE
January 2018
Page 1 of 1
Local Assistance Procedures Manual Exhibit 17-F
Final Report-Utilization of Disadvantaged Business Enterprises (DBE)and First-Tier Subcontractors
Exhibit 17-F: Final Report-Utilization of Disadvantaged Business Enterprises (DBE) and First-Tier Subcontractors
1.Local Agency Contract Number 2.Federal-Aid Project Number 3. Local Agency 4.Contract Acceptance Date
5.Contractor/Consultant 6.Business Address 7.Final Contract Amount
8.Contract 11.DBE 12.Contract Payments 13.Date 14.Date of
Item
9.Description of Work,Service,or 10.Company Name and
Certification Work Final
Number Materials Supplied Business Address Number Non-DBE DBE Completed Payment
15.ORIGINAL DBE COMMITMENT AMOUNT $ 16.TOTAL
List all first-tier subcontractors/subconsultants and DBEs regardless of tier whether or not the firms were originally listed for goal credit.If actual DBE utilization(or item of work)was different than that approved at the time of
award,provide comments on an additional page.List actual amount paid to each entity.If no subcontractors/subconsultants were used on the contract,indicate on the form.
I CERTIFY THAT THE ABOVE INFORMATION IS COMPLETE AND CORRECT
_[ —
17.Contractor/Consultant Representative's Signature 18.Contractor/Consultant Representative's Name 19.Phone 20.Date
I CERTIFY THAT THE CONTRACTING RECORDS AND ON-SITE PERFORMANCE OF THE DBE(S)HAVE BEEN MONITORED
21.Local Agency Representative's Signature 22.Local Agency Representative's Name 23.Phone 24.Date
DISTRIBUTION: Original—Local Agency,Copy—Caltrans District Local Assistance Engineer.Include with Final Report of Expenditures
Page 1 of 2
January 2023
Local Assistance Procedures Manual Exhibit 17-F
Final Report-Utilization of Disadvantaged Business Enterprises (DBE)
and First-Tier Subcontractors
INSTRUCTIONS— FINAL REPORT-UTILIZATION OF DISADVANTAGED BUSINESS ENTERPRISES (DBE) AND
FIRST-TIER SUBCONTRACTORS
1. Local Agency Contract Number- Enter the Local Agency contract number or identifier.
2. Federal-Aid Project Number- Enter the Federal-Aid Project Number.
3. Local Agency - Enter the name of the local or regional agency that is funding the contract.
4. Contract Acceptance Date - Enter the date the contract was accepted by the Local Agency.
5. Contractor/Consultant - Enter the contractor/consultant's firm name.
6. Business Address - Enter the contractor/consultant's business address.
7. Final Contract Amount - Enter the total final amount for the contract.
8. Contract Item Number- Enter contract item for work, services, or materials supplied provided. Not
applicable for consultant contracts.
9. Description of Work, Services, or Materials Supplied - Enter description of work, services, or
materials provided. Indicate all work to be performed by DBEs including work performed by the prime
contractor/consultant's own forces, if the prime is a DBE. If 100% of the item is not to be performed or
furnished by the DBE, describe the exact portion to be performed or furnished by the DBE. See LAPM
Chapter 9 to determine how to count the participation of DBE firms.
10. Company Name and Business Address - Enter the name, address, and phone number of all
subcontracted contractors/consultants. Also, enter the prime contractor/consultant's name and phone
number, if the prime is a DBE.
11. DBE Certification Number- Enter the DBE's Certification Identification Number. Leave blank if
subcontractor is not a DBE.
12. Contract Payments - Enter the subcontracted dollar amount of the work performed or service
provided. Include the prime contractor/consultant if the prime is a DBE. If the materials or supplies are
obtained from a DBE manufacturer, count 100% of the cost of the materials or supplies toward DBE goals.
If the materials or supplies are purchased from a DBE regular dealer/supplier, count 60% of the cost of the
materials or supplies toward DBE goals. The Non-DBE column is used to enter the dollar value of work
performed by firms that are not certified DBE or for work after a DBE becomes decertified.
13. Date Work Completed - Enter the date the subcontractor/subconsultant's item work was completed.
14. Date of Final Payment- Enter the date when the prime contractor/consultant made the final payment
to the subcontractor/subconsultant for the portion of work listed as being completed.
15. Original DBE Commitment Amount - Enter the "Total Claimed DBE Participation Dollars" from
Exhibits 15-G or 10-02 for the contract.
16. Total - Enter the sum of the "Contract Payments" Non-DBE and DBE columns.
17. Contractor/Consultant Representative's Signature - The person completing the form on behalf of the
contractor/consultant's firm must sign their name.
18. Contractor/Consultant Representative's Name - Enter the name of the person preparing and signing
the form.
19. Phone - Enter the area code and telephone number of the person signing the form.
20. Date - Enter the date the form is signed by the contractor's preparer.
21. Local Agency Representative's Signature -A Local Agency Representative must sign their name to
certify that the contracting records and on-site performance of the DBE(s) has been monitored.
22. Local Agency Representative's Name - Enter the name of the Local Agency Representative signing
the form.
23. Phone - Enter the area code and telephone number of the person signing the form.
24. Date - Enter the date the form is signed by the Local Agency Representative.
Page 2 of 2
January 2023
Local Assistance Procedures Manual Exhibit 17-0
Disadvantaged Business Enterprises(DBE)Certification Status Change
EXHIBIT 17-0 DISADVANTAGED BUSINESS ENTERPRISES(DBE)CERTIFICATION STATUS CHANGE
1.Local Agency Contract Number 2. Federal-Aid Project Number 3.Local Agency 4.Contract Completion Date
5.Contractor/Consultant 6. Business Address 7.Final Contract Amount
8.Contract 10. DBE 12.Certification/
Item 9. DBE Contact Information Certification 11.Amount Paid Decertification 13.Comments
Number Number While Certified Date
Letter Attached
If there were no changes in the DBE certification of subcontractors/subconsultants,indicate on the form.
I CERTIFY THAT THE ABOVE INFORMATION IS COMPLETE AND CORRECT
14.Contractor/Consultant Representative's Signature 15.Contractor/Consultant Representative's Name 16. Phone 17. Date
I CERTIFY THAT THE CONTRACTING RECORDS AND ON-SITE PERFORMANCE OF THE DBE(S)HAS BEEN MONITORED
18. Local Agency Representative's Signature 19.Local Agency Representative's Name 20. Phone 21. Date
DISTRIBUTION: Original—Local Agency,Copy—Caltrans District Local Assistance Engineer.Include with Final Report of Expenditures
ADA NOTICE: For individuals with sensory disabilities,this document is available in alternate formats.For information,call(916)445-1233,Local Assistance Procedures Manual TTY 711,or write to Records and Forms
Management,1120 N Street,MS-89,Sacramento,CA 95814.
Page 1 of 2
July 23,2015
Local Assistance Procedures Manual Exhibit 17-0
Disadvantaged Business Enterprises(DBE)Certification Status Change
INSTRUCTIONS—DISADVANTAGED BUSINESS ENTERPRISES (DBE)
CERTIFICATION STATUS CHANGE
1. Local Agency Contract Number - Enter the Local Agency contract number or identifier.
2. Federal-Aid Project Number-Enter the Federal-Aid Project Number.
3. Local Agency-Enter the name of the local or regional agency that is funding the contract.
4. Contract Completion Date -Enter the date the contract was completed.
5. Contractor/Consultant-Enter the contractor/consultant's firm name.
6. Business Address -Enter the contractor/consultant's business address.
7. Final Contract Amount- Enter the total final amount for the contract.
8. Contract Item Number-Enter contract item for work, services, or materials supplied provided. Not
applicable for consultant contracts.
9.DBE Contact Information - Enter the name, address, and phone number of all DBE subcontracted
contractors/consultants.
10. DBE Certification Number - Enter the DBE's Certification Identification Number.
11.Amount Paid While Certified - Enter the actual dollar value of the work performed by those
subcontractors/subconsultants during the time period they are certified as a DBE.
12. Certification/Decertification Date (Letter Attached) - Enter either the date of the Decertification Letter
sent out by the Office of Business and Economic Opportunity(OBEO) or the date of the Certification
Certificate mailed out by OBEO.
13. Comments - If needed,provide any additional information in this section regarding any of the above
certification status changes.
14. Contractor/Consultant Representative's Signature - The person completing the form on behalf of the
contractor/consultant's firm must sign their name.
15. Contractor/Consultant Representative's Name - Enter the name of the person preparing and signing the
form.
16. Phone - Enter the area code and telephone number of the person signing the form.
17.Date - Enter the date the form is signed by the contractor's preparer.
18. Local Agency Representative's Signature - A Local Agency Representative must sign their name to
certify
that the contracting records and on-site performance of the DBE(s)has been monitored.
19. Local Agency Representative's Name - Enter the name of the Local Agency Representative signing the
form.
20. Phone -Enter the area code and telephone number of the person signing the form.
21. Date - Enter the date the form is signed by the Local Agency Representative.
Page 2 of 2
July 23,2015
Local Assistance Procedures Manual Exhibit 16-Z1
Monthly DBE Trucking Verification
State of California-Department of Transportation
Exhib it 16-Z1 Monthly DBE Truc king Ve rific a tion
Contract No. Month Year
Truck Owner DBE Company Truck No. California Commission of Date Lease Arrangement
Cert No. Name and Address Highway Patrol Amount Of Paid (if applicable)
CA.No. Amount Paid*
$ Lease Agreement ❑
with NON-DBE ❑
with DBE ❑
$ Lease Agreement ❑
with NON-DBE ❑
with DBE ❑
$ Lease Agreement ❑
with NON-DBE ❑
with DBE ❑
$ Lease Agreement ❑
with NON-DBE ❑
with DBE ❑
$ Lease Agreement ❑
with NON-DBE ❑
with DBE ❑
$ Lease Agreement ❑
with NON-DBE ❑
with DBE ❑
$ Lease Agreement ❑
with NON-DBE ❑
with DBE ❑
$ Lease Agreement ❑
with NON-DBE ❑
with DBE ❑
$ Lease Agreement ❑
with NON-DBE ❑
with DBE ❑
Total Amount $
Paid
Prime Contractor Business Address Business Phone No.
*Upon Request all Lease Agreements Shall be made available,in accordance with the special Provisions
I CERTIFY THAT THE ABOVE INFORMATION IS COMPLETE AND CORRECT
Contractor Representative Signature Title Date
Page 1 of 2
January 2018
Local Assistance Procedures Manual Exhibit 16-Z1
Monthly DBE Trucking Verification
MO NIHLY DBE'IRUC KING VERIFFIC ATIO N
The top of Form CEM-2404(F) contains boxes to put in the Contract Number,the Month of the reporting period and the Year of the
reporting period.
The Form CEM-2404(F) has a column to enter the name of the Truck Owner, the DBE Cert. No. (if DBE certified) and the Name and Address
of the trucking company.The Form CEM-2404(F) also requires the Truck No. and the California Highway Patrol CA No.
Form CEM-2404(F) is to be submitted prior to the 15th of each month and must show the dollar amount paid to the DBE trucking
company(s) for trucking work performed by DBE certified trucks and for any fees or commissions of non DBE trucks utilized each month on
the project. The amount paid to each trucking company is to be entered in the column called"Commission or Amount Paid," in accordance
with the Special Provisions Section 5-1.X.
Payment information is derived using the following:
1.) 100% for the trucking services provided by the DBE using trucks it owns,operates and insures.
2.) 100% for the trucking services provided by the trucks leased from other DBE firms.
3.) The fee or commission paid to non DBEs for the lease of trucks.The Prime does not receive 100% credit for these services
because they are not provided by a DBE company.
The total dollar figure of this column is to be placed in the box labeled"Total Amount Paid." The column"Date Paid" requires a date that
each trucking company is paid for services rendered. The next column contains information that must be completed if a lease arrangement is
applicable. Located at the bottom of the form is a space to put the name of the"Prime Contractor," their"Business Address" and their
"Business Phone No."
At the bottom of the form there is a space for the Contractor or designee"Contractor Representative's Signature,Title and Date" certifying
that the information provided on the form is complete and correct.
Page 2 of 2
January 2018
STATE OF CALIFORNIA• DEPARTMENT OF TRANSPORTATION Page 1 of 2
DLA SUBCONTRACTING REQUEST REQUEST NUMBER
LAPM 16-B(NEW 12/2021)
CONTRACTOR NAME COUNTY ROUTE
BUSINESS ADDRESS CONTRACT NUMBER
CITY AND STATE ZIP CODE FEDERAL-AID PROJECT NUMBER(from special provisions)
CA STATE PUBLIC WORKS CHECK IF
SUBCONTRACTORS CONTRACTOR CONTRACTOR BID ITEM PERCENTAGE (See Categories DESCRIBE WORK WHEN LESS DOLLAR AMOUNT
NUMBER(S) OF BID ITEM THAN 100%OF WORK IS BASED ON
(Name, Business Address, Phone) LICENSE REGISTRATION (1 per line) SUBCONTRACTED Below SUBCONTRACTED BID AMOUNT
NUMBER NUMBER 1 2
Categories: 1. Listed Under Fair Practices Act 2. Certified Disadvantaged Business Enterprise/Disabled Veteran Business Enterprise
I certify that:
• The specifications for labor set forth in the contract apply to the subcontracted work.
• If applicable (federal-aid projects only), Form FHWA-1273 has been inserted in the subcontracts and will be incorporated in any lower-tier subcontract.
• Written contracts have been executed for the subcontracted work noted above.
CONTRACTOR'S SIGNATURE DATE
This section is to be completed by the resident engineer.
1. Total of bid items $
2. Bid items previously subcontracted $
3. Bid items subcontracted (this request) $
4. Total of lines 2 and 3 $
5. Maximum amount of work allowed to be subcontracted (multiply line 1 by %) $
6. Minimum amount prime contractor must perform with own forces(multiply line 1 by %) $
APPROVED
RESIDENT ENGINEER'S SIGNATURE DATE
Copy Distribution: Original-Contractor Copy- Resident Engineer
ADA Notice For individuals with sensory disabilities, this document is available in alternate formats. For alternate format information, contact the Forms
Management Unit at(916)445-1233,TTY 711,or write to Records and Forms Management, 1120 N Street, MS-89,Sacramento, CA 95814.
STATE OF CALIFORNIA• DEPARTMENT OF TRANSPORTATION
DLA SUBCONTRACTING REQUEST
LAPM 16-B(NEW 12/2021)
INSTRUCTIONS
All first-tier subcontractors must be included on a subcontracting request.
Before subcontracting work starts, the contractor will submit an original Form LAPM 16-B according to the Standard Specifications.
• Ensure all subcontractors are:
1. Listed on the subcontractor list at the time of bid, per the Subletting and Subcontracting Fair Practice Act; OR
2. All 1st tier subcontractors regardless of dollar value.
When an entire item is subcontracted, show the contractor's bid price.
When a portion of an item is subcontracted, describe the portion and show the percentage of the bid item and value.
• Compare line 5 to line 4. If line 5 is greater than line 4 the request can be approved.
• After approval, the resident engineer returns the original to the contractor and completes the remaining distribution as listed on the bottom of
the form.
• Labor Compliance Officer to review subcontractor licensing and registration.
• Labor Compliance Officer completes PWC-100 form on California Department of Industrial Relations site for subcontractors that were not
required to be listed at time of bid on the Subcontractor List form.
THIS FORM IS NOT TO BE USED FOR SUBSTITUTIONS OF LISTED
SUBCONTRACTORS OR DISADVANTAGED BUSINESS ENTERPRISE.
ADA Notice For individuals with sensory disabilities, this document is available in alternate formats. For alternate format information, contact the Forms
Management Unit at(916)445-1233,TTY 711,or write to Records and Forms Management, 1120 N Street, MS-89,Sacramento, CA 95814.
Local Assistance Procedure Manual Exhibit 9-P
Prompt Payment Certification
EXHIBIT 9-P: PROMPT PAYMENT CERTIFICATION
Section 7108.5 of the California Business and Professions Code(CBPC)requires a prime contractor or subcontractor(i.e.builders)to pay any subcontractor not later than seven(7)days after receipt of each progress payment received or final
retention payment.Section 3321 of the California Civil Code(CCC)requires prime design professionals(prime consultants directly in contract with a public agency)to pay any subconsultant not later than fifteen(15)days after receipt of each
progress payment or final retention payment.The payment cannot be delayed because of disagreements on other contracts.Any delay or postponement of payment among the parties may take place only for good cause with the agency's prior
written approval.This requirement applies to both DBE and non-DBE subcontractors.
1. CONTRACT INFORMATION
(1) (2) (3) (4) (5) (6) (7) (8) (9)
Federal Project Local Contract Total Contract Total DBE DBE DBE Contract Reporting Period
Prime Contractor/Consultant Local Agency Commitment Amt Commitment
Number Number Award Amt($) ($) N Goal(%) (MM/YYYY)
2. PAYMENT INFORMATION
(10) (11) (12) (13) (14) (15) (16) (17) (18) (19) (20)
Date Payment Amount Paid To Total Committed to Incremental Comments or Reason for Non-
Subcontractor/Subconsultant Name Subcontract Type Received by Sub to Date This Subcontractor
DBE Cent. Date of Prime Amount of Payment Promptly Paid? Retainage Payment/Non-Prompt Payment,
Number Prime ($)Payment to Sub ($) ($) (Y/N) Paid? including Payment of incremental
(Y/N) Retainage
Totals $0 $0 $0
List all first-tier subcontractors/subconsultants,whether or not the firms were originally listed in Exhibit 10-02 or 15-G as a DBE commitment. If the actual DBE utilization was different than that approved at the time
of award,provide comments in box(20).All payments reported,including payments to contractor/consultant,are for the date listed.
*Only reasons based on dispute on subcontractor or supplier noncompliance may be accepted.
3. CERTIFICATION
The prime contractor or consultant hereby certifies that the foregoing Prompt Payment
Local Agency certifies that all information in this form is complete and verified.
Certification Form is true and correct.
(21)Prime Contractor Manager's Signature (22)Date (23)Local Agency Representative's Signature (24)Date
(25)Prime Contractor Manager's Name (26)Phone (27)Local Agency Representative's Name (28)Phone
Page 1 of 1
May 2023
Draft Exhibit 9-P Instructions
I. Purpose
Section 7108.5 of the California Business and Professions Code (CBPC) requires a prime contractor or subcontractor(i.e.
builders)to pay any subcontractor not later than seven (7) days after receipt of each progress payment received or final
retention payment. Section 3321 of the California Civil Code(CCC) requires prime design professionals (prime
consultants directly in contract with a public agency)to pay any subconsultant not later than fifteen (15) days after
receipt of each progress payment or final retention payment.The payment cannot be delayed because of
disagreements on other contracts.Any delay or postponement of payment among the parties may take place only for
good cause with the agency's prior written approval.This requirement applies to both DBE and non-DBE
subcontractors.
II. Instruction
For projects that are awarded on or after September 1, 2023:
The prime contractor or consultant must submit Exhibit 9-P to the LPA administering the contract by the 15th of the
month following the month of any payment(s). If the prime contractor or consultant does not make any payments to
subcontractors,suppliers, and/or manufactures they must report "no payments were made to subs this month" and
write this visibly and legibly on Exhibit 9-P.
A failure to complete the Prompt Pay reporting requirement may result in the withholding of the prime contractor or
consultant's next progress payment and/or final payment.Additionally, Caltrans may require the LPA to issue a
corrective action plan and/or it may require the LPA to suspend the contract in whole or in part if the prime or
consultant does not make up the shortfall.
LPA must verify all Exhibit 9-P information, monitor compliance with prompt payment requirements for DBE and non-
DBE firms, and address any shortfalls to the DBE commitment and prompt payment issues until the end of the project.
The LPA must email a copy of Exhibit 9-P to DBE.Forms@dot.ca.gov before the end of the month after receiving the
Exhibit 9-P from prime contractor or consultant.
1. CONTRACT INFORMATION
(1) Prime Contractor/Consultant: Enter the business name for the prime contractor/consultant.
(2) Local Agency: Enter the local agency name.
(3) Federal Aid Project Number: Enter the 7-digit federal-aid project number of the lead project on the contract.
E.g. 5002(123) is a valid Federal-Aid Project Number.
(4) Local Contract Number: Enter the Local Agency contract number or identifier.
(5) Total Contract Award Amount ($): Enter the total contract award amount of the project.
(6) Total Contract DBE Commitment Amount ($): Enter the total DBE commitment award amount of the project
as it appears on Exhibit 10-02 or Exhibit 15-G.
(7) DBE Commitment (%): Enter percentage of the Prime contract committed to DBE firms as it appears on
Exhibit 10-02 or Exhibit 15-G.
(8) DBE Contract Goal (%): Enter the contract DBE goal percentage as it appears on the project advertisement.
(9) Reporting Period (Month-Year): Indicate the month and year of payments being reported.
2. PAYMENT INFORMATION
(10)Subcontractor/Subconsultant name: Enter subcontractor/consultant firm's name.
(11) DBE Cert. Number: List the DBE's certification number as listed in the California Unified Certification Program
(CUCP) database.
(12)Subcontract Type: Enter the most appropriate Subcontractor's contract type.
(13) Date of Payment Received by Prime: Enter date when a check is issued by LPA to the prime
contractor/consultant for work performed by the contractor/consultant.
(14) Date of Prime Payment to Sub: Enter date when a check is issued by prime to the subcontractor/subconsultant
for work performed by the subcontractor/subconsultant.
(15)Amount of Payment($): Enter the total amount paid to the subcontractor this period.
(16)Amount Paid to Sub to Date ($): Enter the total amount paid to this subcontractor to date. This should be a
total of past payments plus payment for the current work just invoiced to the Local Agency.
(17)Total amount committed to this subcontractor($): Enter the total amount committed to this subcontractor,
copy the information from the agency signed Exhibit 10-02 or 15-G.
(18) Promptly Paid? (Y/N): Enter"Y" if payment was made in accordance with the contract. Enter"N" if it's in dispute.
Must provide comments regarding any dispute of payment.
(19) Incremental Retainage Paid? (Y/N): Enter"Y" if this payment was a retainage payment. Enter"N" if this was a
progress or final payment.
(20)Comments or Reason for Non-Payment/Non-Prompt Payment, including Payment of Incremental
Retainage *: Only reasons based on dispute with subcontractor or supplier noncompliance may be accepted.
Add appropriate notes if a DBE subcontract was terminated, a DBE subcontract was added, if change orders
impacted the DBE's payments(include good faith efforts the prime contractor/consultant implemented), if task
orders weren't issued, etc.
3. CERTIFICATION
(21) Prime Contractor Manager's Signature:Self explanatory
(22) Date: Provide the date Prime Contractor Manager signed this form.
(23) Local Agency Presentative's Signature:Self explanatory.
(24) Date: Provide the date Local Agency Presentative signed this form.
(25) Prime Contractor Manager's Name:Self explanatory.
(26) Phone: Self explanatory
(27) Local Agency Presentative's Name:Self explanatory.
(28) Phone: Self explanatory
Project Details
Project: Job Order Contract General Engineering
Contract Numbers: 23-19-J 23-20-J 23-21-J 23-22-J
SELF-DEALING TRANSACTION DISCLOSURE FORM
(1) Company Board Member Information:
Name: Date:
Job Title:
(2) Company/Agency Name and Address:
(3) Disclosure (Please describe the nature of the self-dealing transaction you are a party to)
(4) Explain why this self-dealing transaction is consistent with the requirements of Corporations
Code 5233 (a)
(5) Authorized Signature
Signature: Date:
Project: Job Order Contract General Engineering
Contract Numbers: 23-19-J 23-20-J 23-21-J 23-22-J
SELF-DEALING TRANSACTION DISCLOSURE FORM INSTRUCTIONS
In order to conduct business with the County of Fresno (hereinafter referred to as "County"), members of
a contractor's board of directors (hereinafter referred to as "County Contractor"), must disclose any self-
dealing transactions that they are a party to while providing goods, performing services, or both for the
County. A self-dealing transaction is defined below:
"A self-dealing transaction means a transaction to which the corporation is a party and which one or
more of its directors has a material financial interest"
The definition above will be utilized for purposes of completing the disclosure form.
(1) Enter board member's name, job title (if applicable), and date this disclosure is being made.
(2) Enter the board member's company/agency name and address.
(3) Describe in detail the nature of the self-dealing transaction that is being disclosed to the County.
At a minimum, include a description of the following:
a. The name of the agency/company with which the corporation has the transaction; and
b. The nature of the material financial interest in the Corporation's transaction that the board
member has.
(4) Describe in detail why the self-dealing transaction is appropriate based on applicable provisions
of the Corporations Codes.
(5) Form must be signed by the board member that is involved in the self-dealing transaction
described in Sections (3) and (4).
Project: Job Order Contract General Engineering
Contract Numbers: 23-19-J 23-20-J 23-21-J 23-22-J
Project: Job Order Contract General Engineering
Contract Numbers: 23-19-J 23-20-J 23-21-J 23-22-J
SAMPLE SUBCONTRACTOR FORM
The following named subcontractor(s) will perform with labor, or otherwise render services
to the general contractor in or about the construction of the work or improvement in an
amount in excess of one-half of one percent of the total bid presented herewith or
$10,000, whichever is greater. Please fill out as completely as possible when submitting
your bid. Use subcontractor's business name style as registered with the License
Board. Each listed subcontractor's name, location of business and description of work, and
both their contractor's license number and public works contractor registration number,
issued pursuant to Section 1725.5 of the Labor Code, are REQUIRED, by Section 4104 of
the California Public Contract Code, to be submitted prior to bid opening. (The "location of
business" must specify the city in which the subcontractor's business is located, and the state
if other than California.) All other requested information shall be submitted, either with the
bid or within 24 hours after bid opening.
Please fill out as completely as possible when submitting your bid. Use subcontractor's
business name style as registered with the License Board.
FAILURE TO LIST SUBCONTRACTORS AS DIRECTED MAY RENDER THE BID NOW
RESPONSIVE, OR MAY RESULT IN ASSESSMENT OF A PENALTY AGAINST THE
BIDDER IN ACCORDANCE WITH SECTION 4110 OF THE CALIFORNIA PUBLIC
CONTRACT CODE.
SUBCONTRACTOR:
Business Address:
Class License No. DIR Registration No
Item No. or Description of Work:
Dollar Amount OR Percentage of Total Bid
Email Address:
SUBCONTRACTOR:
Business Address:
Class License No. DIR Registration No
Item No. or Description of Work:
Dollar Amount OR Percentage of Total Bid
Email Address:
SUBCONTRACTOR:
Business Address:
Class License No. DIR Registration No
Item No. or Description of Work:
Dollar Amount OR Percentage of Total Bid
Email Address:
Contract Number 23-19-J 23-20-J 23-21-J 23-22-J
SUBCONTRACTOR:
Business Address:
Class License No. DIR Registration No
Item No. or Description of Work:
Dollar Amount OR Percentage of Total Bid
Email Address:
SUBCONTRACTOR:
Business Address:
Class License No. DIR Registration No
Item No. or Description of Work:
Dollar Amount OR Percentage of Total Bid
Email Address:
SUBCONTRACTOR:
Business Address:
Class License No. DIR Registration No
Item No. or Description of Work:
Dollar Amount OR Percentage of Total Bid
Email Address:
SUBCONTRACTOR:
Business Address:
Class License No. DIR Registration No
Item No. or Description of Work:
Dollar Amount OR Percentage of Total Bid
Email Address:
SUBCONTRACTOR:
Business Address:
Class License No. DIR Registration No
Item No. or Description of Work:
Dollar Amount OR Percentage of Total Bid
Email Address:
Contract Number 23-19-J 23-20-J 23-21-J 23-22-J
(This guaranty shall be executed by the successful bidder in accordance with instructions in the
special provisions. The bidder may execute the guaranty on this page at the time of submitting
a proposal for each job order.
GUARANTY
To the Owner: County of Fresno
CONTRACT NUMBER 23-19-J 23-20-J 23-21-J 23-22-J
The undersigned guarantees the construction and installation of the following work included in
this project:
ALL WORK ASSOCIATED WITH JOB ORDER NUMBER:
Should any of the materials or equipment prove defective or should the work as a whole prove
defective, due to faulty workmanship, material furnished or methods of installation, or should
the work or any part thereof fail to operate properly as originally intended and in accordance
with the plans and specifications, due to any of the above causes, all within twelve (12) months
after date on which this contract is accepted by the Owner, the undersigned agrees to reimburse
the Owner, upon demand, for its expenses incurred in restoring said work to the condition
contemplated in said project, including the cost of any such equipment or materials replaced
and the cost of removing and replacing any other work necessary to make such replacement or
repairs, or, upon demand by the Owner, to replace any such material and to repair said work
completely without cost to the Owner so that said work will function successfully as originally
contemplated.
The Owner shall have the unqualified option to make any needed replacement or repairs itself
or to have such replacements or repairs done by the undersigned. In the event the Owner
elects to have said work performed by the undersigned, the undersigned agrees that the repairs
shall be made and such materials as are necessary shall be furnished and installed within a
reasonable time after the receipt of demand from the Owner.
Name (Printed):
Signature:
Title:
Date: Contractor:
Contract Number 23-19-J 23-20-J 23-21-J 23-22-J
ID OOK
GENERAL ENGINEERING JOB ORDER CONTRACT
BUDGET /ACCOUNT: 4510 / 7370
4� co
1956 O
FRESH Department of Public Works and Planning
CONTRACT NUMBER 23-19-J 23-20-J 23-21-J 23-22-J
BID BOOK TABLE OF CONTENTS
GENERAL ENGINEERING JOB ORDER CONTRACT
CONTRACT NUMBER 23-19-J 23-20-J 23-21-J 23-22-J
PROPOSAL TITLE
NUMBER(S)
NOT APPLICABLE INSTRUCTIONS FOR COMPLETING THE BID BOOK
1 PROPOSAL TO THE BOARD OF SUPERVISORS OF THE COUNTY OF FRESNO
2 ADJUSTMENT FACTORS
EXAMPLE
SCHEDULE OF ADJUSTMENT FACTORS
3 AWARD CRITERIA FIGURE
AWARD CRITERIA CALCULATION
4 ADDENDUM ACKNOWLEDGEMENT
BID SECURITY
BID SIGNATURE
5 NON-COLLUSION DECLARATION
6 PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT
7 PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE AND PUBLIC
CONTRACT CODE 10232 STATEMENT
8 CERTIFICATION WITH REGARD TO THE PERFORMANCE OF PREVIOUS CONTRACTS
OR SUBCONTRACTS SUBJECT TO THE EQUAL OPPORTUNITY CLAUSE AND THE
FILING OF REQUIRED REPORTS
9 DEBARMENT AND SUSPENSION CERTIFICATION
10 NONLOBBYING CERTIFICATION FOR FEDERAL-AID CONTRACTS
11 DISCLOSURE OF LOBBYING ACTIVITIES
Contract Number 23-19-J 23-20-J 23-21-J 23-22-J
INSTRUCTIONS FOR COMPLETING THE BID BOOK FOR FEDERAL AID PROJECTS
General
Complete forms in the Bid book.
Submit an electronic bid online at http://www.BidExpress.com or submit a hardcopy bid:
1. Under sealed cover addressed to the Department and labeled with the name of the bidder, the name of the
project and the statement'Do Not Open Until The Time Of Bid Opening.'
2. Marked as a bid or bid bond
3. Identifying the contract number and the bid opening date
Certain bid forms must be submitted with the bid and properly executed.
Certain other forms and information must be submitted either with the bid or within the prescribed period after bid
opening as specified elsewhere in these special provisions.
Failure to submit the forms and information as specified results in a nonresponsive bid.
If an agent other than the authorized corporation officer or a partnership member signs the bid, file a Power of
Attorney with the Department either before opening bids or with the bid. Otherwise, the bid may be
nonresponsive.
Bid Item List and Bid Comparison
Submit a bid based on the bid item quantities the Department shows on the Bid Item List. Bids will be evaluated
and the low bidder determined as indicated in the Notice to Bidders.
Bid Document Completion
Proposal items are identified by title and by the word "Proposal"followed by the number assigned to the proposal
item in question. Proposal items are included in the Bid Book.
Proposal to the Board of Supervisors of Fresno County
Provided for information.
Adjustment Factors and Award Criteria Figure Calculation
One or more sheet(s) or lists upon which the bidder completes the bid.
Fill out completely including an Adjustment Factor and weighted Adjustment Factor for Normal Working Hours
and Other Than Normal Working Hours and the Award Criteria Figure.
Do not make any additions such as "plus tax", "plus freight", or conditions such as "less 2% if paid by 15th".
Use ink or typewriter for paper bids.
Addendum Acknowledgment
Acknowledge Addenda
Bid Security
Submit one of the following forms of bidder's security equal to at least $25,000.00:
• Cash
• Cashier's check
• Certified check
• Signed bidder's bond by an admitted surety insurer
Contract Number 23-19-J 23-20-J 23-21-J 23-22-J
Indicate type of bid security provided.
• Cash—Acceptable but not recommended. Cash is deposited in a clearing account and is returned to
bidders by County warrant. This process may take several weeks.
• Cashier's or Certified Checks. This type of security is held until the bid is no longer under consideration.
If submitted by a potential awardee, they will be returned when the contract is fully executed by the
bidder and bonds and insurance have been approved.
• Bid Bonds - Must be signed by the bidder and by the attorney-in-fact for the bonding company. Provide
notarized signature of attorney-in-fact accompanied by bonding company's affidavit authorizing attorney-
in-fact to execute bonds. An unsigned bid bond will be cause for rejection.
Bid Signature
Provide contractor's license information.
State business name and if business is a:
• Corporation - list officers
• Partnership- list partners
• Joint Venture- list members; if members are corporations or partnerships, list their officers or partners.
• Individual - list owner's name and firm name style
Signature of Bidder-the following lists types of companies and corresponding authorized signers.
• Corporation - by an officer
• Partnership- by a partner
• Joint Venture- by a member
• Individual - by the owner
If signature is by a Branch Manager, Estimator, Agent, etc., the bid must be accompanied by a power of attorney
authorizing the individual to sign the bid in question or to sign bids more generally, otherwise the bid may be
rejected.
• Business Address - Firm's Street Address
• Mailing Address - P.O. Box or Street Address
• Complete, sign, and return with bid.
Non-Collusion Declaration
Must be completed, signed, and returned with bid.
Public Contract Code Section 10285.1 Statement
Select"has"or"has not" in accordance with instructions on form, return with completed for with bid. Note that
signing the bid constitutes signing this statement.
Public Contract Code Section 10162 Questionnaire and Public Contract Code 10232 Statement
Select: "yes" or"no" accordance with instructions on form, include explanation if"yes" is selected. Return
completed form with bid. Note that signing the bid constitutes signing this questionnaire and statement.
Certification With Regard To The Performance Of Previous Contracts Or Subcontracts Subject To The
Equal Opportunity Clause And The Filing Of Required Reports
For a Federal-aid contract, complete, sign, and return with bid. Certification of proposed subcontractors is the
responsibility of the Bidder and must be provided to the County upon request.
Contract Number 23-19-J 23-20-J 23-21-J 23-22-J
Debarment And Suspension Certification
For a Federal-aid contract, complete, sign, and return with bid. Certification of subcontractors is the responsibility
of the Bidder and must be provided to the County upon request.
Non-lobbying Certification for Federal-Aid Contracts
For a Federal-aid contract, complete, sign, and return with bid.
Disclosure of Lobbying Activities
For a Federal-aid contract, complete, sign, and return with bid.
Contract Number 23-19-J 23-20-J 23-21-J 23-22-J
PROPOSAL TO THE BOARD OF SUPERVISORS OF THE COUNTY OF FRESNO
hereinafter called the Owner
GENERAL ENGINEERING JOB ORDER CONTRACT
The work to be done and referred to herein is in Fresno County, State of California. In case of
a discrepancy between words and figures, the words shall prevail. If this proposal shall be
accepted and the undersigned shall fail to contract, as aforesaid, and to give the two bonds in
the sums to be determined as aforesaid, with surety satisfactory to the Awarding Authority,
within ten (10) days after the award of the contract, the Awarding Authority, at its option, may
determine that the bidder has abandoned the contract, and thereupon this proposal and the
acceptance thereof shall be null and void, and the forfeiture of such security accompanying this
proposal shall operate and the same shall be the property of the Owner.
The undersigned, as bidder declares that all Addenda issued with respect to this bid have been
received and incorporated into this Proposal. The bidder's signature on this Proposal also
constitutes acknowledgement of all addenda.
The undersigned, as bidder, declares that the only persons, or parties interested in this proposal
as principals are those named herein; that this proposal is made without collusion with any other
person, firm or corporation; that they have carefully examined the Construction Task Catalog®,
Technical Specifications and Special Provisions and they proposes and agrees if this proposal
is accepted, that they will contract with the County of Fresno to provide all necessary machinery,
tools, apparatus and other means of construction, and to do all the work and furnish all the
materials specified in the contract in the manner and time therein prescribed, and according to
the requirements of the Owner as therein set forth.
This Contract is for construction work and related services to be performed at any location within
Fresno County. The work of this Contract will be set forth in the Detailed Scopes of Work
referenced in the individual Job Orders. The Contractor is required to complete each Detailed
Scope of Work for the Job Order Price within the Job Order Completion Time.
The Contractor shall perform all Work required called for in each individual Job Order issued
under this Contract using the Construction Task Catalog® and Technical Specifications
incorporated herein by reference. Contractor shall perform any or all functions called for in the
Contract Documents as specified in individual Job Orders against this Contract for the Unit
Prices specified in the Construction Task Catalog®(CTC) multiplied by the following Adjustment
Factors, and any appropriate Non Pre-priced work.
Contract Number 23-I9- 123-20-J 23-21- 1 23-22- 1 Proposal - 1
General Info
Total:
$1.1400
Number Description
23-19-J 23-20-J 23-21-J General Engineering Job Order Contract (Class A)
23-22-J
Deadline A Job Order Contract is an indefinite quantity contract pursuant to which the Contractor
will perform an ongoing series of individual projects at different locations throughout the
12/15/2023 02:00 PM PST County of Fresno. The bid documents include a Construction Task Catalog® containing
construction tasks with preset Unit Prices. All Unit Prices are based on local labor
Vendor prevailing wages, material and equipment prices and are for the direct cost of
Avison Construction, Inc. construction.
Submitted A MANDATORY pre-bid conference was held at 1:00 p.m., on Wednesday, November
29, 2023 for the purpose of discussing the Job Order Contract concept, documents, bid
12/15/2023 12:07 PM PST considerations and to discuss Job Order Contracting from a contractor's viewpoint.
Signed by Allows zero unit prices and labor
Curtis Short Account Holder
Curtis Short No
Opened Allows negative unit prices and labor
12/15/2023 02:10 PM PST By No
jwongsing@fresnocountyca.gov
Page 1 of 22 12/15/2023
Attachment List
Project Website
RFC form, Construction Task Catalog®, bid opening details, any
Supplemental Information including RFC responses, prebid
conference information, etc.
Specifications
Specifications 23-19-J 23-20-J 23-21-J 23-22-J General
Engineering
Addendum 1
Addendum 1
Addendum 2
Addendum 2
Page 2 of 22 12/15/2023
Proposal to the Board of Supervisors of the County of Fresno - Proposal 1 & 2
The work to be done and referred to herein is in Fresno County, State of California. In case of a discrepancy between words and
figures, the words shall prevail. If this proposal shall be accepted and the undersigned shall fail to contract, as aforesaid, and to
give the two bonds in the sums to be determined as aforesaid, with surety satisfactory to the Awarding Authority, within ten (10)
days after the award of the contract, the Awarding Authority, at its option, may determine that the bidder has abandoned the
contract, and thereupon this proposal and the acceptance thereof shall be null and void, and the forfeiture of such security
accompanying this proposal shall operate and the same shall be the property of the Owner.
The undersigned, as bidder declares that all Addenda issued with respect to this bid have been received and incorporated into this
Proposal. The bidder's signature on this Proposal also constitutes acknowledgement of all addenda.
The undersigned, as bidder, declares that the only persons, or parties interested in this proposal as principals are those named
herein; that this proposal is made without collusion with any other person, firm or corporation; that they have carefully examined
the Construction Task Catalog®, Technical Specifications and Special Provisions and they proposes and agrees if this proposal is
accepted, that they will contract with the County of Fresno to provide all necessary machinery, tools, apparatus and other means
of construction, and to do all the work and furnish all the materials specified in the contract in the manner and time therein
prescribed, and according to the requirements of the Owner as therein set forth.
This Contract is for construction work and related services to be performed at any location within Fresno County. The work of this
Contract will be set forth in the Detailed Scopes of Work referenced in the individual Job Orders. The Contractor is required to
complete each Detailed Scope of Work for the Job Order Price within the Job Order Completion Time.
The Contractor shall perform all Work required called for in each individual Job Order issued under this Contract using the
Construction Task Catalog® and Technical Specifications incorporated herein by reference. Contractor shall perform any or all
functions called for in the Contract Documents as specified in individual Job Orders against this Contract for the Unit Prices
specified in the Construction Task Catalog® (CTC) multiplied by the following Adjustment Factors, and any appropriate Non Pre-
priced work.
Adjustment Factors
The Bidder shall set forth Adjustment Factors in the respective space provided hereinafter. See example below. Failure to submit
Adjustment Factors for all categories will result in the Proposal being deemed non-responsive. Adjustment Factor 2 must be
greater than or equal to Adjustment Factor 1, Adjustment Factor 3 must be greater than or equal to Adjustment Factor 1.
Adjustment Factor 4 must be greater than or equal to Adjustment Factor 3. Adjustment Factors not adhering to these
requirements may result in Proposals being deemed non-responsive.
Specify Adjustment Factors to four (4) decimal places.
The Contractor shall perform the Tasks required by each individual Job Order using the following Adjustment Factors. When
submitting Job Order Price Proposals related to specific Job Orders, the Bidder shall utilize one or more of the Adjustment Factors
applicable to the Work being performed.
This form may present the factors as a currency value. All currency values or associated errors will be corrected to the appropriate
adjustment factor or weighted award criteria factor by the Owner, prior to award and execution of the final contract(s). The County
Reserves The Right To and Will Correct All Arithmetic Errors In the Calculation of the Award Criteria Figure For
Correctness.
Award Criteria Figure Calculation
The weighted award criteria factor (Total) is calculated automatically use conventional rounding methodology (i.e., if the number in
Page 3 of 22 12/15/2023
the 5th decimal place is 0-4, the number in the 4th decimal remains unchanged; if the number in the 5th decimal place is 5-9, the
number in the 4th decimal is rounded upward).
The Weighted Multipliers are for the purpose of calculating an Award Criteria Figure only. No assurances are made by the County
that Work will be ordered under the Contract in a distribution consistent with the weighted percentages below. The Award Criteria
Figure is only used for the purpose of determining the lowest Bidder.
The Total below is the automatically calculated Award Criteria Figure.
Page 4 of 22 12/15/2023
Example - Proposal 2
Item Description Adjustment Factor
Example $1.2102
Page 5 of 22 12/15/2023
Schedule of Adjustment Factors and Award Criteria Figure - Proposal 2 & 3
$1.1400
Number Item Description Weighted Adjustment Extension
Multiplier Factor
1 Normal Working Hours (7:00am to 5:00pm Monday through Friday) 0.50 $1.1200 $0.5600
2 Other Than Normal Working Hours (5:00pm to 7:00am Monday 0.15 $1.1500 $0.1725
through Friday, and all day Saturday, Sunday, and Holidays)
3 Normal Working Hours Adjustment Factor — Work Over Elevations of 0.25 $1.1500 $0.2875
3000 Feet (7:00am to 5:00pm Monday through Friday)
Other Than Normal Working Hours Adjustment Factor — Work Over
4 Elevations of 3000 Feet (5:00pm to 7:00am Monday through Friday, 0.10 $1.2000 $0.1200
and all day Saturday, Sunday, and Holidays)
Total: $1.1400
Page 6 of 22 12/15/2023
Bid Security - Proposal 4
Bid Security Amount
$25,000.00
Guarantee Method
Cash, Cashier's Check,
Certified Check, Paper Bid
Bond
Cash, Cashier's Check, Certified Check, Paper Bid Bond
Confirmation *
I have provided a Paper Bid Bond for the Bid Security Amount above prior to the solicitation
deadline.
You must either attach an electronic bid bond here or provide an original bid bond (or other form of bid security authorized by
Public Contract Code Section 20129(a)), rip or to the bid opening.
Page 7 of 22 12/15/2023
Addendum Acknowledgement - Proposal 2
Bidders must acknowledge all addenda. The Bidder acknowledges receipt of the following ADDENDA:
(Enter the number the Designer has assigned to each of the addenda that the Bidder is acknowledging)
Type N/A if no addenda were issued. Click "+" to add additional fields.
Addendum No. *
1
Dated
12/7/2023
Type N/A if no addenda were issued. Click "+" to add additional fields. 1
Addendum No. *
2
Dated
12/12/2023
Page 8 of 22 12/15/2023
Bidder Signature - Proposal 4
Business Name *
Avison Construction, Inc.
Note: If bidder or other interested person is a corporation, state legal name of corporation. If bidder is a co-partnership, state true
name of firm.
Type of Business
Corporation - list Officers
Business Owners and Officers Names
Curtis Short - President
Stephen Avila - Vice President
Christopher Avila - CFO/Secretary
Note: If bidder or other interested person is:
• a corporation, list names of the president, secretary, treasurer and manager thereof
• a partnership, list names of all individual co-partners composing firm.
• an individual, state first and last name in full.
Names of Owners and Key Employees
Curtis Short - President
Stephen Avila - Vice President
Christopher Avila - CFO/Secretary
Note: List majority owners of your firm. If multiple owners, list all. Also include anyone, including key employees, who are actively
promoting the contract. (SB1439)
Licensed in accordance with an act providing for the registration of Contractors:
Class
A, C31
Contractor License No. * Expires
823535 5/31/2025
Page 9 of 22 12/15/2023
DIR Registration Number
1000003258
Business Address
40434 Brickyard Dr., Madera, CA 93636
Zip Code
93636
Mailing Address
40434 Brickyard Dr., Madera, CA 93636
Zip Code
93636
Business Phone * Fax Number
(559) 431-0317 (559) 431-0321
E-mail Address *
cshort@avisoninc.com
Signature of Bidder
Curtis Short
Dated *
December 14, 2023
NOTE: If bidder is a corporation, the legal name of the corporation shall be set forth above together with the signature of the
officer or officers authorized to sign contracts on behalf of the corporation; if bidder is a co-partnership, the true name of the firm
shall be set forth above together with the signature of the partner or partners authorized to sign contracts on behalf of the co-
partnership; and if bidder is an individual, bidder signature shall be placed above. If signature is by an agent, other than an officer
of a corporation or a member of a partnership, a Power of Attorney must be on file with the Owner prior to opening bids or
submitted with the bid; otherwise, the bid will be disregarded as irregular and unauthorized.
Page 10 of 22 12/15/2023
Noncollusion Declaration - Proposal 5
TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID*
The undersigned declares:
I am the (Choose one of the following options):
Owner
If Corporate Officer please list Title:
President
of (Business Name):
Avison Construction, Inc.
the party making the foregoing bid.
The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or
corporation. The bid is genuine and not collusive or sham. The bidder has not directly or indirectly induced or solicited any other
bidder to put in a false or sham bid. The bidder has not directly or indirectly colluded, conspired, connived, or agreed with any
bidder or anyone else to put in a sham bid, or refrain from bidding. The bidder has not in any manner, directly or indirectly, sought
by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any
overhead, profit, or cost element of the bid price, or of that of any other bidder. All statements contained in the bid are true. The
bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged
information or data relative thereto, to any corporation, partnership, company, association, organization, bid depository, or to any
member or agent thereof, and has not paid, and will not pay, any person or entity for that purpose.
Any person executing this declaration on behalf of a bidder that is a corporation, partnership, joint venture, limited liability
company, limited liability partnership, or any other entity, hereby represents that he or she has full power to execute, and does
execute, this declaration on behalf of the bidder.
I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this
declaration is executed on 2023,
Date: *
December 14, 2023
at City, State: *
Madera, California
Signature:
Curtis Short
(See Title 23 United States Code Section 112; Calif Public Contract Code Section 7106)
Page 11 of 22 12/15/2023
*NOTE: Completing, signing, and returning the Non-Collusion Declaration is a required part of the Proposal. Bidders are cautioned
that making a false certification may subject the certifier to criminal prosecution.
Page 12 of 22 12/15/2023
Public Contract Code - Proposal 6 & 7
Public Contract Code Section 10285.1 Statement
In conformance with Public Contract Code Section 10285.1 (Chapter 376, Stats. 1985), the bidder hereby declares under penalty
of perjury under the laws of the State of California that the bidder
Choose an option: *
Has not been convicted
within the preceding three years of any offenses referred to in that section, including any charge of fraud, bribery, collusion,
conspiracy, or any other act in violation of any state or Federal antitrust law in connection with the bidding upon, award of, or
performance of, any public works contract, as defined in Public Contract Code Section 1101, with any public entity, as defined in
Public Contract Code Section 1100, including the Regents of the University of California or the Trustees of the California State
University. The term "bidder" is understood to include any partner, member, officer, director, responsible managing officer, or
responsible managing employee thereof, as referred to in Section 10285.1.
The above Statement is part of the Bid. Signing this Bid on the signature portion thereof shall also constitute signature of this
Statement. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution.
Public Contract Code Section 10162 Questionnaire
In conformance with Public Contract Code Section 10162, the Bidder shall complete, under penalty of perjury, the following
questionnaire:
Has the bidder, any officer of the bidder, or any employee of the bidder who has a proprietary interest in the bidder, ever been
disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because
of a violation of law or a safety regulation?
Choose an option:
No
If the answer is No, please type N/A. If the answer is Yes, explain the circumstances in the following space.
N/A
Public Contract Code Section 10232 Statement
In conformance with Public Contract Code Section 10232, the Contractor hereby states under penalty of perjury, that no more than
Page 13 of 22 12/15/2023
one final unappealable finding of contempt of court by a federal court has been issued against the Contractor within the
immediately preceding two-years period because of the Contractor's failure to comply with an order of the National Labor Relations
Board.
Note: The above Statement and Questionnaire are part of the Bid. Signing this Bid on the signature portion thereof shall also
constitute signature of this Statement and Questionnaire. Bidders are cautioned that making a false certification may subject the
certifier to criminal prosecution.
Page 14 of 22 12/15/2023
Certification With Regard To The Performance Of Previous Contracts Or Subcontracts
Subject To The Equal Opportunity Clause And The Filing Of Required Reports - Proposal 8
The bidder or proposed subcontractor hereby certifies that they
Please choose an option below
have participated
in a previous contract or subcontract subject to the equal opportunity clause, as required by Executive Orders 10925, 11114, or
11246, and that they
Please select an option below
have filed
with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting
or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the
applicable filing requirements.
Company *
Avison Construction, Inc.
By: *
Curtis Short
Title *
President
Date *
December 14, 2023
NOTE: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR
60-1.7(b) (1), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts
which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause
are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, Standard
Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations.
Currently, Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations.
Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the
Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b) (1) prevents the award of contracts
Page 15 of 22 12/15/2023
and subcontracts unless such contractor submits a report covering the delinquent period or such other period specified by the
Director, Office of Federal Contract Compliance, U. S. Department of Labor.
Page 16 of 22 12/15/2023
Title 49, Code Of Federal Regulations, Part 29 - Debarment And Suspension Certification -
Proposal 9
The bidder or proposed subcontractor under penalty of perjury, certifies that, except as noted below, he/she or any person
associated therewith in the capacity of owner, partner, director, officer, manager:
is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility by any federal agency;
has not been suspended, debarred, voluntarily excluded or determined ineligible by any federal agency within the past 3
years;
does not have a proposed debarment pending; and
has not been indicted, convicted, or had a civil judgment rendered against it by a court of competent jurisdiction in any matter
involving fraud or official misconduct within the past 3 years.
If no exceptions enter "No Exceptions." If there are any exceptions to this certification, insert the exceptions in
the following space:
No Exceptions
Exceptions will not necessarily result in denial of award, but will be considered in determining bidder responsibility.
For any exception noted above, indicate below to whom it applies, initiating agency, and dates of action:
Note: Providing false information may result in criminal prosecution or administrative sanctions.
The above certification is part of the Proposal. Signing the Proposal on the signature portion thereof shall also constitute signature
of this Certification.
Page 17 of 22 12/15/2023
By my signature on this proposal, I certify, under penalty of perjury under the laws of the State of California and the United States
of America, that the Title 23 United States Code, Section 112 Non-Collusion Declaration and the Title 49 Code of Federal
Regulations, Part 29 Debarment and Suspension Certification are true and correct.
Company *
Avison Construction, Inc.
By *
Curtis Short
Date *
December 14, 2023
Title *
President
Page 18 of 22 12/15/2023
Nonlobbying Certification For Federal-Aid Contracts - Proposal 10
The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief,
that:(1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for
influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or
employee of Congress, or an employee of a Member of Congress in connection with awarding of any cooperative agreement, and
the extension, continuation, renewal, amendment, or INSTALLATION of any Federal contract, grant, loan, or cooperative
agreement.
(2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to
influence an officer of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a
Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall
complete and submit Standard Form-LLL, "Disclosure of Lobbying Activities," in accordance with its instructions.
This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered
into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31,
U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not
more than $100,000 for each such failure.
The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of
this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such subrecipients shall certify and
disclose accordingly.
Bidder *
Avison Construction, Inc.
By *
Curtis Short
Date *
December 14, 2023
Title *
President
Page 19 of 22 12/15/2023
Disclosure of Lobbying - Proposal 11
Disclosure-of-Lobbying-Activities.pdf (204 KB)
OMB 0348-0046 Disclosure of Lobbying Activities
Page 20 of 22 12/15/2023
Disclosure of Lobbying (cont.) - Proposal 11
Name Omission Terms Submitted
File
I am not
enclosing this
Disclosure of Lobbying Activities - Proposal 11 document
Complete this form to disclose lobbying activities Submit disclosure if needed. because the
pursuant to 31 U.S.C. 1352 omission terms
have been
met.
1 Required Document
Page 21 of 22 12/15/2023
Additional Documents (Use if needed)
Name Omission Terms Submitted
File
Optional: Vendor is not required to complete.
Not Required Extra Space not needed No bid
Extra Space if needed
Not Required Extra Space not needed No bid
Extra Space if needed
Not Required Extra Space not needed No bid
Extra Space if needed
3 Required Documents
Page 22 of 22 12/15/2023
California Environmental Protection Agency -
Air Resources Board
March 1, 2023
CERTIFICATE OF REPORTED COMPLIANCE
IN-USE OFF-ROAD DIESEL-FUELED FLEETS
REGULATION is issued to
AVISON CONSTRUCTION,INC.
This certificate indicates that the fleet listed above has reported off-road diesel vehicles to the
California Air Resources Board and has certified they are in compliance with title 13 CCR,
section 2449. All applicable vehicles owned by the individual,company, or agency must be
reported and labeled, as specified in Section 2449,with all possible completeness,else this
certificate is null and void. Certificate expires 2/29/2024
Off-road Diesel Fleet Identification
3223
Sydney Vergis
Chief,Mobile Source Control Division To verify the authenticity of this certificate,enter this number at
California Air Resources Board http://www.arb.ca.gov/doors/compliance—Certl.html
;;h '
AGREEMENT
THIS AGREEMENT made at Fresno, in Fresno County, California, by and between Avison Construction,
Inc. hereinafter called the Contractor, and the County of Fresno hereinafter called the Owner.
WHEREAS: This Agreement, together with other Contract Documents (as defined hereinbelow), shall
establish an indefinite quantity Job Order Contract pursuant to which Contractor shall perform an
ongoing series of individual projects at different locations throughout the County of Fresno. The
construction work and services performed by Contractor under this Agreement shall be carried out
pursuant to individual Work Orders. All capitalized terms not defined in this Agreement shall have the
meanings set forth in the General Conditions referenced hereinbelow and incorporated herein by
reference.
WITNESSETH: That the Contractor and the Owner, for the consideration hereinafter named, agree as
follows:
ARTICLE I. The Contractor agrees to furnish all labor and materials, including tools, implements, and
appliances required, but excluding such materials as are mentioned in the specifications to be furnished
by the Owner, and to perform all the work in a good and workmanlike manner, free from any and all liens
and claims of mechanics, materialmen, teamsters, subcontractors, artisans, machinists, and laborers
required for:
GENERAL ENGINEERING JOB ORDER CONTRACT
CONTRACT NUMBERS 23-19-d 23-20-J 23-21- 23-"- '
All goods and services provided shall be in strict compliance with the Construction Task Catalog®,
Technical Specifications and Contracting Requirements therefore prepared by the Director of the Fresno
County Department of Public Works and Planning and their authorized representatives, hereinafter
"Project Manager", and other contract documents relating thereto.
ARTICLE II. The Contractor and the Owner agree that the Notice to Bidders and Special Provisions,
the Wage Scale (Prevailing Wages), the Plans and Drawings, Addenda and Bulletins thereto, and the
Proposal (Bid Book) hereto attached, together with this Agreement, form the contract, and they are as
fully a part of the contract as if hereto attached or herein repeated.
All portions of the Standard Specifications of the State of California, Department of Transportation, dated
2015, which are not in conflict with this contract shall be deemed a part of the specifications as though
fully therein set forth; provided, however, that revisions to the said Standard Specifications shall apply
only to the extent, if any, included in the Project Details of these specifications or as otherwise
incorporated directly herein. No part of said specifications which is in conflict with any portion of this
agreement, or which is not actually descriptive of the work to be done thereunder, or of the manner in
which said work is to be executed, shall be considered as any part of this agreement, but shall be utterly
null and void.
ARTICLE III. The Contractor agrees that the work under the contract shall be completed as determined
by the Owner as set forth in the individual Work Orders. Time of performance shall be deemed as of the
essence hereof and it is agreed that actual damages to the Owner from any delay in completion beyond
the date provided for herein, or any extension thereof until the work is completed or accepted, shall be
all provable damages plus liquidated damages as identified in the individual Work Orders ranging from
Two Hundred Fifty and 00/100 DOLLARS ($250.00)to Five Thousand and 00/100 DOLLARS($5000.00)
per day; that said liquidated damage was arrived at by a studied estimate of loss to the Owner in the
event of a delay considering the following damage items which are extremely difficult or impossible to
determine: Additional construction expense resulting from delay of completion including, but not limited
to, engineering, inspection, rental and utilities; provided, however, the Owner may conditionally accept
CONTRACT NUMBER '�J 23-20-J 23-21-i 23-22- ' Agreement - 1
the work and occupy and use the same if there has been such a degree of completion as shall in its
opinion render the same safe, fit and convenient for the use for which it is intended and in such cases
the Contractor and Surety shall not be charged for liquidated damages for any period subsequent to
such conditional acceptance and occupation by the Owner but Owner may assess actual damages
caused by failure of total completion during such period. The time during which the Contractor is delayed
in said work by the acts or neglects of the Owner or its employees or those under it by contract or
otherwise, or by the acts of God which the Contractor could not have reasonably foreseen and provided
for, or by storms and inclement weather which delays the work, or by any strikes, boycotts, or like
obstructive action by employee or labor organizations, or by any general lockouts or other defensive
action by employers, whether general, or by organizations of employers, shall be added to the time for
completion as aforesaid.
ARTICLE IV. COMPENSATION: The Owner agrees to make payments on account thereof as provided
in the General Conditions.
The Contract is an indefinite-quantity contract for construction work and services. There is no Minimum
Contract Value of Work Orders that the Contractor is guaranteed the opportunity to perform under this
Contract. The Maximum Contract Value is $5,797,725.
The Contractor shall perform all work required, necessary, proper for or incidental to completing the
Detailed Scope of Work called for in each individual Work Order issued pursuant to this Contract for the
Unit Prices set forth in the Construction Task Catalog® and the following Adjustment Factors:
Number Item Description Adjustment Factor
1 Normal Working Hours (7:00am to 5:00pm Monday through 1.1200
Friday)
2 Other Than Normal Working Hours (5:00pm to 7:00am Monday 1.1500
throu h Frida , and all day Saturday, Sunday, and Holidays)
3 Normal Working Hours Adjustment Factor—Work Over Elevations 1.1500
of 3000 Feet 7:00am to 5:00pm Monday through Friday)
4 Other Than Normal Working Hours Adjustment Factor—Work 1.2000
Over Elevations of 3000 Feet (5:00pm to 7:00am Monday through
Friday, and all day Saturday, Sunday, and Holidays)
Material price spike adjustment: For the purpose of this clause, a "major spike" is defined as a spike in
a specific material cost of more than 25% above what the cost of that material was on the date the
Construction Task Catalog®was issued.
1. In the event a major spike occurs in a specific material cost, the Contractor may submit a request
for a price modification to a Unit Price or individual Job Order. In order to initiate such a request,
the Contractor shall:
a. identify the specific material that has experienced a major spike,
b. identify Pre-priced Task(s) or Job Orders that require the material experiencing a major
spike, and
c. demonstrate that the spike exists by submitting a minimum of three quotes on material
supplier letterhead to show that the current price meets the "major spike" definition above.
2. Fresno County, after review of a request, may elect to adjust the Unit Price or Job Order by
considering it a Non Pre-priced (NPP) item. The adjustment will be for the difference between the
material cost at the time the Construction Task Catalog®was issued times the quantity stated in
the Job Order. The adjustment will not include any other markup, and the NPP adjustment factor
will not apply.
CONTRACT NUMBER '�J 23-20-J 23-21-i 23-22- ' Agreement - 2
ARTICLE V. The Term of the Job Order Contract shall be for one (1)year, or when issued Work Orders
totaling the Maximum Contract Value have been completed, whichever occurs first. All Work Orders
shall be issued, but not necessarily completed within one calendar year after the commencement date
of this Agreement.
ARTICLE VI. The Contractor and the Owner agree that changes in this Agreement shall become
effective only when written in the form of an amendment approved and signed by the Owner and the
Contractor.
The Contractor and the Owner agree that the Owner shall have the right to request any alterations,
deviations, reductions or additions to the Detailed Scope of Work of the individual Work Orders or
specifications or any of them, and the amount of the cost thereof shall be handled by issuance of a
Supplemental Work Order.
This contract shall be deemed completed when the work of all individual Work Orders is finished in
accordance with all Contract Documents as amended by such changes. No such change or modification
shall release or exonerate any surety upon any guaranty or bond given in connection with this contract.
ARTICLE VII. In the event of a dispute between the Owner or Project Manager and the Contractor as
to an interpretation of any of the specifications or as to the quality of sufficiency of material or
workmanship, the decision of the Project Manager shall for the time being prevail and the Contractor,
without delaying the job, shall proceed as directed by the Project Manager without prejudice to a final
determination by negotiation, arbitration by mutual consent or litigation and should the Contractor be
finally determined to be either wholly or partially correct, the Owner shall reimburse the Contractor for
any added costs the Contractor may have incurred by reason of work done or material supplied beyond
the terms of the contract as a result of complying with the Project Manager's directions as aforesaid. In
the event the Contractor shall neglect to prosecute the work properly or fail to perform any provisions of
this contract, the Owner, after three days' written notice to the Contractor, may, without prejudice to any
other remedy it may have, make good such deficiencies and may deduct the cost thereof from the
payment then or thereafter due to the Contractor, subject to final settlement between the parties as in
this paragraph hereinabove provided.
ARTICLE VIII. To the fullest extent permitted by law, Contractor agrees to and shall indemnify, save,
hold harmless and at County's request, defend County and its officers, agents and employees, and the
Project Manager and their respective officers, agents and employees, from any and all costs and
expenses, attorney fees and court costs, damages, liabilities, claims and losses occurring or resulting to
County, or the Project Manager in connection with the performance, or failure to perform, by Contractor,
its officers, agents or employees under this Agreement, and from any and all costs and expenses,
attorney fees and court costs, damages, liabilities, claims and losses occurring or resulting to any person,
firm or corporation who may be injured or damaged by the performance, or failure to perform, of
Contractor, its officers, agents or employees under this Agreement. In addition, Contractor agrees to
indemnify County for Federal, State of California and/or local audit exceptions resulting from
noncompliance herein on the part of Contractor.
In any and all claims against the County, the Project Manager, or any of their respective officers, agents
or employees, initiated by any employee of the Contractor, any Subcontractor, anyone directly or
indirectly employed by any of them or anyone for whose acts any of them may be liable, the
indemnification obligation set forth in the immediately preceding paragraph shall not be limited in any
way by any limitation on the amount or type of damages, compensation or benefits payable by or for the
Contractor or any Subcontractor under workmen's compensation acts, disability benefit acts or other
employee benefit acts.
ARTICLE IX. If the Contractor should be adjudged a bankrupt, or if they should make a general
assignment for the benefit of their creditors, or if a receiver should be appointed on account of their
insolvency, or if they or any of their subcontractors should persistently violate any of the provisions of
CONTRACT NUMBER '�J 23-20-J 23-21-i 23-22- ' Agreement - 3
the contract, or if they should persistently or repeatedly refuse or should fail, except in cases for which
extension of time is provided, to supply enough properly skilled workmen or proper materials, or if they
should fail to make prompt payment to subcontractors or for material or labor, or persistently disregard
laws, ordinances or the instructions of the Engineer, then the Owner may, upon certificate of the
Engineer when sufficient cause exists to justify such action, serve written notice upon the Contractor
and their surety of its intention to terminate the contract, and unless within five days after the serving of
such notice, such violations shall cease and satisfactory arrangements for correction thereof be made,
the contract shall, upon the expiration of said five days, cease and terminate.
In the event of any such termination, the Owner shall immediately serve written notice thereof upon the
surety and the Contractor, and the surety shall have the right to take over and perform the contract,
provided, however, that if the surety within ten (10) days after the serving upon it of notice of termination
does not give the Owner written notice of its intention to take over and perform the contract or does not
commence performance thereof within the ten (10) days stated above from the date of the serving of
such notice, the Owner may take over the work and prosecute the same to completion by contract or by
any other method it may deem advisable, for the account and at the expense of the Contractor, and the
Contractor and their surety shall be liable to the Owner for any excess cost occasioned the Owner
thereby, and in such event the Owner may without liability for so doing, take possession of and utilize in
completing the work such materials, appliances, plant and other property belonging to the Contractor as
may be on the site of the work and necessary therefor. In such case the Contractor shall not be entitled
to receive any further payment until the work is finished. If the unpaid balance of the contract price shall
exceed the expenses of finishing the work, including compensation for additional managerial and
administrative services, such excess shall be paid to the Contractor. If such expense shall exceed such
unpaid balance, the Contractor shall pay the difference to the Owner. The expense incurred by the
Owner, as herein provided and damage incurred through the Contractor's default, shall be certified by
the Engineer.
ARTICLE X. Without limiting the COUNTY'S right to obtain indemnification from CONTRACTOR or any
third parties, CONTRACTOR, at its sole expense, shall maintain in full force and effect, the following
insurance policies or a program of self-insurance, including but not limited to, an insurance pooling
arrangement or Joint Powers Agreement (JPA) throughout the term of the Agreement:
A. Commercial General Liability
Commercial General Liability Insurance with limits not less than those shown in the following table:
For each Aggregate for products/completed General Umbrella or excess
occurrences operation a re ateb liabilit
$1,000,000 $2,000,000 $2,000,000 $5,000,000
This policy shall be issued on a per occurrence basis. COUNTY may require specific coverages including
completed operations, products liability, contractual liability, Explosion-Collapse-Underground, fire legal
liability, or any other liability insurance deemed necessary because of the of the nature of this contract.
Such Commercial General Liability insurance shall name the County of Fresno, its officers, agents, and
employees, individually and collectively, as additional insured, but only insofar as the operations under
this Agreement are concerned. Such coverage for additional insured shall apply as primary insurance
and any other insurance, or self-insurance, maintained by COUNTY, its officers, agents and employees
shall be excess only and not contributing with insurance provided under CONTRACTOR's policies
herein. This insurance shall not be cancelled or changed without a minimum of thirty (30) days advance
written notice given to COUNTY. CONTRACTOR shall obtain endorsements to the Commercial General
Liability insurance policy naming COUNTY as an additional insured and providing for a thirty (30) day
prior written notice of cancellation or change in terms or coverage.
CONTRACT NUMBER '�J 23-20-J 23-21-i 23-22- ' Agreement - 4
Within eight (8) days from date CONTRACTOR executes this Agreement, CONTRACTOR shall provide
certificates of insurance and endorsement as stated above for all of the foregoing policies, as required
herein, to the County of Fresno, Design Division Manager, stating that such insurance coverages have
been obtained and are in full force; that the County of Fresno, its officers, agents and employees will not
be responsible for an premiums on the policies; that such Commercial General Liability insurance names
the County of Fresno, its officers, agents, and employees, individually and collectively, as additional
insured, but only insofar as the operations under this Agreement are concerned; that such coverage for
additional insured shall apply as primary insurance an any other insurance, or self- insurance shall not
be cancelled or changed without a minimum of thirty(30)days advance, written notice given to COUNTY.
CONTRACTOR shall obtain endorsements to the Commercial General Liability insurance naming the
County of Fresno, its officers, agents, and employees, individually and collectively, as additional insured,
but only insofar as the operations under this Agreement are concerned. Such coverage for additional
insured shall apply as primary insurance and any other insurance, or self-insurance, maintained by
COUNTY, its officers, agents, and employees shall be excess only and not contributing with insurance
provided under CONTRACTOR'S policies herein. This insurance shall not be cancelled or changed
without a minimum or thirty (30) days advance written notice given to COUNTY.
B. Automobile Liabilitv
Comprehensive Automobile Liability Insurance with limits of not less than One Million Dollars
($1,000,000) per accident for bodily injury and property damage. Coverage should include owned and
non-owned vehicles used in connection with this Agreement and all applicable endorsements.
C. Professional Liability
If CONTRACTOR is a licensed professional or employs professional staff, (e.g., Architect, Engineer,
Surveyor, etc.) in providing services, Professional Liability Insurance with limits of not less than One
Million Dollars ($1,000,000.00) per occurrence, Three Million Dollars ($3,000,000.00) annual aggregate
with a provision for 3 year tail coverage.
D. Worker's Compensation
A policy of Worker's Compensation insurance as may be required by the California Labor Code.
ARTICLE XI. Contractor represents that they have secured the payment of Worker's Compensation in
compliance with the provisions of the Labor Code of the State of California and during the performance
of the work contemplated herein will continue so to comply with said provisions of said Code. Contractor
shall supply the Owner with certificates of insurance, in duplicate, evidencing that Worker's
Compensation Insurance is in effect and providing that the Owner will receive ten days notice of
cancellation. If Contractor self-insures Worker's Compensation, Certificate of Consent to Self-insure
should be provided the Owner.
ARTICLE XII. The Contractor shall forthwith furnish in duplicate, a payment bond, and a faithful
performance bond in an amount equal to $1,000,000 each as a security for the payment of all persons
performing and furnishing materials in connection with this Contract. If the aggregate outstanding Job
Orders issued under the contract exceed $1,000,000, increases in the Payment and Performance Bonds
in increments of$500,000 will be required such that the amount of the Payment and Performance Bonds
are not less than one hundred percent (100%) of the outstanding aggregate Job Orders issued. Bonds
shall remain in force for the duration and until completion of any outstanding Job Order. At no time may
the sum of outstanding Job Orders exceed the amount of the Payment and Performance Bonds. Both
bonds to be written by a surety company acceptable to the Owner and in the form prescribed by law.
The payment bond shall contain provisions such that if the Contractor or their subcontractors shall fail
to pay (a) amounts due under the Unemployment Insurance Code with respect to work performed under
CONTRACT NUMBER '�J 23-20-J 23-21-i 23-22- ' Agreement - 5
the contract, or (b) any amounts required to be deducted, withheld and paid over to the Employment
Development Department and to the Franchise Tax Board from the wages of the employees of the
Contractor and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with
respect to such work and labor, then the surety will pay these amounts. In case suit is brought upon the
payment bond, the surety will pay a reasonable attorney's fee to be fixed by the court.
ARTICLE XIII. This project is subject to compliance monitoring and enforcement by the Department of
Industrial Relations.
Except as provided in Labor Code section 1725.5(f), no contractor or subcontractor may be listed on a
bid proposal for a public works project unless registered with the Department of Industrial Relations
pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes
only under Labor Code section 1771.1(a)].
Except as provided in Labor Code section 1725.5(f), no contractor or subcontractor may be awarded a
contract for public work on a public works project or engage in the performance of work on any public
works project unless registered with the Department of Industrial Relations pursuant to Labor Code
section 1725.5.
Contractor shall comply with all applicable laws and regulations relating to wages and employment,
including all requirements imposed by the California Department of Industrial Relations(DIR). Contractor
shall cooperate with County to furnish timely all information necessary for County's completion of the
form required to be submitted by County when registering the Project on the DIR website; and County
thereafter shall provide to Contractor the "Project ID Number" assigned by DIR in order to facilitate
Contactor's submission to DIR of its certified payrolls for the Project, in the manner required and using
such form as may be prescribed by DIR, in accordance with the provisions of Labor Code section
1771.4(a)(3).
ARTICLE XIV: Governing Law—Venue for any action arising out of or relating to this Agreement shall
be in Fresno County, California. This Agreement shall be governed by the laws of the State of California.
CONTRACT NUMBER '�J 23-20-J 23-21-i 23-22- ' Agreement - 6
This Contract,-23-4S-d 23-20-J "-''- "'-"- ', was awarded by the Board of Supervisors on February
6, 2024. It has been reviewed by the Department of Public Works and Planning and is in proper order
for signature of the Chairman of the Board of Supervisors.
IN WITNESS WHEREOF, they have executed this Agreement this 28th day of
February , 2024
Avison Construction, Inc. COUNTY OF FRESNO
(CONTRACT R) (O%^INER)
By By
Curtis Short Nathan Magsig, Chairman
of the Board of Supervisors of the
County of Fresno
Title President
ATTEST:
Bernice E. Seidel
Clerk of the Board of Supervisors
County of Fresno, State of California
By
Deputy
CONTRACT NUMBER 23-19-d 23-20-J 23 21 i 23 "- ' Agreement - 7
Required Federal Aid Contract Language From LAPM Exhibit 12-G
EXHIBIT 12-G: REQUIRED FEDERAL-AID CONTRACT LANGUAGE
(For Local Assistance Construction Projects)
The following language must be incorporated into all Local Assistance Federal-aid construction contracts.
The following language, with minor edits, was taken from the Code of Federal Regulations.
MAINTAIN RECORDS AND SUBMIT REPORTS DOCUMENTING YOUR PERFORMANCE UNDER THIS
SECTION
1. DISADVANTAGED BUSINESS ENTERPRISES (DBE) ......................................................................................2
A. Nondiscrimination Statement................................................................................................................3
B. Contract Assurance...............................................................................................................................3
C. Prompt Progress Payment....................................................................................................................3
D. Prompt Payment of Withheld Funds to Subcontractors.....................................................................3
E. Termination and Replacement of DBE Subcontractors......................................................................4
F. Commitment and Utilization..................................................................................................................6
G. Running Tally of Attainments................................................................................................................7
H. Commercially Useful Function..............................................................................................................7
I. Use of Joint Checks ..............................................................................................................................8
2. BID OPENING.......................................................................................................................................................9
3. BID RIGGING........................................................................................................................................................9
4. CONTRACT AWARD............................................................................................................................................9
5. CONTRACTOR LICENSE....................................................................................................................................9
6. CHANGED CONDITIONS.....................................................................................................................................9
A. Differing Site Conditions.......................................................................................................................9
B. Suspensions of Work Ordered by the Engineer..................................................................................9
C. Significant Changes in the Character of Work..................................................................................10
7. BEGINNING OF WORK,TIME OF COMPLETION AND LIQUIDATED DAMAGES.........................................10
8. BUY AMERICA...................................................................................................................................................10
9. QUALITY ASSURANCE.....................................................................................................................................11
10. PROMPT PAYMENT..........................................................................................................................................12
11. FORM FHWA-1273 REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONTRACTS............................12
12. FEMALE AND MINORITY GOALS ....................................................................................................................12
13. TITLE VI ASSURANCES....................................................................................................................................14
14. FEDERAL TRAINEE PROGRAM.......................................................................................................................19
15. PROHIBITION OF CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE EQUIPMENT AND
SERVICES..........................................................................................................................................................20
Page 1 of 18
October 2023
Required Federal Aid Contract Language From LAPM Exhibit 12-G
1. DISADVANTAGED BUSINESS ENTERPRISES (DBE)
The contractor, subrecipient or subcontractor shall take necessary and reasonable steps to ensure that DBEs
have opportunity to participate in the contract(49 CFR 26). To ensure equal participation of DBEs provided in 49
CFR 26.5, the Agency shows a contract goal for DBEs. The prime contractor shall make work available to DBEs
and select work parts consistent with available DBE subcontractors and suppliers.
The prime contractor shall meet the DBE goal shown elsewhere in these special provisions or demonstrate that
they made adequate Good Faith Efforts (GFE)to meet this goal.An adequate GFE means that the bidder must
show that it took all necessary and reasonable steps to achieve a DBE goal that, by their scope, intensity, and
appropriateness to the objective, could reasonably be expected to meet the DBE goal.
If the DBE goal is not met, the contractor needs to complete and submit the DBE GFE documentation as
described in Local Assistance Procedures Manual (LAPM)Chapter 9, Section 9.8 within 5 (five) days of bid
opening.
It is the prime contractor's responsibility to verify that the DBE firm is certified as a DBE on the date of bid
opening by using the California Unified Certification Program (CUCP)database and possesses the most specific
available North American Industry Classification System (NAICS)codes and Work Code applicable to the type of
work the firm will perform on the contract. Additionally, the prime contractor is responsible to document this
verification by printing out the CUCP data for each DBE firm. A list of DBEs certified by the CUCP can be found
at: https://dot.ca.gov/programs/civil-rights/dbe-search.
DBE participation will only count toward the California Department of Transportation's federally mandated
statewide overall DBE goal if the DBE performs a commercially useful function under 49 CFR 26.55.
Credit for materials or supplies the prime contractor purchases from DBEs counts towards the goal in the
following manner:
• 100 percent counts if the materials or supplies are obtained from a DBE manufacturer.
• 60 percent counts if the materials or supplies are obtained from a DBE regular dealer.
• Only fees, commissions, and charges for assistance in the procurement and delivery of materials or
supplies count if obtained from a DBE that is neither a manufacturer nor regular dealer.49 CFR 26.55
defines "manufacturer" and "regular dealer."
The prime contractor receives credit towards the goal if they employ a DBE trucking company that performs a
commercially useful function as defined in 49 CFR 26.55(d) as follows:
• The DBE must be responsible for the management and supervision of the entire trucking operation for
which it is responsible on a particular contract, and there cannot be a contrived arrangement for the
purpose of meeting DBE goals.
• The DBE must itself own and operate at least one fully licensed, insured, and operational truck used on
the contract.
• The DBE receives credit for the total value of the transportation services it provides on the Contract
using trucks it owns, insures, and operates using drivers it employs.
• The DBE may lease trucks from another DBE firm, including an owner-operator who is certified as a
DBE. The DBE who leases trucks from another DBE receives credit for the total value of the
transportation services the lessee DBE provides on the Contract.
• The DBE may also lease trucks from a non-DBE firm, including from an owner-operator. The DBE that
leases trucks equipped with drivers from a non-DBE is entitled to credit for the total value of
transportation services provided by non-DBE leased trucks equipped with drivers not to exceed the
value of transportation services on the contract provided by DBE-owned trucks or leased trucks with
DBE employee drivers. Additional participation by non-DBE owned trucks equipped with drivers
receives credit only for the fee or commission it receives as a result of the lease arrangement.
• The DBE may lease trucks without drivers from a non-DBE truck leasing company. If the DBE leases
trucks from a non-DBE truck leasing company and uses its own employees as drivers, it is entitled to
credit for the total value of these hauling services.
Page 2 of 18
October 2023
Required Federal Aid Contract Language From LAPM Exhibit 12-G
• A lease must indicate that the DBE has exclusive use of and control over the truck. This does not
preclude the leased truck from working for others during the term of the lease with the consent of the
DBE, so long as the lease gives the DBE absolute priority for use of the leased truck. Leased trucks
must display the name and identification number of the DBE.
A. Nondiscrimination Statement
The contractor, subrecipient or subcontractor will never exclude any person from participation in, deny any
person the benefits of, or otherwise discriminate against anyone in connection with the award and performance
of any contract covered by 49 CFR 26 on the basis of race, color, sex, or national origin. In administering the
Local Agency components of the DBE Program Plan, the contractor, subrecipient or subcontractor will not,
directly, or through contractual or other arrangements, use criteria or methods of administration that have the
effect of defeating or substantially impairing accomplishment of the objectives of the DBE Program Plan with
respect to individuals of a particular race, color, sex, or national origin.
B. Contract Assurance
Under 49 CFR 26.13(b): The contractor, subrecipient or subcontractor shall not discriminate on the basis of
race, color, national origin, or sex in the performance of this contract. The contractor shall carry out
applicable requirements of 49 CFR 26 in the award and administration of federal-aid contracts. Failure by the
contractor to carry out these requirements is a material breach of this contract, which may result in the
termination of this contract or such other remedy as the recipient deems appropriate, which may include, but
is not limited to:
(1) Withholding monthly progress payments;
(2) Assessing sanctions;
(3) Liquidated damages;and/or
(4) Disqualifying the contractor from future bidding as non-responsible.
C. Prompt Progress Payment
In accordance with California Business and Professions Code section 7108.5, the prime contractor or
subcontractor shall pay to any subcontractor, not later than seven days after receipt of each progress payment,
unless otherwise agreed to in writing, the respective amounts allowed the contractor on account of the work
performed by the subcontractors, to the extent of each subcontractor's interest therein. In the event that there is
a good faith dispute over all or any portion of the amount due on a progress payment from the prime contractor
or subcontractor to a subcontractor, the prime contractor or subcontractor may withhold no more than 150
percent of the disputed amount. Any violation of this requirement shall constitute a cause for disciplinary action
and shall subject the licensee to a penalty, payable to the subcontractor, of 2 percent of the amount due per
month for every month that payment is not made.
In any action for the collection of funds wrongfully withheld, the prevailing party shall be entitled to his or her
attorney's fees and costs. The sanctions authorized under this requirement shall be separate from, and in
addition to, all other remedies, either civil, administrative, or criminal. This clause applies to both DBE and non-
DBE subcontractors.
D. Prompt Payment of Withheld Funds to Subcontractors
The Agency may hold retainage from the prime contractor and shall make prompt and regular incremental
acceptances of portions, as determined by the Agency, of the contract work, and pay retainage to the prime
contractor based on these acceptances. The Agency shall designate one of the methods below in the contract to
ensure prompt and full payment of any retainage kept by the prime contractor or subcontractor to a
subcontractor. The Agency shall include either Method 1, Method 2, or Method 3 below and delete the other two.
Method 3: The Agency shall hold retainage from the prime contractor and shall make prompt and regular
incremental acceptances of portions, as determined by the Agency of the contract work and pay retainage to
the prime contractor based on these acceptances. The prime contractor or subcontractor shall return all
monies withheld in retention from all subcontractors within seven (7) days after receiving payment for work
satisfactorily completed and accepted including incremental acceptances of portions of the contract work by
the Agency. Any delay or postponement of payment may take place only for good cause and with the
Page 3 of 18
October 2023
Required Federal Aid Contract Language From LAPM Exhibit 12-G
Agency's prior written approval. Any violation of these provisions shall subject the violating prime contractor
or subcontractor to the penalties, sanctions, and other remedies specified in Section 7108.5 of the California
Business and Professions Code and Section 10262 of the California Public Contract Code. This requirement
shall not be construed to limit or impair any contractual, administrative or judicial remedies otherwise
available to the contractor or subcontractor in the event of a dispute involving late payment or nonpayment
by the contractor; deficient subcontractor performance and/or noncompliance by a subcontractor. This
clause applies to both DBE and non-DBE subcontractors.
Any violation of these provisions of Prompt Progress Payment and Prompt Payment of Withheld Funds to
Subcontractors shall subject the violating prime contractor or subcontractor to the penalties, sanctions and other
remedies specified therein. These requirements shall not be construed to limit or impair any contractual,
administrative, or judicial remedies otherwise available to the prime contractor or subcontractor in the event of a
dispute involving late payment or nonpayment by the prime contractor, deficient subcontract performance, or
noncompliance by a subcontractor.
E. Termination and Replacement of DBE Subcontractors
The prime contractor shall utilize the specific DBEs listed to perform the work and supply the materials for which
each is listed unless the contractor obtains the Agency's written consent. The prime contractor shall not
terminate or replace a listed DBE for convenience and perform the work with their own forces or obtain materials
from other sources without prior written authorization from the Agency. Unless the Agency's prior written consent
is provided, the contractor shall not be entitled to any payment for work or material unless it is performed or
supplied by the listed DBE on the Exhibit 15-G Construction Contract DBE Commitment form, included in the
Bid.
Termination of DBE Subcontractors
After a contract with a specified DBE goal has been executed, termination of a DBE may be allowed for the
following, but not limited to,justifiable reasons with prior written authorization from the Agency:
1. Listed DBE fails or refuses to execute a written contract based on plans and specifications for the
project.
2. The Local Agency stipulated that a bond is a condition of executing the subcontract and the listed DBE
fails to meet the Local Agency's bond requirements.
3. Work requires a contractor's license and listed DBE does not have a valid license under Contractors
License Law, or is not properly registered with the California Department of Industrial Relations as a
public works contractor.
4. Listed DBE fails or refuses to perform the work or furnish the listed materials (failing or refusing to
perform is not an allowable reason to remove a DBE if the failure or refusal is a result of bad faith or
discrimination).
5. Listed DBE's work is unsatisfactory and not in compliance with the contract.
6. Listed DBE is ineligible to work on the project because of suspension or debarment.
7. Listed DBE becomes bankrupt or insolvent or exhibits credit unworthiness.
8. Listed DBE voluntarily withdraws with written notice from the Contract
9. Listed DBE is ineligible to receive credit for the type of work required.
10. Listed DBE owner dies or becomes disabled resulting in the inability to perform the work on the Contract.
11. The Agency determines other documented good cause.
To terminate a DBE or to terminate a portion of a DBE's work, the contractor must use the following procedures:
1. Send a written notice to the DBE of Contractor's intent to use other forces or material sources and
include one or more justifiable reasons listed above. Simultaneously send a copy of this written notice to
the Agency. The written notice to the DBE must request they provide any response within five (5)
business days to both the Contractor and the Agency by either acknowledging their agreement or
documenting their reasoning as to why the use of other forces or sources of materials should not occur.
2. If the DBE does not respond within 5 business days, Contractor may move forward with the request as if
the DBE had agreed to Contractor's written notice.
Page 4 of 18
October 2023
Required Federal Aid Contract Language From LAPM Exhibit 12-G
3. Submit Contractor's DBE termination request by written letter to the Agency and include:
• One or more above listed justifiable reasons along with supporting documentation.
• Contractor's written notice to the DBE regarding the request, including proof of transmission and
tracking documentation of Contractor's written notice
• The DBE's response to Contractor's written notice, if received. If a written response was not
provided, provide a statement to that effect.
The Agency shall respond in writing to Contractor's DBE termination request within 5 business days.
Replacement of DBE Subcontractors
After receiving the Agency's written authorization of DBE termination request, the Contractor must obtain the
Agency's written agreement for DBE replacement. The Contractor must find or demonstrate GFEs to find
qualified DBE replacement firms to perform the work to the extent needed to meet the DBE commitment.
The following procedures shall be followed to request authorization to replace a DBE firm:
1. Submit a request to replace a DBE with other forces or material sources in writing to the Agency which
must include:
a. Description of remaining uncommitted work items made available for replacement DBE solicitation
and participation.
b. The proposed DBE replacement firm's business information, the work they have agreed to
perform, and the following:
• Quote for bid item work and description of work to be performed
• Proposed subcontract agreement and written confirmation of agreement to perform on the
Contract
• Revised Subcontracting Request form
• Revised Exhibit 15-G: Construction Contract DBE Commitment
2. If Contractor has not identified a DBE replacement firm, submit documentation of the Contractor's GFEs to
use DBE replacement firms within 7 days of Agency's authorization to terminate the DBE. The Contractor
may request the Agency's approval to extend this submittal period to a total of 14 days. Submit
documentation of actions taken to find a DBE replacement firm, such as:
• Search results of certified DBEs available to perform the original DBE work identified and/or other
work the Contractor had intended to self-perform, to the extent needed to meet the DBE
commitment
• Solicitations of DBEs for performance of work identified
• Correspondence with interested DBEs that may have included contract details and requirements
• Negotiation efforts with DBEs that reflect why an agreement was not reached
• If a DBE's quote was rejected, provide Contractor's reasoning for the rejection, such as why the
DBE was unqualified for the work, or why the price quote was unreasonable or excessive
• Copies of each DBE's and non-DBE's price quotes for work identified, as the Agency may contact
the firms to verify solicitation efforts and determine if the DBE quotes are substantially higher
• Additional documentation that supports the GFE
The Agency shall respond in writing to the Contractor's DBE replacement request within five (5) business days.
The Contractor must submit a revised Subcontracting Request form if the replacement plan is authorized by the
Agency.
Page 5 of 18
October 2023
Required Federal Aid Contract Language From LAPM Exhibit 12-G
F. Commitment and Utilization
The Agency's DBE program must include a monitoring and enforcement mechanism to ensure that DBE
commitments reconcile to DBE utilization.
The bidder shall complete and sign Exhibit 15-G: Construction Contract DBE Commitment included in the
contract documents regardless of whether DBE participation is reported. The bidder shall provide written
confirmation from each DBE that the DBE is participating in the Contract. LAPM Exhibit 9-I: DBE Confirmation or
equivalent form and DBE's quote must be submitted. The written confirmation must be submitted no later than
4pm on the 5th day after bid opening. If a DBE is participating as a joint venture partner, the bidder shall submit
a copy of the joint venture agreement.
If the DBE Commitment form, Exhibit 15-G, is not submitted with the bid, it must be completed and submitted by
all bidders to the Agency within five (5) days of bid opening. If the bidder does not submit the DBE Commitment
form within the specified time, the Agency will find the bidder's bid nonresponsive.
The prime contractor shall use each DBE subcontractor as listed on Exhibit 15-G: Construction Contract DBE
Commitment unless they receive written authorization for a termination or replacement from the Agency.
The Agency shall request the prime contractor to:
1. Notify the Resident Engineer or Inspector of any changes to its anticipated DBE participation
2. Provide this notification before starting the affected work
3. Maintain records including:
• Name and business address of each 1 st-tier subcontractor
• Name and business address of each DBE subcontractor, DBE vendor, and DBE trucking company,
regardless of tier
• Date of payment and total amount paid to each DBE (see Exhibit 9-F: Monthly Disadvantaged
Business Enterprise Payment)
If the prime contractor is a DBE contractor, they shall include the date of work performed by their own forces and
the corresponding value of the work.
Before the 15th of each month, the prime contractor shall submit a Monthly DBE Trucking Verification (LAPM
Exhibit 16-Z1)form.
If a DBE is decertified before completing its work, the DBE must notify the prime contractor in writing of the
decertification date. If a business becomes a certified DBE before completing its work, the business must notify
the prime contractor in writing of the certification date. The prime contractor shall submit the notifications. Upon
work completion, the prime contractor shall complete a Disadvantaged Business Enterprises (DBE)Certification
Status Change, Exhibit 17-0, form and submit the form within 30 days of contract acceptance.
Upon work completion, the prime contractor shall complete Exhibit 17-F: Final Report— Utilization of
Disadvantaged Business Enterprises (DBE), First-Tier Subcontractors and submit it within 90 days of contract
acceptance. The Agency will withhold $10,000 until the form is submitted. The Agency releases the withhold
upon submission of the completed form.
G. Running Tally of Attainments
For projects awarded on or after March 1, 2020, but before September 1, 2023:
After submitting an invoice for reimbursement that includes a payment to a DBE, but no later than the 10th of the
following month, the prime contractor/consultant must complete and email the Exhibit 9-F: Disadvantaged
Business Enterprise Running Tally of Payments to business.support.unit(c)dot.ca.gov with a copy to local
administering agencies.
For projects that are awarded on or after September 1, 2023:
Exhibit 9-F is no longer required. Instead, by the 15th of the month following the month of any payment(s), the
prime contractor must now submit Exhibit 9-P to the Local Agency administering the contract. If the Contractor
does not make any payments to subcontractors, supplier(s)and/or manufacturers they must report"no
payments were made to subs this month" and write this visibly and legibly on Exhibit 9-P.
Page 6 of 18
October 2023
Required Federal Aid Contract Language From LAPM Exhibit 12-G
H. Commercially Useful Function
DBEs must perform a commercially useful function (CUF) under 49 CFR 26.55 when performing work or
supplying materials listed on the DBE Commitment form. The DBE value of work will only count toward the DBE
commitment if the DBE performs a CUF. A DBE performs a CUF when it is responsible for execution of the work
on the contract and is carrying out its responsibilities by actually performing, managing, and supervising the work
involved. If a DBE does not perform or exercise responsibility for at least 30% of the total cost of its contract with
its own work force, or the DBE subcontracts a greater portion of the work of a contract than would be expected
on the basis of normal industry practice for the type of work involved, it will be presumed that the DBE is not
performing a CUF. Additionally, the DBE must also be responsible, with respect to materials and supplies used
on the contract, for negotiating price, determining quality and quantity, ordering the material and installing (where
applicable), and paying for the material itself.
The Contractor must perform CUF evaluation for each DBE company working on a federal-aid contract, with or
without a DBE goal. Perform a CUF evaluation at the beginning of the DBE's work, and continue to monitor the
performance of CUF for the duration of the project.
The Contractor must provide written notification to the AGENCY at least 15 days in advance of each DBE's initial
performance of work or supplying materials for the Contract. The notification must include the DBE's name, work
the DBE will perform on the contract, and the location, date, and time of where their work will take place.
Within 10 (ten)days of a DBE initially performing work or supplying materials on the contract, the Contractor
shall submit to the LPA the initial evaluation and validation of DBE performance of a CUF using the LAPM 94
Disadvantaged Business Enterprise Commercially Useful Function Evaluation. Include the following information
with the submittal:
• Subcontract agreement with the DBE
• Purchase orders
• Bills of lading
• Invoices
• Proof of payment
The Contractor must monitor all DBE's performance of CUF by conducting quarterly evaluations and validations
throughout their duration of work on the contract using the LAPM 94 DBE Commercially Useful Function
Evaluation. The Contractor must submit to the AGENCY these quarterly evaluations and validations by the 5th of
the month for the previous three (3) months of work.
The Contractor must notify the AGENCY immediately if the Contractor believes the DBE may not be performing
a CUF.
The AGENCY will verify DBEs performance of CUF by reviewing the initial and quarterly submissions of LAPM
94 DBE Commercially Useful Function Evaluation, submitted supporting information, field observations, and
through any additional AGENCY evaluations. The AGENCY must evaluate DBEs and their CUF performance
throughout the duration of a Contract. The AGENCY will provide written notice to Contractor and DBE at least
two(2) business days prior to any evaluation. The Contractor and DBE must participate in the evaluation. Upon
completing the evaluation, the AGENCY must share the evaluation results with the Contractor and DBE. An
evaluation could include items that must be remedied upon receipt. If the AGENCY determines the DBE is not
performing a CUF the Contractor must suspend performance of the noncompliant work.
The Contractor and DBEs must submit any additional CUF related records and documents within five (5)
business days of AGENCY's request such as:
• Proof of ownership or lease and rental agreements for equipment
• Tax records
• Employee rosters
• Certified payroll records
• Inventory rosters
Failure to submit required DBE Commercially Useful Function Evaluation forms or requested records and
Page 7 of 18
October 2023
Required Federal Aid Contract Language From LAPM Exhibit 12-G
documents can result in withholding of payment for the value of work completed by the DBE.
If the Contractor and/or the AGENCY determine that a listed DBE is not performing a CUF in performance of
their DBE committed work, immediately suspend performance of the noncompliant portion of the work. The
AGENCY may deny payment for the noncompliant portion of the work. The AGENCY will ask the Contractor to
submit a corrective action plan (CAP)to the AGENCY within five (5)days of the noncompliant CUF
determination. The CAP must identify how the Contractor will correct the noncompliance findings for the
remaining portion of the DBE's work. The AGENCY has five (5) days to review the CAP in conjunction with the
prime contractor's review. The Contractor must implement the CAP within five (5) days of the AGENCY's
approval. The AGENCY will then authorize the prior noncompliant portion of work for the DBE's committed work.
If corrective actions cannot be accomplished to ensure the DBE performs a CUF on the Contract,then the
Contractor may have good cause to request termination of the DBE.
I. Use of Joint Checks
A joint check may be used between the Contractor or lower-tier subcontractor and a DBE subcontractor
purchasing materials from a material supplier if the contractor obtains prior approval from the LPA for the
proposed use of joint check upon submittal of the LAPM 9-K: DLA Disadvantaged Business Enterprises (DBE)
Joint Check Agreement Request form.
To use a joint check, the following conditions must be met:
• All parties, including the Contractor, must agree to the use of a joint check
• Entity issuing the joint check acts solely to guarantee payment
• DBE must release the check to the material supplier
• LPA must authorize the request before implementation
• Any party to the agreement must provide requested documentation within 10 days of the LPA's request
for the documentation
• Agreement to use a joint check must be short-term, not to exceed 1 year, allowing sufficient time
needed to establish or increase a credit line with the material supplier
A request for a joint check agreement may be initiated by any party. If a joint check is used, the DBE remains
responsible for all elements of 49 CFR 26.55(c)(1).
Failure to comply with the above requirements disqualifies DBE participation and results in no credit and no
payment to the Contractor for DBE participation.
A joint check may not be used between the Contractor or subcontractor and a DBE regular dealer, bulk material
supplier, manufacturer, wholesaler, broker, trucker, packager, manufacturer's representative, or other persons
who arrange or expedite transactions.
2. BID OPENING
The Agency publicly opens and reads bids at the time and place shown on the Notice to Contractors.
3. BID RIGGING
The U.S. Department of Transportation (DOT) provides a toll-free hotline to report bid rigging activities. Use the
hotline to report bid rigging, bidder collusion, and other fraudulent activities. The hotline number is (800)424-
9071. The service is available 24 hours 7 days a week and is confidential and anonymous. The hotline is part of
the DOT's effort to identify and investigate highway construction contract fraud and abuse and is operated under
the direction of the DOT Inspector General.
4. CONTRACT AWARD
If the Agency awards the contract,the award is made to the lowest responsible and responsive bidder.
5. CONTRACTOR LICENSE
The Contractor must be properly licensed as a contractor from contract award through Contract acceptance(23
CFR 635.110).
6. CHANGED CONDITIONS
A. Differing Site Conditions
1. During the progress of the work, if subsurface or latent physical conditions are encountered at the site
differing materially from those indicated in the contract or if unknown physical conditions of an unusual
Page 8 of 18
October 2023
Required Federal Aid Contract Language From LAPM Exhibit 12-G
nature, differing materially from those ordinarily encountered and generally recognized as inherent in the
work provided for in the contract, are encountered at the site, the party discovering such conditions shall
promptly notify the other party in writing of the specific differing conditions before the site is disturbed and
before the affected work is performed.
2. Upon written notification, the engineer will investigate the conditions, and if it is determined that the
conditions materially differ and cause an increase or decrease in the cost or time required for the
performance of any work under the contract, an adjustment, excluding anticipated profits,will be made
and the contract modified in writing accordingly. The engineer will notify the contractor of the
determination whether or not an adjustment of the contract is warranted.
3. No contract adjustment which results in a benefit to the contractor will be allowed unless the contractor
has provided the required written notice.
4. No contract adjustment will be allowed under this clause for any effects caused on unchanged work.
[This provision may be omitted by the Local Agency, at their option.]
B. Suspensions of Work Ordered by the Engineer
1. If the performance of all or any portion of the work is suspended or delayed by the engineer in writing for
an unreasonable period of time (not originally anticipated, customary, or inherent to the construction
industry)and the contractor believes that additional compensation and/or contract time is due as a result
of such suspension or delay, the contractor shall submit to the engineer in writing a request for
adjustment within 7 calendar days of receipt of the notice to resume work. The request shall set forth the
reasons and support for such adjustment.
2. Upon receipt, the engineer will evaluate the contractor's request. If the engineer agrees that the cost
and/or time required for the performance of the contract has increased as a result of such suspension
and the suspension was caused by conditions beyond the control of and not the fault of the contractor,
its suppliers, or subcontractors at any approved tier, and not caused by weather, the engineer will make
an adjustment(excluding profit) and modify the contract in writing accordingly. The contractor will be
notified of the engineer's determination whether or not an adjustment of the contract is warranted.
3. No contract adjustment will be allowed unless the contractor has submitted the request for adjustment
within the time prescribed.
4. No contract adjustment will be allowed under this clause to the extent that performance would have been
suspended or delayed by any other cause, or for which an adjustment is provided or excluded under any
other term or condition of this contract.
C. Significant Changes in the Character of Work
1. The engineer reserves the right to make, in writing, at any time during the work, such changes in
quantities and such alterations in the work as are necessary to satisfactorily complete the project. Such
changes in quantities and alterations shall not invalidate the contract nor release the surety, and the
contractor agrees to perform the work as altered.
2. If the alterations or changes in quantities significantly change the character of the work under the
contract, whether such alterations or changes are in themselves significant changes to the character of
the work or by affecting other work cause such other work to become significantly different in character,
an adjustment, excluding anticipated profit, will be made to the contract. The basis for the adjustment
shall be agreed upon prior to the performance of the work. If a basis cannot be agreed upon, then an
adjustment will be made either for or against the contractor in such amount as the engineer may
determine to be fair and equitable.
3. If the alterations or changes in quantities do not significantly change the character of the work to be
performed under the contract,the altered work will be paid for as provided elsewhere in the contract.
4. The term "significant change"shall be construed to apply only to the following circumstances:
• When the character of the work as altered differs materially in kind or nature from that involved or
included in the original proposed construction; or
• When a major item of work, as defined elsewhere in the contract, is increased in excess of 125
percent or decreased below 75 percent of the original contract quantity. Any allowance for an
increase in quantity shall apply only to that portion in excess of 125 percent of original contract
item quantity, or in case of a decrease below 75 percent, to the actual amount of work performed.
Page 9 of 18
October 2023
Required Federal Aid Contract Language From LAPM Exhibit 12-G
7. BEGINNING OF WORK,TIME OF COMPLETION AND LIQUIDATED DAMAGES
Not used. See Specifications Section 8-1.04.
8. BUY AMERICA
Buy America Requirements apply to steel and iron, manufactured products, and construction materials
permanently incorporated into the project.
Steel and Iron Materials
All steel and iron materials must be melted and manufactured in the United States except:
1. Foreign pig iron and processed, pelletized, and reduced iron ore may be used in the domestic production
of the steel and iron materials [60 Fed Reg 15478 (03/24/1995)];
2. If the total combined cost of the materials produced outside the United States does not exceed the
greater of 0.1 percent of the total contract amount or$2,500, materials produced outside the United
States may be used if authorized.
Furnish steel and iron materials to be incorporated into the work with certificates of compliance and certified mill
test reports. Mill test reports must indicate where the steel and iron were melted and manufactured. All melting
and manufacturing processes for these materials, including an application of a coating, must occur in the United
States. Coating includes all processes that protect or enhance the value of the material to which the coating is
applied.
Manufactured Products
Iron and steel used in precast concrete manufactured products must meet the requirements of the above section
(Steel and Iron Materials) regardless of the amount used. Iron and steel used in other manufactured products
must meet the requirements of the above section (Steel and Iron Materials) if the weight of steel and iron
components constitute 90 percent or more of the total weight of the manufactured product.
Construction Materials
Buy America requirements apply to the following construction materials that are or consist primarily of:
1. Non-ferrous metals
2. Plastic and polymer-based products such as:
2.1 Polyvinylchloride
2.2 Composite Building Materials
3. Glass
4. Fiber optic cable(including drop cable)
5. Optical fiber
6. Lumber
7. Engineered wood
8. Drywall
All manufacturing processes for these materials as defined in 2 CFR 184.6 must occur in the United States.
Where one or more of these construction materials have been combined by a manufacturer with other materials
through a manufacturing process, Buy America requirements do not apply unless otherwise specified.
Furnish construction materials to be incorporated into the work with certificates of compliance with each project
delivery. Manufacturer's certificate of compliance must identify where the construction material was
manufactured and attest specifically to Buy America compliance.
All manufacturing processes for these materials must occur in the United States.
Buy America requirements do not apply to the following:
1. Tools and construction equipment used in performing the work
2. Temporary work that is not incorporated into the finished project
Page 10 of 18
October 2023
Required Federal Aid Contract Language From LAPM Exhibit 12-G
Waivers
If Buy America waivers are granted, use the following language to include in the contract:
The following steel and iron products, manufactured products, or construction materials have received an
approved Buy America waiver for this contract, and therefore, are not subject to Buy America requirements:
1.
2.
9. QUALITY ASSURANCE
The Local Agency uses a Quality Assurance Program (QAP)to ensure a material is produced to comply with the
Contract. The Local Agency may examine the records and reports of tests the prime contractor performs if they
are available at the job site. Schedule work to allow time for QAP.
10. PROMPT PAYMENT
A. FROM THE AGENCY TO THE CONTRACTORS
The Local Agency shall make all project progress payment within 30 days after receipt of an undisputed and
properly submitted payment request from the Contractor on a construction contract. If the Local Agency fails
to pay promptly, the Local Agency shall pay interest to the Contractor, which accrues at the rate of 10
percent per annum on the principal amount of a money judgment remaining unsatisfied and pro-rated as
necessary. Upon receipt of the payment request, the Local Agency shall act in accordance with both of the
following:
1. The Local Agency shall review each payment request as soon as feasible after receipt to verify it is a
proper payment request.
2. The Local Agency must return any payment request deemed improper by the Local Agency to the
Contractor as soon as feasible, but not later than seven (7) days, after receipt. A request returned
pursuant to this paragraph shall include documentation setting forth in writing the reasons why it is an
improper payment request.
B. SUBMITTAL OF EXHIBIT 9-P
For projects awarded on or after September 1, 2023:
The Contractor must submit Exhibit 9-P to the Local Agency administering the contract by the 15th of the
month following the month of any payment(s). If the Contractor does not make any payments to
subcontractors, supplier(s)and/or manufacturers they must report"no payments were made to subs this
month" and write this visibly and legibly on Exhibit 9-P.
The Local Agency must verify all Exhibit 9-P information, monitor compliance with prompt payment
requirements for DBE and non-DBE firms, and address any shortfall to the DBE commitment and prompt
payment issues until the end of the project. The Local Agency must email a copy of Exhibit 9-P to
DBE.Forms(o-)dot.ca.gov before the end of the month after receiving the Exhibit 9-P from the Contractor.
11. FORM FHWA-1273 REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONTRACTS
[Form FHWA-1273 must be physically inserted into the contract without modification, excluding ATTACHMENT
A -EMPLOYMENT AND MATERIALS PREFERENCE FOR APPALACHIAN DEVELOPMENT HIGHWAY
SYSTEM OR APPALACHIAN LOCAL ACCESS ROAD CONTRACTS.]
(The current version of Form FHWA-1273 is accessible at FHWA's website:
httos://www.fhwa.dot.gov/programadmin/contracts/1273/1273.pdfl
Page 11 of 18
October 2023
FHWA-1273—Revised October 23,2023
REQUIRED CONTRACT PROVISIONS
FEDERAL-AID CONSTRUCTION CONTRACTS
performed on the contract by the contractor's own organization
I. General and with the assistance of workers under the contractor's
II. Nondiscrimination immediate superintendence and to all work performed on the
III. Non-segregated Facilities contract by piecework,station work,or by subcontract. 23
IV. Davis-Bacon and Related Act Provisions CFR 633.102(d).
V. Contract Work Hours and Safety Standards Act
Provisions 3. A breach of any of the stipulations contained in these
VI. Subletting or Assigning the Contract Required Contract Provisions may be sufficient grounds for
VII. Safety:Accident Prevention withholding of progress payments,withholding of final
VIII. False Statements Concerning Highway Projects payment,termination of the contract,suspension/debarment
IX. Implementation of Clean Air Act and Federal Water or any other action determined to be appropriate by the
Pollution Control Act contracting agency and FHWA.
X. Certification Regarding Debarment,Suspension,
Ineligibility and Voluntary Exclusion 4. Selection of Labor:During the performance of this contract,
XI. Certification Regarding Use of Contract Funds for the contractor shall not use convict labor for any purpose
Lobbying within the limits of a construction project on a Federal-aid
XII. Use of United States-Flag Vessels: highway unless it is labor performed by convicts who are on
parole,supervised release,or probation. 23 U.S.C. 114(b).
ATTACHMENTS The term Federal-aid highway does not include roadways
functionally classified as local roads or rural minor collectors.
A.Employment and Materials Preference for Appalachian 23 U.S.C. 101(a).
Development Highway System or Appalachian Local Access
Road Contracts(included in Appalachian contracts only)
II. NONDISCRIMINATION(23 CFR 230.107(a);23 CFR Part
230,Subpart A,Appendix A;EO 11246)
I. GENERAL
The provisions of this section related to 23 CFR Part 230,
1. Form FHWA-1273 must be physically incorporated in each Subpart A,Appendix A are applicable to all Federal-aid
construction contract funded under title 23,United States construction contracts and to all related construction
Code,as required in 23 CFR 633.102(b)(excluding subcontracts of$10,000 or more. The provisions of 23 CFR
emergency contracts solely intended for debris removal). The Part 230 are not applicable to material supply,engineering,or
contractor(or subcontractor)must insert this form in each architectural service contracts.
subcontract and further require its inclusion in all lower tier
subcontracts(excluding purchase orders,rental agreements In addition,the contractor and all subcontractors must comply
and other agreements for supplies or services). 23 CFR with the following policies: Executive Order 11246,41 CFR
633.102(e). Part 60,29 CFR Parts 1625-1627,23 U.S.C. 140,Section 504
of the Rehabilitation Act of 1973,as amended(29 U.S.C.794),
The applicable requirements of Form FHWA-1273 are Title VI of the Civil Rights Act of 1964,as amended(42 U.S.C.
incorporated by reference for work done under any purchase 2000d et seq.),and related regulations including 49 CFR Parts
order,rental agreement or agreement for other services. The 21,26,and 27;and 23 CFR Parts 200,230,and 633.
prime contractor shall be responsible for compliance by any
subcontractor,lower-tier subcontractor or service provider. 23 The contractor and all subcontractors must comply with: the
CFR 633.102(e). requirements of the Equal Opportunity Clause in 41 CFR 60-
1.4(b)and,for all construction contracts exceeding$10,000,
Form FHWA-1273 must be included in all Federal-aid design- the Standard Federal Equal Employment Opportunity
build contracts,in all subcontracts and in lower tier Construction Contract Specifications in 41 CFR 60-4.3.
subcontracts(excluding subcontracts for design services,
purchase orders,rental agreements and other agreements for Note:The U.S.Department of Labor has exclusive authority to
supplies or services)in accordance with 23 CFR 633.102. The determine compliance with Executive Order 11246 and the
design-builder shall be responsible for compliance by any policies of the Secretary of Labor including 41 CFR Part 60,
subcontractor,lower-tier subcontractor or service provider. and 29 CFR Parts 1625-1627. The contracting agency and
the FHWA have the authority and the responsibility to ensure
Contracting agencies may reference Form FHWA-1273 in compliance with 23 U.S.C. 140,Section 504 of the
solicitation-for-bids or request-for-proposals documents, Rehabilitation Act of 1973,as amended(29 U.S.C.794),and
however,the Form FHWA-1273 must be physically Title VI of the Civil Rights Act of 1964,as amended(42 U.S.C.
incorporated(not referenced)in all contracts,subcontracts and 2000d et seq.),and related regulations including 49 CFR Parts
lower-tier subcontracts(excluding purchase orders,rental 21,26,and 27;and 23 CFR Parts 200,230,and 633.
agreements and other agreements for supplies or services
related to a construction contract). 23 CFR 633.102(b). The following provision is adopted from 23 CFR Part 230,
Subpart A,Appendix A,with appropriate revisions to conform
2. Subject to the applicability criteria noted in the following to the U.S.Department of Labor(US DOL)and FHWA
sections,these contract provisions shall apply to all work requirements.
1
1.Equal Employment Opportunity: Equal Employment d. Notices and posters setting forth the contractor's EEO
Opportunity(EEO)requirements not to discriminate and to policy will be placed in areas readily accessible to employees,
take affirmative action to assure equal opportunity as set forth applicants for employment and potential employees.
under laws,executive orders,rules,regulations(see 28 CFR
Part 35,29 CFR Part 1630,29 CFR Parts 1625-1627,41 CFR e. The contractor's EEO policy and the procedures to
Part 60 and 49 CFR Part 27)and orders of the Secretary of implement such policy will be brought to the attention of
Labor as modified by the provisions prescribed herein,and employees by means of meetings,employee handbooks,or
imposed pursuant to 23 U.S.C. 140,shall constitute the EEO other appropriate means.
and specific affirmative action standards for the contractor's
project activities under this contract.The provisions of the 4.Recruitment:When advertising for employees,the
Americans with Disabilities Act of 1990(42 U.S.C. 12101 et contractor will include in all advertisements for employees the
seq.)set forth under 28 CFR Part 35 and 29 CFR Part 1630 notation:"An Equal Opportunity Employer." All such
are incorporated by reference in this contract. In the execution advertisements will be placed in publications having a large
of this contract,the contractor agrees to comply with the circulation among minorities and women in the area from
following minimum specific requirement activities of EEO: which the project work force would normally be derived.
a.The contractor will work with the contracting agency and a. The contractor will,unless precluded by a valid
the Federal Government to ensure that it has made every bargaining agreement,conduct systematic and direct
good faith effort to provide equal opportunity with respect to all recruitment through public and private employee referral
of its terms and conditions of employment and in their review sources likely to yield qualified minorities and women. To
of activities under the contract. 23 CFR 230.409(g)(4)&(5). meet this requirement,the contractor will identify sources of
potential minority group employees and establish with such
b.The contractor will accept as its operating policy the identified sources procedures whereby minority and women
following statement: applicants may be referred to the contractor for employment
consideration.
"It is the policy of this Company to assure that applicants
are employed,and that employees are treated during b. In the event the contractor has a valid bargaining
employment,without regard to their race,religion,sex, agreement providing for exclusive hiring hall referrals,the
sexual orientation,gender identity,color,national origin,age contractor is expected to observe the provisions of that
or disability. Such action shall include:employment, agreement to the extent that the system meets the contractor's
upgrading,demotion,or transfer;recruitment or recruitment compliance with EEO contract provisions. Where
advertising;layoff or termination;rates of pay or other forms implementation of such an agreement has the effect of
of compensation;and selection for training,including discriminating against minorities or women,or obligates the
apprenticeship,pre-apprenticeship,and/or on-the-job contractor to do the same,such implementation violates
training." Federal nondiscrimination provisions.
2. EEO Officer:The contractor will designate and make c. The contractor will encourage its present employees to
known to the contracting officers an EEO Officer who will have refer minorities and women as applicants for employment.
the responsibility for and must be capable of effectively Information and procedures with regard to referring such
administering and promoting an active EEO program and who applicants will be discussed with employees.
must be assigned adequate authority and responsibility to do
so. 5. Personnel Actions:Wages,working conditions,and
employee benefits shall be established and administered,and
3. Dissemination of Policy:All members of the contractor's personnel actions of every type,including hiring,upgrading,
staff who are authorized to hire,supervise,promote,and promotion,transfer,demotion,layoff,and termination,shall be
discharge employees,or who recommend such action or are taken without regard to race,color,religion,sex,sexual
substantially involved in such action,will be made fully orientation,gender identity,national origin,age or disability.
cognizant of and will implement the contractor's EEO policy The following procedures shall be followed:
and contractual responsibilities to provide EEO in each grade
and classification of employment. To ensure that the above a. The contractor will conduct periodic inspections of project
agreement will be met,the following actions will be taken as a sites to ensure that working conditions and employee facilities
minimum: do not indicate discriminatory treatment of project site
personnel.
a. Periodic meetings of supervisory and personnel office
employees will be conducted before the start of work and then b. The contractor will periodically evaluate the spread of
not less often than once every six months,at which time the wages paid within each classification to determine any
contractor's EEO policy and its implementation will be evidence of discriminatory wage practices.
reviewed and explained. The meetings will be conducted by
the EEO Officer or other knowledgeable company official. c. The contractor will periodically review selected personnel
actions in depth to determine whether there is evidence of
b. All new supervisory or personnel office employees will be discrimination. Where evidence is found,the contractor will
given a thorough indoctrination by the EEO Officer,covering promptly take corrective action. If the review indicates that the
all major aspects of the contractor's EEO obligations within discrimination may extend beyond the actions reviewed,such
thirty days following their reporting for duty with the contractor. corrective action shall include all affected persons.
c. All personnel who are engaged in direct recruitment for d. The contractor will promptly investigate all complaints of
the project will be instructed by the EEO Officer in the alleged discrimination made to the contractor in connection
contractor's procedures for locating and hiring minorities and with its obligations under this contract,will attempt to resolve
women. such complaints,and will take appropriate corrective action
2
within a reasonable time. If the investigation indicates that the sufficient referrals(even though it is obligated to provide
discrimination may affect persons other than the complainant, exclusive referrals under the terms of a collective bargaining
such corrective action shall include such other persons. Upon agreement)does not relieve the contractor from the
completion of each investigation,the contractor will inform requirements of this paragraph. In the event the union referral
every complainant of all of their avenues of appeal. practice prevents the contractor from meeting the obligations
pursuant to Executive Order 11246,as amended,and these
6.Training and Promotion: special provisions,such contractor shall immediately notify the
contracting agency.
a. The contractor will assist in locating,qualifying,and
increasing the skills of minorities and women who are 8. Reasonable Accommodation for Applicants/
applicants for employment or current employees. Such efforts Employees with Disabilities: The contractor must be familiar
should be aimed at developing full journey level status with the requirements for and comply with the Americans with
employees in the type of trade or job classification involved. Disabilities Act and all rules and regulations established
thereunder. Employers must provide reasonable
b. Consistent with the contractor's work force requirements accommodation in all employment activities unless to do so
and as permissible under Federal and State regulations,the would cause an undue hardship.
contractor shall make full use of training programs(i.e.,
apprenticeship and on-the-job training programs for the 9.Selection of Subcontractors,Procurement of Materials
geographical area of contract performance). In the event a and Leasing of Equipment:The contractor shall not
special provision for training is provided under this contract, discriminate on the grounds of race,color,religion,sex,sexual
this subparagraph will be superseded as indicated in the orientation,gender identity,national origin,age,or disability in
special provision. The contracting agency may reserve the selection and retention of subcontractors,including
training positions for persons who receive welfare assistance procurement of materials and leases of equipment. The
in accordance with 23 U.S.C. 140(a). contractor shall take all necessary and reasonable steps to
ensure nondiscrimination in the administration of this contract.
c. The contractor will advise employees and applicants for
employment of available training programs and entrance a. The contractor shall notify all potential subcontractors,
requirements for each. suppliers,and lessors of their EEO obligations under this
contract.
d. The contractor will periodically review the training and
promotion potential of employees who are minorities and b. The contractor will use good faith efforts to ensure
women and will encourage eligible employees to apply for subcontractor compliance with their EEO obligations.
such training and promotion.
7.Unions: If the contractor relies in whole or in part upon 10. Assurances Required:
unions as a source of employees,the contractor will use good
faith efforts to obtain the cooperation of such unions to a. The requirements of 49 CFR Part 26 and the State
increase opportunities for minorities and women. 23 CFR DOT's FHWA-approved Disadvantaged Business Enterprise
230.409. Actions by the contractor,either directly or through a (DBE)program are incorporated by reference.
contractor's association acting as agent,will include the
procedures set forth below: b. The contractor,subrecipient or subcontractor shall not
discriminate on the basis of race,color,national origin,or sex
a. The contractor will use good faith efforts to develop,in in the performance of this contract.The contractor shall carry
cooperation with the unions,joint training programs aimed out applicable requirements of 49 CFR part 26 in the award
toward qualifying more minorities and women for membership and administration of DOT-assisted contracts.Failure by the
in the unions and increasing the skills of minorities and women contractor to carry out these requirements is a material breach
so that they may qualify for higher paying employment. of this contract,which may result in the termination of this
contract or such other remedy as the recipient deems
b. The contractor will use good faith efforts to incorporate an appropriate,which may include,but is not limited to:
EEO clause into each union agreement to the end that such (1)Withholding monthly progress payments;
union will be contractually bound to refer applicants without (2)Assessing sanctions;
regard to their race,color,religion,sex,sexual orientation, (3)Liquidated damages;and/or
gender identity,national origin,age,or disability. (4)Disqualifying the contractor from future bidding as non-
responsible.
c. The contractor is to obtain information as to the referral c. The Title VI and nondiscrimination provisions of U.S.
practices and policies of the labor union except that to the DOT Order 1050.2A at Appendixes A and E are incorporated
extent such information is within the exclusive possession of by reference. 49 CFR Part 21.
the labor union and such labor union refuses to furnish such
information to the contractor,the contractor shall so certify to 11.Records and Reports:The contractor shall keep such
the contracting agency and shall set forth what efforts have records as necessary to document compliance with the EEO
been made to obtain such information. requirements. Such records shall be retained for a period of
three years following the date of the final payment to the
d. In the event the union is unable to provide the contractor contractor for all contract work and shall be available at
with a reasonable flow of referrals within the time limit set forth reasonable times and places for inspection by authorized
in the collective bargaining agreement,the contractor will, representatives of the contracting agency and the FHWA.
through independent recruitment efforts,fill the employment
vacancies without regard to race,color,religion,sex,sexual a. The records kept by the contractor shall document the
orientation,gender identity,national origin,age,or disability; following:
making full efforts to obtain qualified and/or qualifiable
minorities and women. The failure of a union to provide
3
(1)The number and work hours of minority and non- Projects funded under 23 U.S.C. 117,and National Highway
minority group members and women employed in each work Freight Program projects funded under 23 U.S.C. 167.
classification on the project;
(2)The progress and efforts being made in cooperation The following provisions are from the U.S.Department of
with unions,when applicable,to increase employment Labor regulations in 29 CFR 5.5"Contract provisions and
opportunities for minorities and women;and related matters"with minor revisions to conform to the FHWA-
1273 format and FHWA program requirements.
(3)The progress and efforts being made in locating,hiring,
training,qualifying,and upgrading minorities and women. 1. Minimum wages(29 CFR 5.5)
b. The contractors and subcontractors will submit an annual
report to the contracting agency each July for the duration of a. Wage rates and fringe benefits.All laborers and
mechanics employed
the project indicating the number of minority,women,and non-
minority group employees currently engaged in each work otherwise working in coo development of the
construction working upon the site of the work(or
classification required by the contract work. This information is project under a development statute),
),will paid
to be reported on Form FHWA-1391. The staffing data should unconditionally and not less often than oncea a week,and
without subsequent deduction or rebate
represent the project work force on board in all or any part of any account
the last payroll period preceding the end of July. If on-the-job (except such payroll deductions as are permitted training is being required by special provision,the contractor regulations issued by the Secretary of Labor underr
the
e
will be required to collect and report training data. The Copeland Act CFR part the full amount basic hourly
employment data should reflect the work force on board during wages and bonnaa fide fringe benefits(or cash equivalents
all or any part of the last payroll period preceding the end of thereof)due time of payment computed at rates not less
July. than those contained
tained in the wage determination of the
Secretary of Labor which is attached hereto and made a part
hereof,regardless of any contractual relationship which may
III.NONSEGREGATED FACILITIES be alleged to exist between the contractor and such laborers
and mechanics.As provided in paragraphs(d)and(e)of 29
This provision is applicable to all Federal-aid construction CFR 5.5,the appropriate wage determinations are effective by
contracts and to all related construction subcontracts of more operation of law even if they have not been attached to the
than$10,000. 41 CFR 60-1.5. contract.Contributions made or costs reasonably anticipated
for bona fide fringe benefits under the Davis-Bacon Act(40
As prescribed by 41 CFR 60-1.8,the contractor must ensure U.S.C.3141(2)(B))on behalf of laborers or mechanics are
that facilities provided for employees are provided in such a considered wages paid to such laborers or mechanics,subject
manner that segregation on the basis of race,color,religion, to the provisions of paragraph 1.e.of this section;also,regular
sex,sexual orientation,gender identity,or national origin contributions made or costs incurred for more than a weekly
cannot result. The contractor may neither require such period(but not less often than quarterly)under plans,funds,or
segregated use by written or oral policies nor tolerate such use programs which cover the particular weekly period,are
by employee custom. The contractor's obligation extends deemed to be constructively made or incurred during such
further to ensure that its employees are not assigned to weekly period.Such laborers and mechanics must be paid the
perform their services at any location under the contractor's appropriate wage rate and fringe benefits on the wage
control where the facilities are segregated. The term"facilities" determination for the classification(s)of work actually
includes waiting rooms,work areas,restaurants and other performed,without regard to skill,except as provided in
eating areas,time clocks,restrooms,washrooms,locker paragraph 4.of this section.Laborers or mechanics performing
rooms and other storage or dressing areas,parking lots, work in more than one classification may be compensated at
drinking fountains,recreation or entertainment areas, the rate specified for each classification for the time actually
transportation,and housing provided for employees. The worked therein:Provided,That the employer's payroll records
contractor shall provide separate or single-user restrooms and accurately set forth the time spent in each classification in
necessary dressing or sleeping areas to assure privacy which work is performed.The wage determination(including
between sexes. any additional classifications and wage rates conformed under
paragraph 1.c.of this section)and the Davis-Bacon poster
(WH-1321)must be posted at all times by the contractor and
IV. DAVIS-BACON AND RELATED ACT PROVISIONS its subcontractors at the site of the work in a prominent and
accessible place where it can be easily seen by the workers.
This section is applicable to all Federal-aid construction b.Frequently recurring classifications.(1)In addition to wage
projects exceeding$2,000 and to all related subcontracts and and fringe benefit rates that have been determined to be
lower-tier subcontracts(regardless of subcontract size),in prevailing under the procedures set forth in 29 CFR part 1,a
accordance with 29 CFR 5.5. The requirements apply to all
projects located within the right-of-way of a roadway that is wage determination may contain,pursuant §1.3 wage
laborers
and
functionally classified as Federal-aid highway. 23 U.S.C. 113. and fringe benefit rates for classifications of l
This excludes roadways functionally classified as local roads mechanics for which conformance requests are regularly
or rural minor collectors,which are exempt. 23 U.S.C. 101. submitted pursuant to paragraph 1.c.of this section,provided
Where applicable law requires that projects be treated as a that:
project on a Federal-aid highway,the provisions of this subpart
will apply regardless of the location of the project. Examples (i)The work performed by the classification is not
include:Surface Transportation Block Grant Program projects performed by a classification in the wage determination for
funded under 23 U.S.C. 133[excluding recreational trails which a prevailing wage rate has been determined;
projects],the Nationally Significant Freight and Highway
4
(ii)The classification is used in the area by the under paragraphs 1.c.(3)and(4)of this section.The contractor
construction industry;and must furnish a written copy of such determination to each
affected worker or it must be posted as a part of the wage
(iii)The wage rate for the classification bears a reasonable determination.The wage rate(including fringe benefits where
relationship to the prevailing wage rates contained in the appropriate)determined pursuant to paragraph 1.c.(3)or(4)of
wage determination. this section must be paid to all workers performing work in the
classification under this contract from the first day on which
work is performed in the classification.
(2)The Administrator will establish wage rates for such
classifications in accordance with paragraph 1.c.(1)(iii)of this d.Fringe benefits not expressed as an hourly rate.
section.Work performed in such a classification must be paid Whenever the minimum wage rate prescribed in the contract
at no less than the wage and fringe benefit rate listed on the for a class of laborers or mechanics includes a fringe benefit
wage determination for such classification. which is not expressed as an hourly rate,the contractor may
either pay the benefit as stated in the wage determination or
c. Conformance.(1)The contracting officer must require that may pay another bona fide fringe benefit or an hourly cash
any class of laborers or mechanics,including helpers,which is equivalent thereof.
not listed in the wage determination and which is to be
employed under the contract be classified in conformance with e. Unfunded plans. If the contractor does not make
the wage determination.Conformance of an additional payments to a trustee or other third person,the contractor may
classification and wage rate and fringe benefits is appropriate consider as part of the wages of any laborer or mechanic the
only when the following criteria have been met: amount of any costs reasonably anticipated in providing bona
fide fringe benefits under a plan or program,Provided,That
(i)The work to be performed by the classification the Secretary of Labor has found,upon the written request of
requested is not performed by a classification in the wage the contractor,in accordance with the criteria set forth in
determination;and §5.28,that the applicable standards of the Davis-Bacon Act
have been met.The Secretary of Labor may require the
(ii)The classification is used in the area by the contractor to set aside in a separate account assets for the
construction industry;and meeting of obligations under the plan or program.
ui The proposed wage rate,including an bona fide fringe f.Interest. In the event of a failure to pay all or part of the
( ) p p 9 g y g wages required by the contract,the contractor will be required
benefits,bears a reasonable relationship to the wage rates to pay interest on any underpayment of wages.
contained in the wage determination.
(2)The conformance process may not be used to split, 2. Withholding(29 CFR 5.5)
subdivide,or otherwise avoid application of classifications
listed in the wage determination. a. Withholding requirements.The contracting agency may,
upon its own action,or must,upon written request of an
(3)If the contractor and the laborers and mechanics to be authorized representative of the Department of Labor,withhold
employed in the classification(if known),or their or cause to be withheld from the contractor so much of the
representatives,and the contracting officer agree on the accrued payments or advances as may be considered
classification and wage rate(including the amount designated necessary to satisfy the liabilities of the prime contractor or any
for fringe benefits where appropriate),a report of the action subcontractor for the full amount of wages and monetary relief,
taken will be sent by the contracting officer by email to including interest,required by the clauses set forth in this
DBAconformanceadol.crov.The Administrator,or an section for violations of this contract,or to satisfy any such
authorized representative,will approve,modify,or disapprove liabilities required by any other Federal contract,or federally
every additional classification action within 30 days of receipt assisted contract subject to Davis-Bacon labor standards,that
is held by the same prime contractor(as defined in§5.2).The
and so advise the contracting officer or will notify the
necessary funds may be withheld from the contractor under
contracting officer within the 30—day period that additional time
this contract,any other Federal contract with the same prime
is necessary. contractor,or any other federally assisted contract that is
subject to Davis-Bacon labor standards requirements and is
(4)In the event the contractor,the laborers or mechanics to held by the same prime contractor,regardless of whether the
be employed in the classification or their representatives,and other contract was awarded or assisted by the same agency,
the contracting officer do not agree on the proposed and such funds may be used to satisfy the contractor liability
classification and wage rate(including the amount designated for which the funds were withheld.In the event of a
for fringe benefits,where appropriate),the contracting officer contractor's failure to pay any laborer or mechanic,including
will,by email to DBAconformance(a)dol.gov, refer the any apprentice or helper working on the site of the work all or
questions,including the views of all interested parties and the part of the wages required by the contract,or upon the
recommendation of the contracting officer,to the Administrator contractor's failure to submit the required records as discussed
for determination.The Administrator,or an authorized in paragraph 3.d.of this section,the contracting agency may
representative,will issue a determination within 30 days of on its own initiative and after written notice to the contractor,
receipt and so advise the contracting officer or will notify the take such action as may be necessary to cause the
contracting officer within the 30—day period that additional time suspension of any further payment,advance,or guarantee of
is necessary. funds until such violations have ceased.
(5)The contracting officer must promptly notify the b.Priority to withheld funds.The Department has priority to
contractor of the action taken by the Wage and Hour Division funds withheld or to be withheld in accordance with paragraph
5
2.a.of this section or Section V,paragraph 3.a.,or both,over agency.The prime contractor is responsible for the submission
claims to those funds by: of all certified payrolls by all subcontractors.A contracting
agency or prime contractor may permit or require contractors
1 A contractor's suret ies to submit certified payrolls through an electronic system,as
( ) y(' ),including without limitation long as the electronic system requires a legally valid electronic
performance bond sureties and payment bond sureties; signature;the system allows the contractor,the contracting
agency,and the Department of Labor to access the certified
(2)A contracting agency for its reprocurement costs; payrolls upon request for at least 3 years after the work on the
prime contract has been completed;and the contracting
(3)A trustee(s)(either a court-appointed trustee or a U.S. agency or prime contractor permits other methods of
trustee,or both)in bankruptcy of a contractor,or a contractor's submission in situations where the contractor is unable or
bankruptcy estate; limited in its ability to use or access the electronic system.
(4)A contractor's assignee(s); (2)Information required.The certified payrolls submitted
must set out accurately and completely all of the information
required to be maintained under paragraph 3.a.(2)of this
(5)A contractor's successor(s);or section,except that full Social Security numbers and last
known addresses,telephone numbers,and email addresses
(6)A claim asserted under the Prompt Payment Act,31 must not be included on weekly transmittals.Instead,the
U.S.C.3901-3907. certified payrolls need only include an individually identifying
number for each worker(e.g.,the last four digits of the
worker's Social Security number).The required weekly
3.Records and certified payrolls(29 CFR 5.5) certified payroll information may be submitted using Optional
Form WH-347 or in any other format desired.Optional Form
WH-347 is available for this purpose from the Wage and Hour
a.Basic record requirements(1)Length of record retention. Division website at httas://www.dol.gov/sites/dolgov/files/WHD/
All regular payrolls and other basic records must be legacv/files/wh347/.Ddf or its successor website. It is not a
maintained by the contractor and any subcontractor during the violation of this section for a prime contractor to require a
course of the work and preserved for all laborers and subcontractor to provide full Social Security numbers and last
mechanics working at the site of the work(or otherwise known addresses,telephone numbers,and email addresses to
working in construction or development of the project under a the prime contractor for its own records,without weekly
development statute)for a period of at least 3 years after all submission by the subcontractor to the contracting agency.
the work on the prime contract is completed.
(3)Statement of Compliance.Each certified payroll
(2)Information required.Such records must contain the submitted must be accompanied by a"Statement of
name;Social Security number;last known address,telephone Compliance,"signed by the contractor or subcontractor,or the
number,and email address of each such worker;each contractor's or subcontractor's agent who pays or supervises
worker's correct classification(s)of work actually performed; the payment of the persons working on the contract,and must
hourly rates of wages paid(including rates of contributions or certify the following:
costs anticipated for bona fide fringe benefits or cash
equivalents thereof of the types described in 40 U.S.C.
3141(2)(B)of the Davis-Bacon Act);daily and weekly number (i)That the certified payroll for the payroll period contains
of hours actually worked in total and on each covered contract; the information required to be provided under paragraph 3.b.
deductions made;and actual wages paid. of this section,the appropriate information and basic records
are being maintained under paragraph 3.a.of this section,
(3)Additional records relating to fringe benefits.Whenever and such information and records are correct and complete;
the Secretary of Labor has found under paragraph 1.e.of this
section that the wages of any laborer or mechanic include the (ii)That each laborer or mechanic(including each helper
amount of any costs reasonably anticipated in providing and apprentice)working on the contract during the payroll
benefits under a plan or program described in 40 U.S.C. period has been paid the full weekly wages earned,without
3141(2)(B)of the Davis-Bacon Act,the contractor must rebate,either directly or indirectly,and that no deductions
maintain records which show that the commitment to provide have been made either directly or indirectly from the full
such benefits is enforceable,that the plan or program is wages earned,other than permissible deductions as set
financially responsible,and that the plan or program has been forth in 29 CFR part 3;and
communicated in writing to the laborers or mechanics affected,
and records which show the costs anticipated or the actual (iii)That each laborer or mechanic has been paid not less
cost incurred in providing such benefits. than the applicable wage rates and fringe benefits or cash
equivalents for the classifications)of work actually
(4)Additional records relating to apprenticeship.Contractors performed,as specified in the applicable wage determination
with apprentices working under approved programs must incorporated into the contract.
maintain written evidence of the registration of apprenticeship
programs,the registration of the apprentices,and the ratios (4)Use of Optional Form WH-347.The weekly submission
and wage rates prescribed in the applicable programs. of a properly executed certification set forth on the reverse
side of Optional Form WH-347 will satisfy the requirement for
b.Certified payroll requirements(1)Frequency and method submission of the"Statement of Compliance"required by
of submission.The contractor or subcontractor must submit paragraph 3.b.(3)of this section.
weekly,for each week in which any DBA-or Related Acts-
covered work is performed,certified payrolls to the contracting
6
(5)Signature.The signature by the contractor, of each covered worker,and must provide them upon request
subcontractor,or the contractor's or subcontractor's agent to the contracting agency,the State DOT,the FHWA,the
must be an original handwritten signature or a legally valid contractor,or the Wage and Hour Division of the Department
electronic signature. of Labor for purposes of an investigation or other compliance
action.
(6)Falsification.The falsification of any of the above
certifications may subject the contractor or subcontractor to 4.Apprentices and equal employment opportunity(29 CFR
civil or criminal prosecution under 18 U.S.C. 1001 and 31 5.5)
U.S.C.3729.
a.Apprentices(1)Rate of pay.Apprentices will be permitted
(7)Length of certified payroll retention.The contractor or to work at less than the predetermined rate for the work they
subcontractor must preserve all certified payrolls during the perform when they are employed pursuant to and individually
course of the work and for a period of 3 years after all the work registered in a bona fide apprenticeship program registered
on the prime contract is completed. with the U.S.Department of Labor,Employment and Training
Administration,Office of Apprenticeship(OA),or with a State
c. Contracts,subcontracts,and related documents.The Apprenticeship Agency recognized by the OA.A person who is
contractor or subcontractor must maintain this contract or not individually registered in the program,but who has been
subcontract and related documents including,without certified by the OA or a State Apprenticeship Agency(where
limitation,bids,proposals,amendments,modifications,and appropriate)to be eligible for probationary employment as an
extensions.The contractor or subcontractor must preserve apprentice,will be permitted to work at less than the
these contracts,subcontracts,and related documents during predetermined rate for the work they perform in the first 90
the course of the work and for a period of 3 years after all the days of probationary employment as an apprentice in such a
work on the prime contract is completed. program. In the event the OA or a State Apprenticeship
Agency recognized by the OA withdraws approval of an
apprenticeship program,the contractor will no longer be
d.Required disclosures and access(1)Required record permitted to use apprentices at less than the applicable
disclosures and access to workers.The contractor or predetermined rate for the work performed until an acceptable
subcontractor must make the records required under program is approved.
paragraphs 3.a.through 3.c.of this section,and any other
documents that the contracting agency,the State DOT,the (2)Fringe benefits.Apprentices must be paid fringe benefits
FHWA,or the Department of Labor deems necessary to in accordance with the provisions of the apprenticeship
determine compliance with the labor standards provisions of program. If the apprenticeship program does not specify fringe
any of the applicable statutes referenced by§5.1,available for benefits,apprentices must be paid the full amount of fringe
inspection,copying,or transcription by authorized benefits listed on the wage determination for the applicable
representatives of the contracting agency,the State DOT,the classification. If the Administrator determines that a different
FHWA,or the Department of Labor,and must permit such practice prevails for the applicable apprentice classification,
representatives to interview workers during working hours on fringe benefits must be paid in accordance with that
the job. determination.
(2)Sanctions for non-compliance with records and worker (3)Apprenticeship ratio.The allowable ratio of apprentices to
access requirements. If the contractor or subcontractor fails to journeyworkers on the job site in any craft classification must
submit the required records or to make them available,or not be greater than the ratio permitted to the contractor as to
refuses to permit worker interviews during working hours on the entire work force under the registered program or the ratio
the job,the Federal agency may,after written notice to the applicable to the locality of the project pursuant to paragraph
contractor,sponsor,applicant,owner,or other entity,as the 4.a.(4)of this section.Any worker listed on a payroll at an
case may be,that maintains such records or that employs apprentice wage rate,who is not registered or otherwise
such workers,take such action as may be necessary to cause employed as stated in paragraph 4.a.(1)of this section,must
the suspension of any further payment,advance,or guarantee be paid not less than the applicable wage rate on the wage
of funds.Furthermore,failure to submit the required records determination for the classification of work actually performed.
upon request or to make such records available,or to permit In addition,any apprentice performing work on the job site in
worker interviews during working hours on the job,may be excess of the ratio permitted under this section must be paid
grounds for debarment action pursuant to§5.12. In addition, not less than the applicable wage rate on the wage
any contractor or other person that fails to submit the required determination for the work actually performed.
records or make those records available to WHD within the
time WHD requests that the records be produced will be
precluded from introducing as evidence in an administrative (4)Reciprocity of ratios and wage rates.Where a contractor
proceeding under 29 CFR part 6 any of the required records is performing construction on a project in a locality other than
that were not provided or made available to WHD.WHD will the locality in which its program is registered,the ratios and
take into consideration a reasonable request from the wage rates(expressed in percentages of the journeyworker's
contractor or person for an extension of the time for hourly rate)applicable within the locality in which the
submission of records.WHD will determine the construction is being performed must be observed. If there is
reasonableness of the request and may consider,among other no applicable ratio or wage rate for the locality of the project,
things,the location of the records and the volume of the ratio and wage rate specified in the contractor's registered
production. program must be observed.
(3)Required information disclosures.Contractors and b.Equal employment opportunity.The use of apprentices
subcontractors must maintain the full Social Security number and journeyworkers under this part must be in conformity with
and last known address,telephone number,and email address
7
the equal employment opportunity requirements of Executive b.No part of this contract shall be subcontracted to any
Order 11246,as amended,and 29 CFR part 30. person or firm ineligible for award of a Government contract by
virtue of 40 U.S.C.3144(b)or§5.12(a).
c. Apprentices and Trainees(programs of the U.S. DOT).
c.The penalty for making false statements is prescribed in
Apprentices and trainees working under apprenticeship and the U.S.Code,Title 18 Crimes and Criminal Procedure, 18
skill training programs which have been certified by the U.S.C. 1001.
Secretary of Transportation as promoting EEO in connection
with Federal-aid highway construction programs are not 11.Anti-retaliation.It is unlawful for any person to discharge,
subject to the requirements of paragraph 4 of this Section IV. demote,intimidate,threaten,restrain,coerce,blacklist,harass,
23 CFR 230.111(e)(2).The straight time hourly wage rates for or in any other manner discriminate against,or to cause any
apprentices and trainees under such programs will be person to discharge,demote,intimidate,threaten,restrain,
established by the particular programs.The ratio of coerce,blacklist,harass,or in any other manner discriminate
apprentices and trainees to journeyworkers shall not be against,any worker or job applicant for:
greater than permitted by the terms of the particular program.
a.Notifying any contractor of any conduct which the worker
5.Compliance with Copeland Act requirements. The reasonably believes constitutes a violation of the DBA, Related
contractor shall comply with the requirements of 29 CFR part Acts,this part,or 29 CFR part 1 or 3;
3,which are incorporated by reference in this contract as
provided in 29 CFR 5.5. b.Filing any complaint,initiating or causing to be initiated
any proceeding,or otherwise asserting or seeking to assert on
6.Subcontracts.The contractor or subcontractor must insert behalf of themselves or others any right or protection under the
FHWA-1273 in any subcontracts,along with the applicable DBA,Related Acts,this part,or 29 CFR part 1 or 3;
wage determination(s)and such other clauses or contract
modifications as the contracting agency may by appropriate c.Cooperating in any investigation or other compliance
instructions require,and a clause requiring the subcontractors action,or testifying in any proceeding under the DBA, Related
to include these clauses and wage determination(s)in any Acts,this part,or 29 CFR part 1 or 3;or
lower tier subcontracts.The prime contractor is responsible for
the compliance by any subcontractor or lower tier
subcontractor with all the contract clauses in this section.In d.Informing any other person about their rights under the
the event of any violations of these clauses,the prime DBA,Related Acts,this part,or 29 CFR part 1 or 3.
contractor and any subcontractor(s)responsible will be liable
for any unpaid wages and monetary relief,including interest
from the date of the underpayment or loss,due to any workers V. CONTRACT WORK HOURS AND SAFETY STANDARDS
of lower-tier subcontractors,and may be subject to debarment, ACT
as appropriate. 29 CFR 5.5.
7.Contract termination:debarment. A breach of the Pursuant to 29 CFR 5.5(b),the following clauses apply to any
contract clauses in 29 CFR 5.5 may be grounds for termination Federal-aid construction contract in an amount in excess of
of the contract,and for debarment as a contractor and a $100,000 and subject to the overtime provisions of the
subcontractor as provided in 29 CFR 5.12. Contract Work Hours and Safety Standards Act.These
clauses shall be inserted in addition to the clauses required by
29 CFR 5.5(a)or 29 CFR 4.6. As used in this paragraph,the
8.Compliance with Davis-Bacon and Related Act terms laborers and mechanics include watchpersons and
requirements. All rulings and interpretations of the Davis- guards.
Bacon and Related Acts contained in 29 CFR parts 1,3,and 5
are herein incorporated by reference in this contract as 1.Overtime requirements. No contractor or subcontractor
provided in 29 CFR 5.5.
contracting for any part of the contract work which may require
or involve the employment of laborers or mechanics shall
9.Disputes concerning labor standards.As provided in 29 require or permit any such laborer or mechanic in any
CFR 5.5,disputes arising out of the labor standards provisions workweek in which he or she is employed on such work to
of this contract shall not be subject to the general disputes work in excess of forty hours in such workweek unless such
clause of this contract.Such disputes shall be resolved in laborer or mechanic receives compensation at a rate not less
accordance with the procedures of the Department of Labor than one and one-half times the basic rate of pay for all hours
set forth in 29 CFR parts 5,6,and 7.Disputes within the worked in excess of forty hours in such workweek. 29 CFR
meaning of this clause include disputes between the contractor 5.5.
(or any of its subcontractors)and the contracting agency,the
U.S.Department of Labor,or the employees or their 2.Violation; liability for unpaid wages; liquidated
representatives. damages.In the event of any violation of the clause set forth
in paragraph 1.of this section the contractor and any
10.Certification of eligibility.a. By entering into this contract, subcontractor responsible therefor shall be liable for the
the contractor certifies that neither it nor any person or firm unpaid wages and interest from the date of the underpayment.
who has an interest in the contractor's firm is a person or firm In addition,such contractor and subcontractor shall be liable to
ineligible to be awarded Government contracts by virtue of 40 the United States(in the case of work done under contract for
U.S.C.3144(b)or§5.12(a). the District of Columbia or a territory,to such District or to such
territory),for liquidated damages.Such liquidated damages
shall be computed with respect to each individual laborer or
8
mechanic,including watchpersons and guards,employed in event of any violations of these clauses,the prime contractor
violation of the clause set forth in paragraph 1.of this section, and any subcontractor(s)responsible will be liable for any
in the sum currently provided in 29 CFR 5.5(b)(2)*for each unpaid wages and monetary relief,including interest from the
calendar day on which such individual was required or date of the underpayment or loss,due to any workers of lower-
permitted to work in excess of the standard workweek of forty tier subcontractors,and associated liquidated damages and
hours without payment of the overtime wages required by the may be subject to debarment,as appropriate.
clause set forth in paragraph 1.of this section.
5.Anti-retaliation.It is unlawful for any person to discharge,
*$31 as of January 15,2023(See 88 FR 88 FR 2210)as may demote,intimidate,threaten,restrain,coerce,blacklist,harass,
be adjusted annually by the Department of Labor,pursuant to or in any other manner discriminate against,or to cause any
the Federal Civil Penalties Inflation Adjustment Act of 1990. person to discharge,demote,intimidate,threaten,restrain,
coerce,blacklist,harass,or in any other manner discriminate
3.Withholding for unpaid wages and liquidated damages against,any worker or job applicant for:
a. Withholding process.The FHWA or the contracting a.Notifying any contractor of any conduct which the worker
agency may,upon its own action,or must,upon written reasonably believes constitutes a violation of the Contract
request of an authorized representative of the Department of Work Hours and Safety Standards Act(CWHSSA)or its
Labor,withhold or cause to be withheld from the contractor so implementing regulations in this part;
much of the accrued payments or advances as may be
considered necessary to satisfy the liabilities of the prime b.Filing any complaint,initiating or causing to be initiated
contractor or any subcontractor for any unpaid wages; any proceeding,or otherwise asserting or seeking to assert on
monetary relief,including interest;and liquidated damages behalf of themselves or others any right or protection under
required by the clauses set forth in this section on this CWHSSA or this part;
contract,any other Federal contract with the same prime
contractor,or any other federally assisted contract subject to c.Cooperating in any investigation or other compliance
the Contract Work Hours and Safety Standards Act that is held action,or testifying in any proceeding under CWHSSA or this
by the same prime contractor(as defined in§5.2).The part;or
necessary funds may be withheld from the contractor under
this contract,any other Federal contract with the same prime
contractor,or any other federally assisted contract that is d.Informing any other person about their rights under
subject to the Contract Work Hours and Safety Standards Act CWHSSA or this part.
and is held by the same prime contractor,regardless of
whether the other contract was awarded or assisted by the
same agency,and such funds may be used to satisfy the VI.SUBLETTING OR ASSIGNING THE CONTRACT
contractor liability for which the funds were withheld.
This provision is applicable to all Federal-aid construction
b.Priority to withheld funds.The Department has priority to contracts on the National Highway System pursuant to 23 CFR
funds withheld or to be withheld in accordance with Section IV 635.116.
paragraph 2.a.or paragraph 3.a.of this section,or both,over
claims to those funds by: 1.The contractor shall perform with its own organization
contract work amounting to not less than 30 percent(or a
(1)A contractor's surety(ies),including without limitation greater percentage if specified elsewhere in the contract)of
performance bond sureties and payment bond sureties; the total original contract price,excluding any specialty items
designated by the contracting agency. Specialty items may be
performed by subcontract and the amount of any such
(2)A contracting agency for its reprocurement costs; specialty items performed may be deducted from the total
original contract price before computing the amount of work
(3)A trustee(s)(either a court-appointed trustee or a U.S. required to be performed by the contractor's own organization
trustee,or both)in bankruptcy of a contractor,or a contractor's (23 CFR 635.116).
bankruptcy estate; a. The term"perform work with its own organization"in
paragraph 1 of Section VI refers to workers employed or
(4)A contractor's assignee(s); leased by the prime contractor,and equipment owned or
rented by the prime contractor,with or without operators.
(5)A contractor's successor(s);or Such term does not include employees or equipment of a
subcontractor or lower tier subcontractor,agents of the prime
contractor,or any other assignees. The term may include
(6)A claim asserted under the Prompt Payment Act, 31 payments for the costs of hiring leased employees from an
U.S.C.3901-3907. employee leasing firm meeting all relevant Federal and State
regulatory requirements. Leased employees may only be
4.Subcontracts.The contractor or subcontractor must insert included in this term if the prime contractor meets all of the
following conditions:(based on longstanding interpretation)
in any subcontracts the clauses set forth in paragraphs 1.
through 5.of this section and a clause requiring the (1)the prime contractor maintains control over the
subcontractors to include these clauses in any lower tier supervision of the day-to-day activities of the leased
subcontracts.The prime contractor is responsible for employees;
compliance by any subcontractor or lower tier subcontractor (2)the prime contractor remains responsible for the quality
with the clauses set forth in paragraphs 1.through 5.In the of the work of the leased employees;
9
(3)the prime contractor retains all power to accept or health standards(29 CFR Part 1926)promulgated by the
exclude individual employees from work on the project;and Secretary of Labor,in accordance with Section 107 of the
(4)the prime contractor remains ultimately responsible for Contract Work Hours and Safety Standards Act(40 U.S.C.
the payment of predetermined minimum wages,the 3704). 29 CFR 1926.10.
submission of payrolls,statements of compliance and all
other Federal regulatory requirements. 3. Pursuant to 29 CFR 1926.3,it is a condition of this contract
that the Secretary of Labor or authorized representative
b."Specialty Items"shall be construed to be limited to work thereof,shall have right of entry to any site of contract
that requires highly specialized knowledge,abilities,or performance to inspect or investigate the matter of compliance
equipment not ordinarily available in the type of contracting with the construction safety and health standards and to carry
organizations qualified and expected to bid or propose on the out the duties of the Secretary under Section 107 of the
contract as a whole and in general are to be limited to minor Contract Work Hours and Safety Standards Act(40 U.S.C.
components of the overall contract. 23 CFR 635.102. 3704).
2.Pursuant to 23 CFR 635.116(a),the contract amount upon
which the requirements set forth in paragraph(1)of Section VI VIII.FALSE STATEMENTS CONCERNING HIGHWAY
is computed includes the cost of material and manufactured PROJECTS
products which are to be purchased or produced by the
contractor under the contract provisions. This provision is applicable to all Federal-aid construction
contracts and to all related subcontracts.
3.Pursuant to 23 CFR 635.116(c),the contractor shall furnish
(a)a competent superintendent or supervisor who is employed In order to assure high quality and durable construction in
by the firm,has full authority to direct performance of the work conformity with approved plans and specifications and a high
in accordance with the contract requirements,and is in charge degree of reliability on statements and representations made
of all construction operations(regardless of who performs the by engineers,contractors,suppliers,and workers on Federal-
work)and(b)such other of its own organizational resources aid highway projects,it is essential that all persons concerned
(supervision,management,and engineering services)as the with the project perform their functions as carefully,thoroughly,
contracting officer determines is necessary to assure the and honestly as possible. Willful falsification,distortion,or
performance of the contract. misrepresentation with respect to any facts related to the
project is a violation of Federal law. To prevent any
4.No portion of the contract shall be sublet,assigned or misunderstanding regarding the seriousness of these and
otherwise disposed of except with the written consent of the similar acts,Form FHWA-1022 shall be posted on each
contracting officer,or authorized representative,and such Federal-aid highway project(23 CFR Part 635)in one or more
consent when given shall not be construed to relieve the places where it is readily available to all persons concerned
contractor of any responsibility for the fulfillment of the with the project:
contract. Written consent will be given only after the
contracting agency has assured that each subcontract is
evidenced in writing and that it contains all pertinent provisions 18 U.S.C. 1020 reads as follows:
and requirements of the prime contract.(based on long-
standing interpretation of 23 CFR 635.116). "Whoever,being an officer,agent,or employee of the United
States,or of any State or Territory,or whoever,whether a
5.The 30-percent self-performance requirement of paragraph person,association,firm,or corporation,knowingly makes any
(1)is not applicable to design-build contracts;however, false statement,false representation,or false report as to the
contracting agencies may establish their own self-performance character,quality,quantity,or cost of the material used or to
requirements. 23 CFR 635.116(d). be used,or the quantity or quality of the work performed or to
be performed,or the cost thereof in connection with the
submission of plans,maps,specifications,contracts,or costs
VII.SAFETY:ACCIDENT PREVENTION of construction on any highway or related project submitted for
approval to the Secretary of Transportation;or
This provision is applicable to all Federal-aid construction
contracts and to all related subcontracts. Whoever knowingly makes any false statement,false
representation,false report or false claim with respect to the
1. In the performance of this contract the contractor shall character,quality,quantity,or cost of any work performed or to
comply with all applicable Federal,State,and local laws be performed,or materials furnished or to be furnished,in
governing safety,health,and sanitation(23 CFR Part 635). connection with the construction of any highway or related
The contractor shall provide all safeguards,safety devices and project approved by the Secretary of Transportation;or
protective equipment and take any other needed actions as it
determines,or as the contracting officer may determine,to be Whoever knowingly makes any false statement or false
reasonably necessary to protect the life and health of representation as to material fact in any statement,certificate,
employees on the job and the safety of the public and to or report submitted pursuant to provisions of the Federal-aid
protect property in connection with the performance of the Roads Act approved July 11, 1916,(39 Stat.355),as
work covered by the contract. 23 CFR 635.108. amended and supplemented;
2. It is a condition of this contract,and shall be made a Shall be fined under this title or imprisoned not more than 5
condition of each subcontract,which the contractor enters into years or both."
pursuant to this contract,that the contractor and any
subcontractor shall not permit any employee,in performance
of the contract,to work in surroundings or under conditions
which are unsanitary,hazardous or dangerous to his/her
health or safety,as determined under construction safety and
10
IX.IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL
WATER POLLUTION CONTROL ACT(42 U.S.C.7606;2 e.The terms"covered transaction,""debarred,"
CFR 200.88;EO 11738) "suspended,""ineligible,""participant,""person,""principal,"
and"voluntarily excluded,"as used in this clause,are defined
This provision is applicable to all Federal-aid construction in 2 CFR Parts 180,Subpart I, 180.900-180.1020,and 1200.
contracts in excess of$150,000 and to all related "First Tier Covered Transactions"refers to any covered
subcontracts. 48 CFR 2.101;2 CFR 200.327. transaction between a recipient or subrecipient of Federal
funds and a participant(such as the prime or general contract).
By submission of this bid/proposal or the execution of this "Lower Tier Covered Transactions"refers to any covered
contract or subcontract,as appropriate,the bidder,proposer, transaction under a First Tier Covered Transaction(such as
Federal-aid construction contractor,subcontractor,supplier,or subcontracts). "First Tier Participant"refers to the participant
vendor agrees to comply with all applicable standards,orders who has entered into a covered transaction with a recipient or
or regulations issued pursuant to the Clean Air Act(42 U.S.C. subrecipient of Federal funds(such as the prime or general
7401-7671 q)and the Federal Water Pollution Control Act,as contractor). "Lower Tier Participant"refers any participant who
amended(33 U.S.C. 1251-1387).Violations must be reported has entered into a covered transaction with a First Tier
to the Federal Highway Administration and the Regional Office Participant or other Lower Tier Participants(such as
of the Environmental Protection Agency. 2 CFR Part 200, subcontractors and suppliers).
Appendix II.
f.The prospective first tier participant agrees by submitting
The contractor agrees to include or cause to be included the this proposal that,should the proposed covered transaction be
requirements of this Section in every subcontract,and further entered into,it shall not knowingly enter into any lower tier
agrees to take such action as the contracting agency may covered transaction with a person who is debarred,
direct as a means of enforcing such requirements. 2 CFR suspended,declared ineligible,or voluntarily excluded from
200.327. participation in this covered transaction,unless authorized by
the department or agency entering into this transaction. 2
CFR 180.330.
X.CERTIFICATION REGARDING DEBARMENT,
SUSPENSION,INELIGIBILITY AND VOLUNTARY g.The prospective first tier participant further agrees by
EXCLUSION submitting this proposal that it will include the clause titled
"Certification Regarding Debarment,Suspension, Ineligibility
This provision is applicable to all Federal-aid construction and Voluntary Exclusion-Lower Tier Covered Transactions,"
contracts,design-build contracts,subcontracts,lower-tier provided by the department or contracting agency,entering
subcontracts,purchase orders,lease agreements,consultant into this covered transaction,without modification,in all lower
contracts or any other covered transaction requiring FHWA tier covered transactions and in all solicitations for lower tier
approval or that is estimated to cost$25,000 or more— as covered transactions exceeding the$25,000 threshold. 2 CFR
defined in 2 CFR Parts 180 and 1200. 2 CFR 180.220 and 180.220 and 180.300.
1200.220.
h.A participant in a covered transaction may rely upon a
certification of a prospective participant in a lower tier covered
1.Instructions for Certification—First Tier Participants: transaction that is not debarred,suspended,ineligible,or
voluntarily excluded from the covered transaction,unless it
a.By signing and submitting this proposal,the prospective knows that the certification is erroneous. 2 CFR 180.300;
first tier participant is providing the certification set out below. 180.320,and 180.325. A participant is responsible for
ensuring that its principals are not suspended,debarred,or
b.The inability of a person to provide the certification set out otherwise ineligible to participate in covered transactions. 2
below will not necessarily result in denial of participation in this CFR 180.335. To verify the eligibility of its principals,as well
covered transaction.The prospective first tier participant shall as the eligibility of any lower tier prospective participants,each
submit an explanation of why it cannot provide the certification participant may,but is not required to,check the System for
set out below.The certification or explanation will be Award Management website(https://www.sam.gov/). 2 CFR
considered in connection with the department or agency's 180.300, 180.320,and 180.325.
determination whether to enter into this transaction.However,
failure of the prospective first tier participant to furnish a i. Nothing contained in the foregoing shall be construed to
certification or an explanation shall disqualify such a person require the establishment of a system of records in order to
from participation in this transaction. 2 CFR 180.320. render in good faith the certification required by this clause.
The knowledge and information of the prospective participant
c.The certification in this clause is a material representation is not required to exceed that which is normally possessed by
of fact upon which reliance was placed when the contracting a prudent person in the ordinary course of business dealings.
agency determined to enter into this transaction. If it is later
determined that the prospective participant knowingly rendered j.Except for transactions authorized under paragraph(f)of
an erroneous certification,in addition to other remedies these instructions,if a participant in a covered transaction
available to the Federal Government,the contracting agency knowingly enters into a lower tier covered transaction with a
may terminate this transaction for cause of default. 2 CFR person who is suspended,debarred,ineligible,or voluntarily
180.325. excluded from participation in this transaction,in addition to
other remedies available to the Federal Government,the
d.The prospective first tier participant shall provide department or agency may terminate this transaction for cause
immediate written notice to the contracting agency to whom or default. 2 CFR 180.325.
this proposal is submitted if any time the prospective first tier
participant learns that its certification was erroneous when
submitted or has become erroneous by reason of changed
circumstances. 2 CFR 180.345 and 180.350.
11
2. Certification Regarding Debarment,Suspension, this transaction originated may pursue available remedies,
Ineligibility and Voluntary Exclusion—First Tier including suspension and/or debarment.
Participants:
c.The prospective lower tier participant shall provide
a. The prospective first tier participant certifies to the best of immediate written notice to the person to which this proposal is
its knowledge and belief,that it and its principals: submitted if at any time the prospective lower tier participant
learns that its certification was erroneous by reason of
(1) Are not presently debarred,suspended,proposed for changed circumstances. 2 CFR 180.365.
debarment,declared ineligible,or voluntarily excluded from
participating in covered transactions by any Federal d.The terms'covered transaction,""debarred,"
department or agency,2 CFR 180.335;. "suspended,""ineligible,""participant,""person,""principal,"
and"voluntarily excluded,"as used in this clause,are defined
(2) Have not within a three-year period preceding this in 2 CFR Parts 180,Subpart I, 180.900—180.1020,and 1200.
proposal been convicted of or had a civil judgment rendered You may contact the person to which this proposal is
against them for commission of fraud or a criminal offense in submitted for assistance in obtaining a copy of those
connection with obtaining,attempting to obtain,or performing regulations. "First Tier Covered Transactions"refers to any
a public(Federal,State,or local)transaction or contract under covered transaction between a recipient or subrecipient of
a public transaction;violation of Federal or State antitrust Federal funds and a participant(such as the prime or general
statutes or commission of embezzlement,theft,forgery, contract). "Lower Tier Covered Transactions"refers to any
bribery,falsification or destruction of records,making false covered transaction under a First Tier Covered Transaction
statements,or receiving stolen property,2 CFR 180.800; (such as subcontracts). "First Tier Participant'refers to the
participant who has entered into a covered transaction with a
(3) Are not presently indicted for or otherwise criminally or recipient or subrecipient of Federal funds(such as the prime or
civilly charged by a governmental entity(Federal,State or general contractor). "Lower Tier Participant'refers any
local)with commission of any of the offenses enumerated in participant who has entered into a covered transaction with a
paragraph(a)(2)of this certification,2 CFR 180.700 and First Tier Participant or other Lower Tier Participants(such as
180.800;and subcontractors and suppliers).
(4) Have not within a three-year period preceding this e.The prospective lower tier participant agrees by
application/proposal had one or more public transactions submitting this proposal that,should the proposed covered
(Federal,State or local)terminated for cause or default. 2 transaction be entered into,it shall not knowingly enter into
CFR 180.335(d). any lower tier covered transaction with a person who is
debarred,suspended,declared ineligible,or voluntarily
(5)Are not a corporation that has been convicted of a felony excluded from participation in this covered transaction,unless
violation under any Federal law within the two-year period authorized by the department or agency with which this
preceding this proposal(USDOT Order 4200.6 implementing transaction originated. 2 CFR 1200.220 and 1200.332.
appropriations act requirements);and
f.The prospective lower tier participant further agrees by
(6)Are not a corporation with any unpaid Federal tax liability submitting this proposal that it will include this clause titled
that has been assessed,for which all judicial and "Certification Regarding Debarment,Suspension, Ineligibility
administrative remedies have been exhausted,or have lapsed, and Voluntary Exclusion-Lower Tier Covered Transaction,"
and that is not being paid in a timely manner pursuant to an without modification,in all lower tier covered transactions and
agreement with the authority responsible for collecting the tax in all solicitations for lower tier covered transactions exceeding
liability(USDOT Order 4200.6 implementing appropriations act the$25,000 threshold. 2 CFR 180.220 and 1200.220.
requirements).
g.A participant in a covered transaction may rely upon a
b. Where the prospective participant is unable to certify to certification of a prospective participant in a lower tier covered
any of the statements in this certification,such prospective transaction that is not debarred,suspended,ineligible,or
participant should attach an explanation to this proposal. 2 voluntarily excluded from the covered transaction,unless it
CFR 180.335 and 180.340. knows that the certification is erroneous.A participant is
responsible for ensuring that its principals are not suspended,
debarred,or otherwise ineligible to participate in covered
transactions. To verify the eligibility of its principals,as well as
3.Instructions for Certification-Lower Tier Participants: the eligibility of any lower tier prospective participants,each
participant may,but is not required to,check the System for
(Applicable to all subcontracts,purchase orders,and other Award Management website(https://www.sam.gov/),which is
lower tier transactions requiring prior FHWA approval or compiled by the General Services Administration. 2 CFR
estimated to cost$25,000 or more-2 CFR Parts 180 and 180.300, 180.320, 180.330,and 180.335.
1200). 2 CFR 180.220 and 1200.220.
h.Nothing contained in the foregoing shall be construed to
a.By signing and submitting this proposal,the prospective require establishment of a system of records in order to render
lower tier participant is providing the certification set out below. in good faith the certification required by this clause.The
knowledge and information of participant is not required to
b.The certification in this clause is a material representation exceed that which is normally possessed by a prudent person
of fact upon which reliance was placed when this transaction in the ordinary course of business dealings.
was entered into. If it is later determined that the prospective
lower tier participant knowingly rendered an erroneous i.Except for transactions authorized under paragraph a of
certification,in addition to other remedies available to the these instructions,if a participant in a covered transaction
Federal Government,the department,or agency with which knowingly enters into a lower tier covered transaction with a
person who is suspended,debarred,ineligible,or voluntarily
12
excluded from participation in this transaction,in addition to cooperative agreement,the undersigned shall complete and
other remedies available to the Federal Government,the submit Standard Form-LLL,"Disclosure Form to Report
department or agency with which this transaction originated Lobbying,"in accordance with its instructions.
may pursue available remedies,including suspension and/or
debarment. 2 CFR 180.325. 2.This certification is a material representation of fact upon
which reliance was placed when this transaction was made or
***** entered into. Submission of this certification is a prerequisite
for making or entering into this transaction imposed by 31
4. Certification Regarding Debarment,Suspension, U.S.C. 1352. Any person who fails to file the required
Ineligibility and Voluntary Exclusion--Lower Tier certification shall be subject to a civil penalty of not less than
Participants: $10,000 and not more than$100,000 for each such failure.
a.The prospective lower tier participant certifies,by 3.The prospective participant also agrees by submitting its
submission of this proposal,that neither it nor its principals: bid or proposal that the participant shall require that the
language of this certification be included in all lower tier
(1)is presently debarred,suspended,proposed for subcontracts,which exceed$100,000 and that all such
debarment,declared ineligible,or voluntarily excluded from recipients shall certify and disclose accordingly.
participating in covered transactions by any Federal
department or agency,2 CFR 180.355;
XII. USE OF UNITED STATES-FLAG VESSELS:
(2)is a corporation that has been convicted of a felony
violation under any Federal law within the two-year period This provision is applicable to all Federal-aid construction
preceding this proposal(USDOT Order 4200.6 implementing contracts,design-build contracts,subcontracts,lower-tier
appropriations act requirements);and subcontracts,purchase orders,lease agreements,or any other
covered transaction. 46 CFR Part 381.
(3)is a corporation with any unpaid Federal tax liability that
has been assessed,for which all judicial and administrative This requirement applies to material or equipment that is
remedies have been exhausted,or have lapsed,and that is acquired for a specific Federal-aid highway project. 46 CFR
not being paid in a timely manner pursuant to an agreement 381.7. It is not applicable to goods or materials that come into
with the authority responsible for collecting the tax liability. inventories independent of an FHWA funded-contract.
(USDOT Order 4200.6 implementing appropriations act
requirements) When oceanic shipments(or shipments across the Great
Lakes)are necessary for materials or equipment acquired for a
b.Where the prospective lower tier participant is unable to specific Federal-aid construction project,the bidder,proposer,
certify to any of the statements in this certification,such contractor,subcontractor,or vendor agrees:
prospective participant should attach an explanation to this
proposal. 1.To utilize privately owned United States-flag commercial
vessels to ship at least 50 percent of the gross tonnage
* (computed separately for dry bulk carriers,dry cargo liners,
and tankers)involved,whenever shipping any equipment,
material,or commodities pursuant to this contract,to the
XI.CERTIFICATION REGARDING USE OF CONTRACT extent such vessels are available at fair and reasonable rates
FUNDS FOR LOBBYING for United States-flag commercial vessels. 46 CFR 381.7.
This provision is applicable to all Federal-aid construction 2.To furnish within 20 days following the date of loading for
contracts and to all related subcontracts which exceed shipments originating within the United States or within 30
$100,000. 49 CFR Part 20,App.A. working days following the date of loading for shipments
originating outside the United States,a legible copy of a rated,
1.The prospective participant certifies,by signing and 'on-board'commercial ocean bill-of-lading in English for each
submitting this bid or proposal,to the best of his or her shipment of cargo described in paragraph(b)(1)of this section
knowledge and belief,that: to both the Contracting Officer(through the prime contractor in
the case of subcontractor bills-of-lading)and to the Office of
a.No Federal appropriated funds have been paid or will be Cargo and Commercial Sealift(MAR-620),Maritime
paid,by or on behalf of the undersigned,to any person for Administration,Washington,DC 20590.(MARAD requires
influencing or attempting to influence an officer or employee of copies of the ocean carrier's(master)bills of lading,certified
any Federal agency,a Member of Congress,an officer or onboard,dated,with rates and charges.These bills of lading
employee of Congress,or an employee of a Member of may contain business sensitive information and therefore may
Congress in connection with the awarding of any Federal be submitted directly to MARAD by the Ocean Transportation
contract,the making of any Federal grant,the making of any Intermediary on behalf of the contractor). 46 CFR 381.7.
Federal loan,the entering into of any cooperative agreement,
and the extension,continuation,renewal,amendment,or
modification of any Federal contract,grant,loan,or
cooperative agreement.
b.If any funds other than Federal appropriated funds have
been paid or will be paid to any person for influencing or
attempting to influence an officer or employee of any Federal
agency,a Member of Congress,an officer or employee of
Congress,or an employee of a Member of Congress in
connection with this Federal contract,grant,loan,or
13
ATTACHMENT A-EMPLOYMENT AND MATERIALS
PREFERENCE FOR APPALACHIAN DEVELOPMENT
HIGHWAY SYSTEM OR APPALACHIAN LOCAL ACCESS
ROAD CONTRACTS(23 CFR 633,Subpart B,Appendix B)
This provision is applicable to all Federal-aid projects funded
under the Appalachian Regional Development Act of 1965.
1.During the performance of this contract,the contractor
undertaking to do work which is,or reasonably may be,done
as on-site work,shall give preference to qualified persons who
regularly reside in the labor area as designated by the DOL
wherein the contract work is situated,or the subregion,or the
Appalachian counties of the State wherein the contract work is
situated,except:
a.To the extent that qualified persons regularly residing in
the area are not available.
b.For the reasonable needs of the contractor to employ
supervisory or specially experienced personnel necessary to
assure an efficient execution of the contract work.
c.For the obligation of the contractor to offer employment to
present or former employees as the result of a lawful collective
bargaining contract,provided that the number of nonresident
persons employed under this subparagraph(1 c)shall not
exceed 20 percent of the total number of employees employed
by the contractor on the contract work,except as provided in
subparagraph(4)below.
2.The contractor shall place a job order with the State
Employment Service indicating(a)the classifications of the
laborers,mechanics and other employees required to perform
the contract work,(b)the number of employees required in
each classification,(c)the date on which the participant
estimates such employees will be required,and(d)any other
pertinent information required by the State Employment
Service to complete the job order form. The job order may be
placed with the State Employment Service in writing or by
telephone. If during the course of the contract work,the
information submitted by the contractor in the original job order
is substantially modified,the participant shall promptly notify
the State Employment Service.
3.The contractor shall give full consideration to all qualified
job applicants referred to him by the State Employment
Service. The contractor is not required to grant employment to
any job applicants who,in his opinion,are not qualified to
perform the classification of work required.
4. If,within one week following the placing of a job order by
the contractor with the State Employment Service,the State
Employment Service is unable to refer any qualified job
applicants to the contractor,or less than the number
requested,the State Employment Service will forward a
certificate to the contractor indicating the unavailability of
applicants. Such certificate shall be made a part of the
contractor's permanent project records. Upon receipt of this
certificate,the contractor may employ persons who do not
normally reside in the labor area to fill positions covered by the
certificate,notwithstanding the provisions of subparagraph(1c)
above.
5. The provisions of 23 CFR 633.207(e)allow the
contracting agency to provide a contractual preference for the
use of mineral resource materials native to the Appalachian
region.
6.The contractor shall include the provisions of Sections 1
through 4 of this Attachment A in every subcontract for work
which is,or reasonably may be,done as on-site work.
14
Required Federal Aid Contract Language From LAPM Exhibit 12-G
12. FEMALE AND MINORITY GOALS
To comply with Section Il, "Nondiscrimination," of"Required Contract Provisions Federal-Aid Construction
Contracts,"the following are for female and minority utilization goals for Federal-aid construction contracts and
subcontracts that exceed $10,000:
The nationwide goal for female utilization is 6.9 percent.
The goals for minority utilization (45 Fed Reg 65984 (10/3/1980))are as follows:
MINORITY UTILIZATION GOALS
Economic Goal
Area (Percent)
Redding CA:
174 Non-SMSA(Standard Metropolitan Statistical Area)Counties: 6.8
CA Lassen; CA Modoc; CA Plumas; CA Shasta; CA Siskiyou; CA Tehama
Eureka, CA
175 Non-SMSA Counties: 6.6
CA Del Norte; CA Humboldt; CA Trinity
San Francisco-Oakland-San Jose,CA:
SMSA Counties:
7120 Salinas-Seaside-Monterey, CA 28.9
CA Monterey
7360 San Francisco-Oakland 25.6
CA Alameda; CA Contra Costa; CA Marin; CA San Francisco; CA San Mateo
7400 San Jose, CA 19.6
176 CA Santa Clara, CA
7485 Santa Cruz, CA
14.9
CA Santa Cruz
7500 Santa Rosa 9.1
CA Sonoma
8720 Vallejo-Fairfield-Napa, CA 17.1
CA Napa; CA Solano
Non-SMSA Counties: 23.2
CA Lake; CA Mendocino; CA San Benito
Sacramento, CA:
SMSA Counties:
177 6920 Sacramento, CA 16.1
CA Placer; CA Sacramento; CA
Yolo Non-SMSA Counties 14.3
CA Butte; CA Colusa; CA El Dorado; CA Glenn; CA Nevada; CA Sierra; CA Sutter; CA
Yuba
Stockton-Modesto, CA:
SMSA Counties:
5170 Modesto, CA 12.3
178 CA Stanislaus
8120 Stockton,CA 24.3
CA San Joaquin
Non-SMSA Counties 19.8
CA Alpine; CA Amador; CA Calaveras; CA Mariposa; CA Merced; CA Tuolumne
Fresno-Bakersfield, CA
SMSA Counties:
179 0680 Bakersfield,CA 19.1
CA Kern
2840 Fresno, CA 26.1
Page 13 of 18
October 2023
Required Federal Aid Contract Language From LAPM Exhibit 12-G
CA Fresno
Non-SMSA Counties: 23.6
CA Kings; CA Madera; CA Tulare
Los Angeles, CA:
SMSA Counties:
0360 Anaheim-Santa Ana-Garden Grove, CA 11.9
CA Orange
4480 Los Angeles-Long Beach, CA 28.3
CA Los Angeles 21.5
180 6000 Oxnard-Simi Valley-Ventura,CA
CA Ventura 19.0
6780 Riverside-San Bernardino-Ontario, CA
CA Riverside; CA San Bernardino 19.7
7480 Santa Barbara-Santa Maria-Lompoc, CA
CA Santa Barbara 24.6
Non-SMSA Counties
CA Inyo; CA Mono; CA San Luis Obispo
San Diego, CA:
SMSA Counties
7320 San Diego, CA 16.9
181 CA San Diego
Non-SMSA Counties 18.2
CA Imperial
For the last full week of July during which work is performed under the contract, the prime contractor and each
non material-supplier subcontractor with a subcontract of$10,000 or more must complete Form FHWA PR-1391
(Appendix C to 23 CFR 230). Submit the forms by August 15.
13. TITLE VI ASSURANCES
[The U.S. Department of Transportation Order No.1050.2A requires all federal-aid Department of Transportation
contracts between an agency and a contractor to contain Appendix A and E.
Note:Appendix B only requires inclusion if the contract impacts deeds effecting or recording the transfer of real
property, structures, or improvements thereon, or granting interest therein.Appendices C and D only require inclusion
if the contract impacts deeds, licenses, leases, permits, or similar instruments entered into by the recipient.]
APPENDIXA
During the performance of this Agreement, the contractor, for itself, its assignees and successors in interest
(hereinafter collectively referred to as CONTRACTOR) agrees as follows:
a. Compliance with Regulations: CONTRACTOR shall comply with the regulations relative to
nondiscrimination in federally assisted programs of the Department of Transportation, Title 49, Code of
Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as
the REGULATIONS), which are herein incorporated by reference and made a part of this agreement.
b. Nondiscrimination: CONTRACTOR,with regard to the work performed by it during the AGREEMENT,
shall not discriminate on the grounds of race, color, sex, national origin, religion, age, or disability in
the selection and retention of sub-applicants, including procurements of materials and leases of
equipment. CONTRACTOR shall not participate either directly or indirectly in the discrimination
prohibited by Section 21.5 of the Regulations, including employment practices when the agreement
covers a program set forth in Appendix B of the Regulations.
c. Solicitations for Sub-agreements, Including Procurements of Materials and Equipment: In all
solicitations either by competitive bidding or negotiation made by CONTRACTOR for work to be
performed under a Sub-agreement, including procurements of materials or leases of equipment, each
potential sub-applicant or supplier shall be notified by CONTRACTOR of the CONTRACTOR'S
obligations under this Agreement and the Regulations relative to nondiscrimination on the grounds of
Page 14 of 18
October 2023
Required Federal Aid Contract Language From LAPM Exhibit 12-G
race, color, or national origin.
d. Information and Reports: CONTRACTOR shall provide all information and reports required by the
Regulations, or directives issued pursuant thereto, and shall permit access to its books, records,
accounts, other sources of information, and its facilities as may be determined by the recipient or FHWA
to be pertinent to ascertain compliance with such Regulations or directives. Where any information
required of CONTRACTOR is in the exclusive possession of another who fails or refuses to furnish this
information, CONTRACTOR shall so certify to the recipient or FHWA as appropriate, and shall set forth
what efforts CONTRACTOR has made to obtain the information.
e. Sanctions for Noncompliance: In the event of CONTRACTOR's noncompliance with the
nondiscrimination provisions of this agreement, the recipient shall impose such agreement sanctions
as it or the FHWA may determine to be appropriate, including, but not limited to:
i. withholding of payments to CONTRACTOR under the Agreement within a reasonable period
of time, not to exceed 90 days; and/or
ii. cancellation,termination or suspension of the Agreement, in whole or in part.
f. Incorporation of Provisions: CONTRACTOR shall include the provisions of paragraphs (1) through (6)
in every sub-agreement, including procurements of materials and leases of equipment, unless exempt
by the Regulations, or directives issued pursuant thereto.
CONTRACTOR shall take such action with respect to any sub-agreement or procurement as the recipient or
FHWA may direct as a means of enforcing such provisions including sanctions for noncompliance, provided,
however, that, in the event CONTRACTOR becomes involved in, or is threatened with, litigation with a sub-
applicant or supplier as a result of such direction, CONTRACTOR may request the recipient enter into such
litigation to protect the interests of the State, and, in addition, CONTRACTOR may request the United States
to enter into such litigation to protect the interests of the United States.
APPENDIX E
During the performance of this contract, the contractor, for itself, its assignees, and successors in interest
(hereinafter referred to as the"contractor") agrees to comply with the following non-discrimination statutes
and authorities, including, but not limited to:
Pertinent Non-Discrimination Authorities:
• Title VI of the Civil Rights Act of 1964 (42 U.S.C. §2000d et seq., 78 stat. 252), prohibits discrimination on
the basis of race, color, national origin); and 49 CFR Part 21.
• The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. §4601),
(prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or
Federal-aid programs and projects);
• Federal-Aid Highway Act of 1973, (23 U.S.C. § 324 et seq.), prohibits discrimination on the basis of sex;
• Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. §794 et seq.), as amended, (prohibits
discrimination on the basis of disability); and 49 CR Part 27;
• The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), prohibits discrimination on the
basis of age);
• Airport and Airway Improvement Act of 1982, (49 U.S.C. §471, Section 47123), as amended, (prohibits
discrimination based on race, creed, color, national origin, or sex);
• The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and applicability of
Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the
Rehabilitation Act of 1973, by expanding the definition of the terms "programs or activities"to include all of
the programs or activities of the Federal-aid recipients, sub-recipients and contractors, whether such
programs or activities are Federally funded or not);
• Titles II and III of the Americans with Disabilities Act, which prohibit discrimination of the basis of disability in
the operation of public entities, public and private transportation systems, places of public accommodation,
and certain testing entities (42 U.S.C. §§ 12131 — 12189) as implemented by Department of Transportation
regulations 49 C.F.R. parts 37 and 38;
Page 15 of 18
October 2023
Required Federal Aid Contract Language From LAPM Exhibit 12-G
• The Federal Aviation Administration's Non-discrimination statute (49 U.S.C. §47123) (prohibits
discrimination on the basis of race, color, national origin, and sex);
• Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low-
Income Populations, which ensures discrimination against minority populations by discouraging programs,
policies, and activities with disproportionately high and adverse human health or environmental effects on
minority and low-income populations;
• Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and
resulting agency guidance, national origin discrimination includes discrimination because of limited English
proficiency(LEP). To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP
persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100);
•Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating
because of sex in education programs or activities (20 U.S.C. 1681 et seq).
Federal Trainee Program Special Provisions
(to be used when applicable)
14. FEDERAL TRAINEE PROGRAM
For the Federal training program,the number of trainees orapprentices is .
This section applies if a number of trainees or apprentices is shown on the Notice of Bidders.
As part of the prime contractor's equal opportunity affirmative action program, provide on-the-job training to
develop full journeymen in the types of trades or job classifications involved.
The prime contractor has primary responsibility for meeting this training requirement.
If the prime contractor subcontracts a contract part, they shall determine how many trainees or apprentices are
to be trained by the subcontractor. Include these training requirements in each subcontract.
Where feasible, 25 percent of apprentices or trainees in each occupation must be in their 1st year of
apprenticeship or training.
Distribute the number of apprentices or trainees among the work classifications on the basis of the prime
contractor's needs and the availability of journeymen in the various classifications within a reasonable
recruitment area.
Before starting work,the prime contractor shall submit to the City/County of Fresno:
1. Number of apprentices or trainees to be trained for each classification
2. Training program to be used
3. Training starting date for each classification
The prime contractor shall obtain the County of Fresno's approval for this submitted information before the
prime contractor starts work. The County of Fresno's credits the prime contractor for each apprentice or trainee
the prime contractor employs on the job who is currently enrolled or becomes enrolled in an approved program.
The primary objective of this section is to train and upgrade minorities and women toward journeyman status.
The prime contractor shall make every effort to enroll minority and women apprentices or trainees, such as
conducting systematic and direct recruitment through public and private sources likely to yield minority and
women apprentices or trainees, to the extent they are available within a reasonable recruitment area and show
that they have made the efforts. In making these efforts, the prime contractor shall not discriminate against any
applicant for training.
The prime contractor shall not employ as an apprentice or trainee an employee:
1. In any classification in which the employee has successfully completed a training course leading to
journeyman status or in which the employee has been employed as a journeyman
2. Who is not registered in a program approved by the US Department of Labor, Bureau of
Apprenticeship and Training
The prime contractor shall ask the employee if the employee has successfully completed a training course
leading to journeyman status or has been employed as a journeyman. The prime contractor's records must show
the employee's answers to the questions.
Page 16 of 18
October 2023
Required Federal Aid Contract Language From LAPM Exhibit 12-G
In the training program, the prime contractor shall establish the minimum length and training type for each
classification. The County of Fresno's and FHWA approves a program if one of the following is met:
1. It is calculated to:
• Meet the equal employment opportunity responsibilities
• Qualify the average apprentice or trainee for journeyman status in the classification involved by
the end of the training period
2. It is registered with the U.S. Department of Labor, Bureau of Apprenticeship and Training, and it is
administered in a way consistent with the equal employment responsibilities of Federal-aid highway
construction contracts
The prime contractor shall obtain the State's approval for their training program before they start work involving
the classification covered by the program.
The prime contractor shall provide training in the construction crafts, not in clerk-typist or secretarial-type
positions. Training is allowed in lower-level management positions such as office engineers, estimators, and
timekeepers if the training is oriented toward construction applications. Training is allowed in the laborer
classification if significant and meaningful training is provided and approved by the division office. Off-site
training is allowed if the training is an integral part of an approved training program and does not make up a
significant part of the overall training.
The County of Fresno reimburses the prime contractor 80 cents per hour of training given an employee on this
contract under an approved training program:
1. For on-site training
2. For off-site training if the apprentice or trainee is currently employed on a Federal-aid project and
prime contractor does at least one of the following:
a. Contribute to the cost of the training
b. Provide the instruction to the apprentice or trainee
c. Pay the apprentice's or trainee's wages during the off-site training period
3. If the prime contractor complies with this section.
Each apprentice or trainee must:
1. Begin training on the project as soon as feasible after the start of work involving the apprentice's or
trainee's skill
2. Remain on the project as long as training opportunities exist in the apprentice's or trainee's work
classification or until the apprentice or trainee has completed the training program
Furnish the apprentice or trainee a:
1. Copy of the training plan approved by the U.S, Department of Labor or a training plan for trainees
approved by both Caltrans and FHWA
2. Certification showing the type and length of training satisfactorily completed
Maintain records and submit reports documenting contractor's performance under this section.
15. PROHIBITION OF CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE EQUIPMENT AND
SERVICES
In response to significant national security concerns, the agency shall check the prohibited vendor list before
making any telecommunications and video surveillance purchase because recipients and subrecipients of
federal funds are prohibited from obligating or expending loan or grant funds to:
• Procure or obtain;
• Extend or renew a contract to procure or obtain; or
• Enter into a contract (or extend or renew a contract)to procure or obtain equipment, services, or
systems that uses covered telecommunications equipment or services as a substantial or essential
component of any system, or as critical technology as part of any system.
The prohibited vendors(and their subsidiaries or affiliates)are:
• Huawei Technologies Company;
• ZTE Corporation;
Page 17 of 18
October 2023
Required Federal Aid Contract Language From LAPM Exhibit 12-G
• Hytera Communications Corporation;
• Hangzhou Hikvision Digital Technology Company;
• Dahua Technology Company; and
• Subsidiaries or affiliates of the above-mentioned companies.
In implementing the prohibition, the agency administering loan, grant, or subsidy programs shall prioritize
available funding and technical support to assist affected businesses, institutions and organizations as is
reasonably necessary for those affected entities to transition from covered communications equipment and
services, to procure replacement equipment and services, and to ensure that communications service to users
and customers is sustained.
The contractors should furnish telecommunications and video surveillance equipment with a certificate of
compliance. The certificate must state telecommunications and video surveillance equipment was not procured
or obtained from manufacturers identified in the above list.
Page 18 of 18
October 2023
1/30/24,7:56 AM SAM.gov
"General Decision Number: CA20230018 12/01/2023
Superseded General Decision Number: CA20220018
State: California
Construction Types: Building, Heavy (Heavy and Dredging) and
Highway
Counties: Alameda, Calaveras, Contra Costa, Fresno, Kings,
Madera, Mariposa, Merced, Monterey, San Benito, San Francisco,
San Joaquin, San Mateo, Santa Clara, Santa Cruz, Stanislaus and
Tuolumne Counties in California.
BUILDING CONSTRUCTION PROJECTS; DREDGING PROJECTS (does not
include hopper dredge work); HEAVY CONSTRUCTION PROJECTS (does
not include water well drilling); HIGHWAY CONSTRUCTION PROJECTS
Note: Contracts subject to the Davis-Bacon Act are generally
required to pay at least the applicable minimum wage rate
required under Executive Order 14026 or Executive Order 13658.
Please note that these Executive Orders apply to covered
contracts entered into by the federal government that are
subject to the Davis-Bacon Act itself, but do not apply to
contracts subject only to the Davis-Bacon Related Acts,
including those set forth at 29 CFR 5.1(a)(2)-(60).
JIf the contract is entered Executive Order 14026
linto on or after January 30, generally applies to the
12022, or the contract is contract.
renewed or extended (e.g., an The contractor must pay
loption is exercised) on or all covered workers at
lafter January 30, 2022: least $16.20 per hour (or
the applicable wage rate
listed on this wage
determination, if it is
higher) for all hours
spent performing on the
contract in 2023.
JIf the contract was awarded onl . Executive Order 13658
for between January 1, 2015 andl generally applies to the
13anuary 29, 2022, and the contract.
contract is not renewed or The contractor must pay alli
lextended on or after January covered workers at least 1
130, 2022: 1 $12.15 per hour (or the
applicable wage rate listed)
on this wage determination, 1
if it is higher) for all
hours spent performing on
that contract in 2023. 1
1 1 1
The applicable Executive Order minimum wage rate will be
adjusted annually. If this contract is covered by one of the
Executive Orders and a classification considered necessary for
performance of work on the contract does not appear on this
wage determination, the contractor must still submit a
conformance request.
Additional information on contractor requirements and worker
protections under the Executive Orders is available at
http://www.dol.gov/whd/govcontracts.
Modification Number Publication Date
0 01/06/2023
1 01/13/2023
2 01/20/2023
https://sam.gov/wage-determination/CA20230018/29 1/65
1/30/24,7:56AM SAM.gov
3 02/10/2023
4 02/24/2023
5 03/03/2023
6 03/10/2023
7 03/17/2023
8 03/31/2023
9 04/07/2023
10 04/14/2023
11 04/21/2023
12 06/02/2023
13 06/09/2023
14 06/23/2023
15 06/30/2023
16 07/14/2023
17 07/28/2023
18 08/11/2023
19 08/18/2023
20 08/25/2023
21 09/01/2023
22 09/08/2023
23 09/22/2023
24 09/29/2023
25 10/06/2023
26 10/20/2023
27 11/03/2023
28 11/17/2023
29 12/01/2023
ASBE0016-004 01/01/2021
AREA 1: CALAVERAS, FRESNO, KINGS, MADERA, MARIPOSA, MERCED,
MONTEREY, SAN BENITO, SAN JOAQUIN, SANTA CRUZ, STANISLAUS &
TOULMNE COUNTIES
AREA 2: ALAMEDA, CONTRA COSTA, SAN FRANCISCO, SAN MATEO & SANTA
CLARA COUNTIES
Rates Fringes
Asbestos Removal
worker/hazardous material
handler (Includes
preparation, wetting,
stripping, removal,
scrapping, vacuuming, bagging
and disposing of all
insulation materials from
mechanical systems, whether
they contain asbestos or not)
Area 1....... . . ........ . . ...$ 30.45 10.60
Area 2....... . . ....... . . . ...$ 36.53 9.27
----------------------------------------------------------------
ASBE0016-008 02/01/2023
AREA 1: ALAMEDA, CONTRA COSTA, MONTEREY, SAN BENITO, SAN
FRANCISCO, SAN MATEO, SANTA CLARA, & SANTA CRUZ
AREA 2: CALAVERAS, COLUSA, FRESNO, KINGS, MADERA, MARIPOSA,
MERCED, SAN JOAQUIN, STANISLAUS, & TUOLUMNE
Rates Fringes
Asbestos Workers/Insulator
(Includes the application of
all insulating materials,
Protective Coverings,
Coatings, and Finishes to all
types of mechanical systems)
Area 1....... . . ....... . . . ...$ 80.91 23.82
Area 2....... . . ........ . . ...$ 62.26 23.82
https://sam.gov/wage-determination/CA20230018/29 2/65
1/30/24,7:56 AM SAM.gov
----------------------------------------------------------------
BOIL0549-001 01/01/2021
AREA 1: ALAMEDA, CONTRA COSTA, SAN FRANCISCO, SAN MATEO & SANTA
CLARA COUNTIES
AREA 2: REMAINING COUNTIES
Rates Fringes
BOILERMAKER
Area 1....... . . ........ . ....$ 49.62 41.27
Area 2....... . . ........ . . ...$ 45.60 38.99
----------------------------------------------------------------
BRCA0003-001 08/01/2022
Rates Fringes
MARBLE FINISHER... . . ........ . . ...$ 39.20 18.31
----------------------------------------------------------------
BRCA0003-003 08/01/2022
Rates Fringes
MARBLE MASON...... . . ........ . . ...$ 56.98 28.54
----------------------------------------------------------------
BRCA0003-005 05/01/2022
Rates Fringes
BRICKLAYER
( 1) Fresno, Kings,
Madera, Mariposa, Merced....$ 47.88 23.29
( 7) San Francisco, San
Mateo........ . . ....... . . . ...$ 53.69 26.03
( 8) Alameda, Contra
Costa, San Benito, Santa
Clara........ . . ........ . ....$ 53.61 23.81
( 9) Calaveras, San
Joaquin, Stanislaus,
Toulumne..... . . ........ . . ...$ 45.12 21.55
(16) Monterey, Santa Cruz...$ 50.78 25.42
----------------------------------------------------------------
BRCA0003-008 07/01/2022
Rates Fringes
TERRAZZO FINISHER. . . ........ . ....$ 41.93 18.98
TERRAZZO WORKER/SETTER...... . ....$ 56.84 27.53
----------------------------------------------------------------
BRCA0003-011 04/01/2022
AREA 1: Alameda, Contra Costa, Monterey, San Benito, San
Francisco, San Mateo, Santa Clara, Santa Cruz
AREA 2: Calaveras, San Joaquin, Stanislaus, Tuolumne
AREA 3: Fresno, Kings, Madera, Mariposa, Merced
Rates Fringes
TILE FINISHER
Area 1....... . . ........ . ....$ 33.86 17.54
Area 2....... . . ........ . ....$ 30.90 17.67
Area 3....... . . ........ . . ...$ 29.89 16.80
Tile Layer
Area 1....... . . ........ . . ...$ 55.41 20.50
Area 2....... . . ........ . ....$ 50.66 20.40
Area 3....... . . ........ . ....$ 45.76 19.92
----------------------------------------------------------------
https://sam.gov/wage-determination/CA20230018/29 3/65
1/30/24,7:56 AM SAM.gov
CARP0022-001 07/01/2023
San Francisco County
Rates Fringes
Carpenters
Bridge Builder/Highway
Carpenter.... . . ....... . . . ...$ 60.39 33.52
Hardwood Floorlayer,
Shingler, Power Saw
Operator, Steel Scaffold &
Steel Shoring Erector, Saw
Filer........ . . ........ . . ...$ 60.54 33.52
Journeyman Carpenter.. . . . ...$ 60.39 33.52
Millwright... . . ........ . . ...$ 60.49 35.11
----------------------------------------------------------------
CARP0034-001 07/01/2021
Rates Fringes
Diver
Assistant Tender, ROV
Tender/Technician..... . . . ...$ 54.10 34.69
Diver standby. . ....... . . . ...$ 60.51 34.69
Diver Tender. . . ........ . . ...$ 59.51 34.69
Diver wet.... . . ........ . . ...$ 103.62 34.69
Manifold Operator (mixed
gas). ........ . . ........ . ....$ 64.51 34.69
Manifold Operator (Standby).$ 59.51 34.69
DEPTH PAY (Surface Diving):
050 to 100 ft $2.00 per foot
101 to 150 ft $3.00 per foot
151 to 220 ft $4.00 per foot
221 ft.-deeper $5.00 per foot
SATURATION DIVING:
The standby rate shall apply until saturation starts. The
saturation diving rate applies when divers are under
pressure continuously until work task and decompression are
complete. The diver rate shall be paid for all saturation
hours.
DIVING IN ENCLOSURES:
Where it is necessary for Divers to enter pipes or tunnels,
or other enclosures where there is no vertical ascent, the
following premium shall be paid: Distance traveled from
entrance 26 feet to 300 feet: $1.00 per foot. When it is
necessary for a diver to enter any pipe, tunnel or other
enclosure less than 48"" in height, the premium will be
$1.00 per foot.
WORK IN COMBINATION OF CLASSIFICATIONS:
Employees working in any combination of classifications
within the diving crew (except dive supervisor) in a shift
are paid in the classification with the highest rate for
that shift.
----------------------------------------------------------------
CARP0034-003 07/01/2021
Rates Fringes
Piledriver........ . . ........ . ....$ 54.10 34.69
----------------------------------------------------------------
CARP0035-007 07/01/2020
AREA 1: Alameda, Contra Costa, San Francisco, San Mateo, Santa
Clara counties
AREA 2: Monterey, San Benito, Santa Cruz Counties
https://sam.gov/wage-determination/CA20230018/29 4/65
1/30/24,7:56 AM SAM.gov
AREA 3: Calaveras, Fresno, Kings, Madera, Mariposa, Merced, San
Joaquin, Stanislaus, Tuolumne Counties
Rates Fringes
Modular Furniture Installer
Area 1
Installer... . . ........ . . ...$ 28.76 22.53
Lead Installer........ . . ...$ 32.21 23.03
Master Installer...... . ....$ 36.43 23.03
Area 2
Installer... . . ........ . . ...$ 26.11 22.53
Lead Installer....... . . . ...$ 29.08 23.03
Master Installer...... . . ...$ 32.71 23.03
Area 3
Installer.... ......... . ....$ 25.16 22.53
Lead Installer........ . . ...$ 27.96 23.03
Master Installer..... . . . ...$ 31.38 23.03
----------------------------------------------------------------
CARP0035-008 08/01/2020
AREA 1: Alameda, Contra Costa, San Francisco, San Mateo, Santa
Clara counties
AREA 2: Monterey, San Benito, Santa Cruz Counties
AREA 3: San Joaquin
AREA 4: Calaveras, Fresno, Kings, Madera, Mariposa, Merced,
Stanislaus, Tuolumne Counties
Rates Fringes
Drywall Installers/Lathers:
Area 1....... . . ........ . ....$ 52.65 31.26
Area 2....... . . ........ . ....$ 46.77 31.26
Area 3....... . . ........ . . ...$ 47.27 31.26
Area 4....... . . ....... . . . ...$ 45.92 31.26
Drywall Stocker/Scrapper
Area 1....... . . ........ . . ...$ 26.33 18.22
Area 2....... . . ........ . ....$ 23.39 18.22
Area 3....... . . ........ . ....$ 23.64 18.22
Area 4....... . . ........ . . ...$ 22.97 18.22
----------------------------------------------------------------
CARP0152-001 07/01/2020
Contra Costa County
Rates Fringes
Carpenters
Bridge Builder/Highway
Carpenter.... . . ........ . . ...$ 52.65 30.82
Hardwood Floorlayer,
Shingler, Power Saw
Operator, Steel Scaffold &
Steel Shoring Erector, Saw
Filer........ . ......... . ....$ 52.80 30.82
Journeyman Carpenter... . . ...$ 52.65 30.82
Millwright... . . ........ . . ...$ 52.75 32.41
----------------------------------------------------------------
CARP0152-002 07/01/2020
San Joaquin County
Rates Fringes
Carpenters
Bridge Builder/Highway
https://sam.gov/wage-determination/CA20230018/29 5/65
1/30/24,7:56 AM SAM.gov
Carpenter.... . . ........ . ....$ 52.65 30.82
Hardwood Floorlayer,
Shingler, Power Saw
Operator, Steel Scaffold &
Steel Shoring Erector, Saw
Filer........ . . ......... ....$ 46.92 30.82
Journeyman Carpenter... . ....$ 46.77 30.82
Millwright... . . ....... . . . ...$ 49.27 32.41
----------------------------------------------------------------
CARP0152-004 07/01/2020
Calaveras, Mariposa, Merced, Stanislaus and Tuolumne Counties
Rates Fringes
Carpenters
Bridge Builder/Highway
Carpenter.... . . ........ . ....$ 52.65 30.82
Hardwood Floorlayer,
Shingler, Power Saw
Operator, Steel Scaffold &
Steel Shoring Erector, Saw
Filer........ . . ........ . ....$ 45.57 30.82
Journeyman Carpenter... . . ...$ 45.42 30.82
Millwright... . . ........ . ....$ 47.92 32.41
----------------------------------------------------------------
CARP0217-001 07/01/2023
San Mateo County
Rates Fringes
Carpenters
Bridge Builder/Highway
Carpenter.... . . ........ . . ...$ 60.39 33.52
Hardwood Floorlayer,
Shingler, Power Saw
Operator, Steel Scaffold &
Steel Shoring Erector, Saw
Filer........ . ......... . . ...$ 60.54 33.52
Journeyman Carpenter.. . . . ...$ 60.39 33.52
Millwright... . . ........ . . ...$ 60.49 35.11
----------------------------------------------------------------
CARP0405-001 07/01/2021
Santa Clara County
Rates Fringes
Carpenters
Bridge Builder/Highway
Carpenter.... . . ....... . . . ...$ 54.85 31.49
Hardwood Floorlayer,
Shingler, Power Saw
Operator, Steel Scaffold &
Steel Shoring Erector, Saw
Filer........ . . ....... . . . ...$ 55.00 31.49
Journeyman Carpenter... . . ...$ 54.85 31.49
Millwright... . . ........ . . ...$ 54.95 33.08
----------------------------------------------------------------
CARP0405-002 07/01/2021
San Benito County
Rates Fringes
Carpenters
Bridge Builder/Highway
Carpenter.... . . ........ . . ...$ 54.85 31.49
Hardwood Floorlayer,
Shingler, Power Saw
Operator, Steel Scaffold &
https://sam.gov/wage-determination/CA20230018/29 6/65
1/30/24,7:56 AM SAM.gov
Steel Shoring Erector, Saw
Filer......... ......... . ....$ 49.12 31.49
Journeyman Carpenter... . . ...$ 48.97 31.49
Millwright... . ......... . . ...$ 51.47 33.08
----------------------------------------------------------------
CARP0505-001 07/01/2021
Santa Cruz County
Rates Fringes
Carpenters
Bridge Builder/Highway
Carpenter.... . . ........ . . ...$ 54.85 31.49
Hardwood Floorlayer,
Shingler, Power Saw
Operator, Steel Scaffold &
Steel Shoring Erector, Saw
Filer........ . . ........ . . ...$ 49.12 31.49
Journeyman Carpenter.. . . . ...$ 48.97 31.49
Millwright... . . ........ . . ...$ 51.47 33.08
----------------------------------------------------------------
CARP0605-001 07/01/2021
Monterey County
Rates Fringes
Carpenters
Bridge Builder/Highway
Carpenter.... . . ....... . . . ...$ 54.85 31.49
Hardwood Floorlayer,
Shingler, Power Saw
Operator, Steel Scaffold &
Steel Shoring Erector, Saw
Filer........ . . ....... . . . ...$ 49.12 31.49
Journeyman Carpenter... . . ...$ 48.97 31.49
Millwright.... ......... . . ...$ 51.47 33.08
----------------------------------------------------------------
CARP0701-001 07/01/2021
Fresno and Madera Counties
Rates Fringes
Carpenters
Bridge Builder/Highway
Carpenter.... . . ........ . . ...$ 54.85 31.49
Hardwood Floorlayer,
Shingler, Power Saw
Operator, Steel Scaffold &
Steel Shoring Erector, Saw
Filer........ . . ........ . . ...$ 47.77 31.49
Journeyman Carpenter... . ....$ 47.62 31.49
Millwright... . . ........ . ....$ 50.12 33.08
----------------------------------------------------------------
CARP0713-001 07/01/2021
Alameda County
Rates Fringes
Carpenters
Bridge Builder/Highway
Carpenter.... . . ........ . ....$ 54.85 31.49
Hardwood Floorlayer,
Shingler, Power Saw
Operator, Steel Scaffold &
Steel Shoring Erector, Saw
Filer........ . . ........ . ....$ 55.00 31.49
Journeyman Carpenter.. . . . ...$ 54.85 31.49
Millwright... . . ........ . . ...$ 54.95 33.08
https://sam.gov/wage-determination/CA20230018/29 7/65
1/30/24,7:56 AM SAM.gov
----------------------------------------------------------------
CARP1109-001 07/01/2021
Kings County
Rates Fringes
Carpenters
Bridge Builder/Highway
Carpenter.... . . ........ . . ...$ 54.85 31.49
Hardwood Floorlayer,
Shingler, Power Saw
Operator, Steel Scaffold &
Steel Shoring Erector, Saw
Filer........ . . ....... . . . ...$ 47.77 31.49
Journeyman Carpenter... . . ...$ 47.62 31.49
Millwright... . . ........ . ....$ 50.12 33.08
----------------------------------------------------------------
ELEC0006-004 12/01/2021
SAN FRANCISCO COUNTY
Rates Fringes
Sound & Communications
Installer.... . . ........ . . ...$ 48.43 3%+23.15
Technician... . . ........ . . ...$ 55.69 3%+23.15
SCOPE OF WORK: Including any data system whose only function
is to transmit or receive information; excluding all other
data systems or multiple systems which include control
function or power supply; inclusion or exclusion of
terminations and testings of conductors determined by
their function; excluding fire alarm work when installed
in raceways (including wire and cable pulling) and when
performed on new or major remodel building projects or
jobs for which the conductors for the fire alarm system are
installed in conduit; excluding installation of raceway
systems, line voltage work, industrial work, life-safety
systems (all buildings having floors located more than 75'
above the lowest floor level having building access);
excluding energy management systems.
FOOTNOTE: Fire alarm work when installed in raceways
(including wire and cable pulling), on projects which
involve new or major remodel building construction, for
which the conductors for the fire alarm system are
installed in the conduit, shall be performed by the inside
electrician.
----------------------------------------------------------------
ELEC0006-007 06/01/2023
SAN FRANCISCO COUNTY
Rates Fringes
ELECTRICIAN....... . . ........ . . ...$ 88.25 3%+42.315
----------------------------------------------------------------
ELEC0100-002 09/01/2023
FRESNO, KINGS, AND MADERA COUNTIES
Rates Fringes
ELECTRICIAN....... . . ........ . ....$ 44.50 28.09
----------------------------------------------------------------
ELEC0100-005 12/01/2022
FRESNO, KINGS, MADERA
Rates Fringes
https://sam.gov/wage-determination/CA20230018/29 8/65
1/30/24,7:56 AM SAM.gov
Communications System
Installer.... . . ........ . . ...$ 38.24 23.80
Technician... . . ....... . . . ...$ 47.80 24.08
SCOPE OF WORK
Includes the installation testing, service and maintenance,
of the following systems which utilize the transmission
and/or transference of voice, sound, vision and digital for
commercial, education, security and entertainment purposes
for the following: TV monitoring and surveillance,
background-foreground music, intercom and telephone
interconnect, inventory control systems, microwave
transmission, multi-media, multiplex, nurse call system,
radio page, school intercom and sound, burglar alarms, and
low voltage master clock systems.
A. SOUND AND VOICE TRANSMISSION/TRANSFERENCE SYSTEMS
Background foreground music, Intercom and telephone
interconnect systems, Telephone systems Nurse call systems,
Radio page systems, School intercom and sound systems,
Burglar alarm systems, Low voltage, master clock systems,
Multi-media/multiplex systems, Sound and musical
entertainment systems, RF systems, Antennas and Wave Guide,
B. FIRE ALARM SYSTEMS Installation, wire pulling and testing
C. TELEVISION AND VIDEO SYSTEMS Television monitoring and
surveillance systems Video security systems, Video
entertainment systems, Video educational systems, Microwave
transmission systems, CATV and CCTV
D. SECURITY SYSTEMS Perimeter security systems Vibration
sensor systems Card access systems Access control systems,
Sonar/infrared monitoring equipment
E. COMMUNICATIONS SYSTEMS THAT TRANSMIT OR RECEIVE
INFORMATION AND/OR CONTROL SYSTEMS THAT ARE INTRINSIC TO
THE ABOVE LISTED SYSTEMS SCADA (Supervisory Control and
Data Acquisition) PCM (Pulse Code Modulation) Inventory
Control Systems, Digital Data Systems Broadband and
Baseband and Carriers Point of Sale Systems, VSAT Data
Systems Data Communication Systems RF and Remote Control
Systems, Fiber Optic Data Systems
WORK EXCLUDED Raceway systems are not covered (excluding
Ladder-Rack for the purpose of the above listed systems).
Chases and/or nipples (not to exceed 10 feet) may be
installed on open wiring systems. Energy management
systems. SCADA (Supervisory Control and Data Acquisition)
when not intrinsic to the above listed systems (in the
scope). Fire alarm systems when installed in raceways
(including wire and cable pulling) shall be performed at
the electrician wage rate, when either of the following two
(2) conditions apply:
1. The project involves new or major remodel building trades
construction.
2. The conductors for the fire alarm system are installed in
conduit.
----------------------------------------------------------------
ELECO234-001 12/26/2022
MONTEREY, SAN BENITO AND SANTA CRUZ COUNTIES
Rates Fringes
ELECTRICIAN
Zone A....... . . ........ . . ...$ 60.91 29.43
Zone B....... . . ........ . ....$ 67.00 29.61
Zone A: All of Santa Cruz, Monterey, and San Benito Counties
https://sam.gov/wage-determination/CA20230018/29 9/65
1/30/24,7:56AM SAM.gov
within 25 air miles of Highway 1 and Dolan Road in Moss
Landing, and an area extending 5 miles east and west of
Highway 101 South to the San Luis Obispo County Line
Zone B: Any area outside of Zone A
----------------------------------------------------------------
ELECO234-003 12/01/2021
MONTEREY, SAN BENITO, AND SANTA CRUZ COUNTIES
Rates Fringes
Sound & Communications
Installer.... . . ....... . . . ...$ 47.93 24.09
Technician... . . ........ . . ...$ 55.12 24.30
SCOPE OF WORK: Including any data system whose only function
is to transmit or receive information; excluding all other
data systems or multiple systems which include control
function or power supply; inclusion or exclusion of
terminations and testings of conductors determined by
their function; excluding fire alarm work when installed
in raceways (including wire and cable pulling) and when
performed on new or major remodel building projects or
jobs for which the conductors for the fire alarm system are
installed in conduit; excluding installation of raceway
systems, line voltage work, industrial work, life-safety
systems (all buildings having floors located more than 75'
above the lowest floor level having building access);
excluding energy management systems.
FOOTNOTE: Fire alarm work when installed in raceways
(including wire and cable pulling), on projects which
involve new or major remodel building construction, for
which the conductors for the fire alarm system are
installed in the conduit, shall be performed by the inside
electrician.
----------------------------------------------------------------
ELEC0302-001 02/27/2023
CONTRA COSTA COUNTY
Rates Fringes
CABLE SPLICER..... . . ....... . . . ...$ 68.92 32.67
ELECTRICIAN....... . . ........ . . ...$ 61.26 32.44
----------------------------------------------------------------
ELEC0302-003 12/01/2022
CONTRA COSTA COUNTY
Rates Fringes
Sound & Communications
Installer.... . . ....... . . . ...$ 46.64 25.30
Technician... . . ........ . . ...$ 53.64 25.51
SCOPE OF WORK: Including any data system whose only function
is to transmit or receive information; excluding all other
data systems or multiple systems which include control
function or power supply; inclusion or exclusion of
terminations and testings of conductors determined by
their function; excluding fire alarm work when installed
in raceways (including wire and cable pulling) and when
performed on new or major remodel building projects or
jobs for which the conductors for the fire alarm system are
installed in conduit; excluding installation of raceway
systems, line voltage work, industrial work, life-safety
systems (all buildings having floors located more than 75'
above the lowest floor level having building access);
https://sam.gov/wage-determination/CA20230018/29 10/65
1/30/24,7:56 AM SAM.gov
excluding energy management systems.
FOOTNOTE: Fire alarm work when installed in raceways
(including wire and cable pulling), on projects which
involve new or major remodel building construction, for
which the conductors for the fire alarm system are
installed in the conduit, shall be performed by the inside
electrician.
----------------------------------------------------------------
ELEC0332-001 06/01/2023
SANTA CLARA COUNTY
Rates Fringes
CABLE SPLICER..... . ......... . ....$ 95.65 44.42
ELECTRICIAN........ ......... . ....$ 83.17 44.045
FOOTNOTES: Work under compressed air or where gas masks are
required, orwork on ladders, scaffolds, stacks, ""Bosun's
chairs,"" or other structures and where the workers are not
protected by permanent guard rails at a distance of 40 to
60 ft. from the ground or supporting structures: to be paid
one and one-half times the straight-time rate of pay.
Work on structures of 60 ft. or over (as described above):
to be paid twice the straight-time rate of pay.
----------------------------------------------------------------
ELEC0332-003 12/01/2022
SANTA CLARA COUNTY
Rates Fringes
Sound & Communications
Installer.... . . ....... . . . ...$ 51.18 25.435
Technician... . . ........ . ....$ 58.86 25.666
SCOPE OF WORK: Including any data system whose only function
is to transmit or receive information; excluding all other
data systems or multiple systems which include control
function or power supply; inclusion or exclusion of
terminations and testings of conductors determined by
their function; excluding fire alarm work when installed
in raceways (including wire and cable pulling) and when
performed on new or major remodel building projects or
jobs for which the conductors for the fire alarm system are
installed in conduit; excluding installation of raceway
systems, line voltage work, industrial work, life-safety
systems (all buildings having floors located more than 75'
above the lowest floor level having building access);
excluding energy management systems.
FOOTNOTE: Fire alarm work when installed in raceways
(including wire and cable pulling), on projects which
involve new or major remodel building construction, for
which the conductors for the fire alarm system are
installed in the conduit, shall be performed by the inside
electrician.
----------------------------------------------------------------
ELEC0595-001 06/01/2023
ALAMEDA COUNTY
Rates Fringes
CABLE SPLICER..... . . ........ . . ...$ 80.73 3%+42.87
ELECTRICIAN....... . . ........ . ....$ 70.20 3%+42.87
----------------------------------------------------------------
ELECO595-002 12/01/2022
https://sam.gov/wage-determination/CA20230018/29 11/65
1/30/24,7:56 AM SAM.gov
CALAVERAS AND SAN 7OAQUIN COUNTIES
Rates Fringes
CABLE SPLICER..... . . ........ . ....$ 53.34 7.75%+25.88
ELECTRICIAN
(1) Tunnel work........ . . ...$ 46.67 7.75%+25.88
(2) All other work... . . . ...$ 44.45 7.75%+25.88
----------------------------------------------------------------
ELEC0595-006 12/01/2022
ALAMEDA COUNTY
Rates Fringes
Sound & Communications
Installer.... . . ........ . ....$ 51.18 3%+23.90
Technician... . . ........ . . ...$ 58.86 3%+23.90
SCOPE OF WORK: Including any data system whose only function
is to transmit or receive information; excluding all other
data systems or multiple systems which include control
function or power supply; inclusion or exclusion of
terminations and testings of conductors determined by
their function; excluding fire alarm work when installed
in raceways (including wire and cable pulling) and when
performed on new or major remodel building projects or
jobs for which the conductors for the fire alarm system are
installed in conduit; excluding installation of raceway
systems, line voltage work, industrial work, life-safety
systems (all buildings having floors located more than 75'
above the lowest floor level having building access);
excluding energy management systems.
FOOTNOTE: Fire alarm work when installed in raceways
(including wire and cable pulling), on projects which
involve new or major remodel building construction, for
which the conductors for the fire alarm system are
installed in the conduit, shall be performed by the inside
electrician.
----------------------------------------------------------------
ELEC0595-008 12/01/2022
CALAVERAS AND SAN JOAQUIN COUNTIES
Rates Fringes
Communications System
Installer.... . . ........ . . ...$ 40.88 3%+23.90
Technician... . . ....... . . . ...$ 47.01 3%+23.90
SCOPE OF WORK: Including any data system whose only function
is to transmit or receive information; excluding all other
data systems or multiple systems which include control
function or power supply; inclusion or exclusion of
terminations and testings of conductors determined by
their function; excluding fire alarm work when installed
in raceways (including wire and cable pulling) and when
performed on new or major remodel building projects or
jobs for which the conductors for the fire alarm system are
installed in conduit; excluding installation of raceway
systems, line voltage work, industrial work, life-safety
systems (all buildings having floors located more than 75'
above the lowest floor level having building access);
excluding energy management systems.
FOOTNOTE: Fire alarm work when installed in raceways
(including wire and cable pulling), on projects which
involve new or major remodel building construction, for
which the conductors for the fire alarm system are
https://sam.gov/wage-determination/CA20230018/29 12/65
1/30/24,7:56AM SAM.gov
installed in the conduit, shall be performed by the inside
electrician.
----------------------------------------------------------------
ELEC0617-001 06/01/2023
SAN MATEO COUNTY
Rates Fringes
ELECTRICIAN....... . . ........ . . ...$ 78.00 45.88
----------------------------------------------------------------
ELEC0617-003 11/01/2023
SAN MATEO COUNTY
Rates Fringes
Sound & Communications
Installer.... . . ....... . . . ...$ 51.18 26.10
Technician... . . ........ . . ...$ 58.86 26.33
SCOPE OF WORK: Including any data system whose only function
is to transmit or receive information; excluding all other
data systems or multiple systems which include control
function or power supply; inclusion or exclusion of
terminations and testings of conductors determined by
their function; excluding fire alarm work when installed
in raceways (including wire and cable pulling) and when
performed on new or major remodel building projects or
jobs for which the conductors for the fire alarm system are
installed in conduit; excluding installation of raceway
systems, line voltage work, industrial work, life-safety
systems (all buildings having floors located more than 75'
above the lowest floor level having building access);
excluding energy management systems.
FOOTNOTE: Fire alarm work when installed in raceways
(including wire and cable pulling), on projects which
involve new or major remodel building construction, for
which the conductors for the fire alarm system are
installed in the conduit, shall be performed by the inside
electrician.
----------------------------------------------------------------
ELEC0684-001 06/01/2023
MARIPOSA, MERCED, STANISLAUS AND TUOLUMNE COUNTIES
Rates Fringes
ELECTRICIAN....... . . ....... . . . ...$ 46.00 3%+27.68
CABLE SPLICER = 110% of Journeyman Electrician
----------------------------------------------------------------
ELEC0684-004 12/01/2022
MARIPOSA, MERCED, STANISLAUS AND TUOLUMNE COUNTIES
Rates Fringes
Communications System
Installer.... . . ....... . . . ...$ 40.88 25.13
Technician... . . ........ . . ...$ 47.01 25.31
SCOPE OF WORK: Including any data system whose only function
is to transmit or receive information; excluding all other
data systems or multiple systems which include control
function or power supply; inclusion or exclusion of
terminations and testings of conductors determined by
their function; excluding fire alarm work when installed
in raceways (including wire and cable pulling) and when
https://sam.gov/wage-determination/CA20230018/29 13/65
1/30/24,7:56AM SAM.gov
performed on new or major remodel building projects or
jobs for which the conductors for the fire alarm system are
installed in conduit; excluding installation of raceway
systems, line voltage work, industrial work, life-safety
systems (all buildings having floors located more than 75'
above the lowest floor level having building access);
excluding energy management systems.
FOOTNOTE: Fire alarm work when installed in raceways
(including wire and cable pulling), on projects which
involve new or major remodel building construction, for
which the conductors for the fire alarm system are
installed in the conduit, shall be performed by the inside
electrician.
----------------------------------------------------------------
ELEC1245-001 06/01/2022
Rates Fringes
LINE CONSTRUCTION
(1) Lineman; Cable splicer..$ 64.40 22.58
(2) Equipment specialist
(operates crawler
tractors, commercial motor
vehicles, backhoes,
trenchers, cranes (50 tons
and below), overhead &
underground distribution
line equipment)........ . . ...$ 50.00 21.30
(3) Groundman. . ....... . . . ...$ 38.23 20.89
(4) Powderman. . ........ . . ...$ 51.87 18.79
HOLIDAYS: New Year's Day, M.L. King Day, Memorial Day,
Independence Day, Labor Day, Veterans Day, Thanksgiving Day
and day after Thanksgiving, Christmas Day
----------------------------------------------------------------
ELEV0008-001 01/01/2023
Rates Fringes
ELEVATOR MECHANIC. . ......... . ....$ 77.61 37.335+a+b
FOOTNOTE:
a. PAID VACATION: Employer contributes 8% of regular hourly
rate as vacation pay credit for employees with more than 5
years of service, and 6% for 6 months to 5 years of service.
b. PAID HOLIDAYS: New Year's Day, Memorial Day, Independence
Day, Labor Day, Veterans' Day, Thanksgiving Day, Friday
after Thanksgiving, and Christmas Day.
----------------------------------------------------------------
ENGIO003-001 06/28/2023
""AREA 1"" WAGE RATES ARE LISTED BELOW
""AREA 2"" RECEIVES AN ADDITIONAL $2.00 PER HOUR ABOVE AREA 1
RATES.
SEE AREA DEFINITIONS BELOW
Rates Fringes
OPERATOR: Power Equipment
(AREA 1:)
GROUP 1...... . . ....... . . . ...$ 60.72 31.03
GROUP 2...... . . ........ . . ...$ 59.19 31.03
GROUP 3...... . . ........ . ....$ 57.71 31.03
GROUP 4...... . . ....... . . . ...$ 56.33 31.03
GROUP 5...... . . ........ . . ...$ 55.06 31.03
https://sam.gov/wage-determination/CA20230018/29 14/65
1/30/24,7:56 AM SAM.gov
GROUP 6...... . . ....... . . . ...$ 53.74 31.03
GROUP 7...... . . ........ . ....$ 52.60 31.03
GROUP 8...... . . ........ . . ...$ 51.46 31.03
GROUP 8-A.... . . ....... . . . ...$ 49.25 31.03
OPERATOR: Power Equipment
(Cranes and Attachments -
AREA 1:)
GROUP 1
Cranes...... . . ....... . . . ...$ 52.30 31.15
Oiler....... . . ........ . . ...$ 43.79 31.15
Truck crane oiler..... . . ...$ 46.08 31.15
GROUP 2
Cranes...... . . ........ . . ...$ 50.54 31.15
Oiler....... . . ........ . . ...$ 42.83 31.15
Truck crane oiler.... . . . ...$ 45.07 31.15
GROUP 3
Cranes...... . . ........ . ....$ 48.80 31.15
Hydraulic... . . ........ . ....$ 44.44 31.15
Oiler....... . . ........ . . ...$ 42.55 31.15
Truck crane oiler.... . . . ...$ 44.83 31.15
GROUP 4
Cranes...... . . ........ . ....$ 45.76 31.15
OPERATOR: Power Equipment
(Piledriving - AREA 1:)
GROUP 1
Lifting devices....... . . ...$ 52.64 31.15
Oiler....... . . ........ . . ...$ 43.38 31.15
Truck Crane Oiler..... . ....$ 45.66 31.15
GROUP 2
Lifting devices....... . . ...$ 50.82 31.15
Oiler....... . . ....... . . . ...$ 43.11 31.15
Truck Crane Oiler..... . . ...$ 45.41 31.15
GROUP 3
Lifting devices....... . ....$ 49.14 31.15
Oiler....... . . ........ . . ...$ 42.89 31.15
Truck Crane Oiler.... . . . ...$ 45.12 31.15
GROUP 4
Lifting devices....... . ....$ 47.37 31.15
GROUP 5
Lifting devices....... . . ...$ 44.73 31.15
GROUP 6
Lifting devices....... . . ...$ 42.50 31.15
OPERATOR: Power Equipment
(Steel Erection - AREA 1:)
GROUP 1
Cranes...... . . ........ . . ...$ 53.27 31.15
Oiler....... . . ....... . . . ...$ 43.72 31.15
Truck Crane Oiler..... . . ...$ 45.95 31.15
GROUP 2
Cranes....... ......... . ....$ 51.50 31.15
Oiler....... . . ........ . . ...$ 43.45 31.15
Truck Crane Oiler.... . . . ...$ 45.73 31.15
GROUP 3
Cranes...... . . ........ . ....$ 50.02 31.15
Hydraulic... . . ........ . ....$ 45.07 31.15
Oiler....... . . ........ . . ...$ 43.23 31.15
Truck Crane Oiler.... . . . ...$ 45.46 31.15
GROUP 4
Cranes...... . . ........ . . ...$ 48.00 31.15
GROUP 5
Cranes...... . . ........ . ....$ 46.70 31.15
OPERATOR: Power Equipment
(Tunnel and Underground Work
- AREA 1:)
SHAFTS, STOPES, RAISES:
GROUP 1..... . . ........ . ....$ 56.82 31.03
GROUP 1-A... . . ........ . . ...$ 59.29 31.03
GROUP 2..... . . ....... . . . ...$ 55.56 31.03
GROUP 3..... . . ........ . . ...$ 54.23 31.03
GROUP 4..... . . ........ . ....$ 53.09 31.03
GROUP 5..... . . ........ . ....$ 51.95 31.03
UNDERGROUND:
https://sam.gov/wage-determination/CA20230018/29 15/65
1/30/24,7:56AM SAM.gov
GROUP 1..... . . ....... . . . ...$ 56.72 31.03
GROUP 1-A... . . ........ . ....$ 59.19 31.03
GROUP 2..... . . ........ . . ...$ 55.46 31.03
GROUP 3..... . . ....... . . . ...$ 54.13 31.03
GROUP 4..... . . ........ . . ...$ 52.99 31.03
GROUP 5..... . . ........ . ....$ 51.85 31.03
FOOTNOTE: Work suspended by ropes or cables, or work on a
Yo-Yo Cat: $.60 per hour additional.
POWER EQUIPMENT OPERATOR CLASSIFICATIONS
GROUP 1: Operator of helicopter (when used in erection work);
Hydraulic excavator, 7 cu. yds. and over; Power shovels,
over 7 cu. yds.
GROUP 2: Highline cableway; Hydraulic excavator, 3-1/2 cu.
yds. up to 7 cu. yds.; Licensed construction work boat
operator, on site; Power blade operator (finish); Power
shovels, over 1 cu. yd. up to and including 7 cu. yds.
m.r.c.
GROUP 3: Asphalt milling machine; Cable backhoe; Combination
backhoe and loader over 3/4 cu. yds.; Continuous flight tie
back machine assistant to engineer or mechanic; Crane
mounted continuous flight tie back machine, tonnage to
apply; Crane mounted drill attachment, tonnage to apply;
Dozer, slope brd; Gradall; Hydraulic excavator, up to 3 1/2
cu. yds.; Loader 4 cu. yds. and over; Long reach excavator;
Multiple engine scraper (when used as push pull); Power
shovels, up to and including 1 cu. yd.; Pre-stress wire
wrapping machine; Side boom cat, 572 or larger; Track
loader 4 cu. yds. and over; Wheel excavator (up to and
including 750 cu. yds. per hour)
GROUP 4: Asphalt plant engineer/box person; Chicago boom;
Combination backhoe and loader up to and including 3/4 cu.
yd.; Concrete batch plant (wet or dry); Dozer and/or push
cat; Pull- type elevating loader; Gradesetter, grade
checker (GPS, mechanical or otherwise); Grooving and
grinding machine; Heading shield operator; Heavy-duty
drilling equipment, Hughes, LOH, Watson 3000 or similar;
Heavy-duty repairperson and/or welder; Lime spreader;
Loader under 4 cu. yds.; Lubrication and service engineer
(mobile and grease rack); Mechanical finishers or spreader
machine (asphalt, Barber-Greene and similar); Miller
Formless M-9000 slope paver or similar; Portable crushing
and screening plants; Power blade support; Roller operator,
asphalt; Rubber-tired scraper, self-loading (paddle-wheels,
etc.); Rubber- tired earthmoving equipment (scrapers); Slip
form paver (concrete); Small tractor with drag; Soil
stabilizer (P & H or equal); Spider plow and spider puller;
Tubex pile rig; Unlicensed constuction work boat operator,
on site; Timber skidder; Track loader up to 4 yds.;
Tractor-drawn scraper; Tractor, compressor drill
combination; Welder; Woods-Mixer (and other similar Pugmill
equipment)
GROUP 5: Cast-in-place pipe laying machine; Combination
slusher and motor operator; Concrete conveyor or concrete
pump, truck or equipment mounted; Concrete conveyor,
building site; Concrete pump or pumperete gun; Drilling
equipment, Watson 2000, Texoma 700 or similar; Drilling and
boring machinery, horizontal (not to apply to waterliners,
wagon drills or jackhammers); Concrete mixer/all; Person
and/or material hoist; Mechanical finishers (concrete)
(Clary, 7ohnson, Bidwell Bridge Deck or similar types);
Mechanical burm, curb and/or curb and gutter machine,
concrete or asphalt); Mine or shaft hoist; Portable
crusher; Power jumbo operator (setting slip-forms, etc., in
tunnels); Screed (automatic or manual); Self-propelled
https://sam.gov/wage-determination/CA20230018/29 16/65
1/30/24,7:56 AM SAM.gov
compactor with dozer; Tractor with boom D6 or smaller;
Trenching machine, maximum digging capacity over 5 ft.
depth; Vermeer T-600B rock cutter or similar
GROUP 6: Armor-Coater (or similar); Ballast jack tamper;
Boom- type backfilling machine; Assistant plant engineer;
Bridge and/or gantry crane; Chemical grouting machine,
truck-mounted; Chip spreading machine operator; Concrete
saw (self-propelled unit on streets, highways, airports and
canals); Deck engineer; Drilling equipment Texoma 600,
Hughes 200 Series or similar up to and including 30 ft.
m.r.c.; Drill doctor; Helicopter radio operator;
Hydro-hammer or similar; Line master; Skidsteer loader,
Bobcat larger than 743 series or similar (with
attachments); Locomotive; Lull hi-lift or similar; Oiler,
truck mounted equipment; Pavement breaker, truck-mounted,
with compressor combination; Paving fabric installation
and/or laying machine; Pipe bending machine (pipelines
only); Pipe wrapping machine (tractor propelled and
supported); Screed (except asphaltic concrete paving);
Self- propelled pipeline wrapping machine; Tractor;
Self-loading chipper; Concrete barrier moving machine
GROUP 7: Ballast regulator; Boom truck or dual-purpose
A-frame truck, non-rotating - under 15 tons; Cary lift or
similar; Combination slurry mixer and/or cleaner; Drilling
equipment, 20 ft. and under m.r.c.; Firetender (hot plant);
Grouting machine operator; Highline cableway signalperson;
Stationary belt loader (Kolman or similar); Lift slab
machine (Vagtborg and similar types); Maginnes internal
full slab vibrator; Material hoist (1 drum); Mechanical
trench shield; Pavement breaker with or without compressor
combination); Pipe cleaning machine (tractor propelled and
supported); Post driver; Roller (except asphalt); Chip
Seal; Self-propelled automatically applied concrete curing
mahcine (on streets, highways, airports and canals);
Self-propelled compactor (without dozer); Signalperson;
Slip-form pumps (lifting device for concrete forms); Tie
spacer; Tower mobile; Trenching machine, maximum digging
capacity up to and including 5 ft. depth; Truck- type loader
GROUP 8: Bit sharpener; Boiler tender; Box operator;
Brakeperson; Combination mixer and compressor
(shotcrete/gunite); Compressor operator; Deckhand; Fire
tender; Forklift (under 20 ft.); Generator;
Gunite/shotcrete equipment operator; Hydraulic monitor; Ken
seal machine (or similar); Mixermobile; Oiler; Pump
operator; Refrigeration plant; Reservoir-debris tug (self-
propelled floating); Ross Carrier (construction site);
Rotomist operator; Self-propelled tape machine; Shuttlecar;
Self-propelled power sweeper operator (includes vacuum
sweeper); Slusher operator; Surface heater; Switchperson;
Tar pot firetender; Tugger hoist, single drum; Vacuum
cooling plant; Welding machine (powered other than by
electricity)
GROUP 8-A: Elevator operator; Skidsteer loader-Bobcat 743
series or smaller, and similar (without attachments); Mini
excavator under 25 H.P. (backhoe-trencher); Tub grinder
wood chipper
----------------------------------------------------------
ALL CRANES AND ATTACHMENTS
GROUP 1: Clamshell and dragline over 7 cu. yds.; Crane, over
100 tons; Derrick, over 100 tons; Derrick barge
pedestal-mounted, over 100 tons; Self-propelled boom-type
lifting device, over 100 tons
GROUP 2: Clamshell and dragline over 1 cu. yd. up to and
including 7 cu. yds.; Crane, over 45 tons up to and
https://sam.gov/wage-determination/CA20230018/29 17/65
1/30/24,7:56 AM SAM.gov
including 100 tons; Derrick barge, 100 tons and under;
Self-propelled boom-type lifting device, over 45 tons;
Tower crane
GROUP 3: Clamshell and dragline up to and including 1 cu.
yd.; Cranes 45 tons and under; Self-propelled boom-type
lifting device 45 tons and under;
GROUP 4: Boom Truck or dual purpose A-frame truck,
non-rotating over 15 tons; Truck-mounted rotating
telescopic boom type lifting device, Manitex or similar
(boom truck) over 15 tons; Truck-mounted rotating
telescopic boom type lifting device, Manitex or similar
(boom truck) - under 15 tons;
-----------------------------------------------------------
PILEDRIVERS
GROUP 1: Derrick barge pedestal mounted over 100 tons;
Clamshell over 7 cu. yds.; Self-propelled boom-type lifting
device over 100 tons; Truck crane or crawler, land or barge
mounted over 100 tons
GROUP 2: Derrick barge pedestal mounted 45 tons to and
including 100 tons; Clamshell up to and including 7 cu.
yds.; Self-propelled boom-type lifting device over 45 tons;
Truck crane or crawler, land or barge mounted, over 45 tons
up to and including 100 tons; Fundex F-12 hydraulic pile rig
GROUP 3: Derrick barge pedestal mounted under 45 tons; Self-
propelled boom-type lifting device 45 tons and under;
Skid/scow piledriver, any tonnage; Truck crane or crawler,
land or barge mounted 45 tons and under
GROUP 4: Assistant operator in lieu of assistant to engineer;
Forklift, 10 tons and over; Heavy-duty repairperson/welder
GROUP 5: Deck engineer
GROUP 6: Deckhand; Fire tender
-------------------------------------------------------------
STEEL ERECTORS
GROUP 1: Crane over 100 tons; Derrick over 100 tons; Self-
propelled boom-type lifting device over 100 tons
GROUP 2: Crane over 45 tons to 100 tons; Derrick under 100
tons; Self-propelled boom-type lifting device over 45 tons
to 100 tons; Tower crane
GROUP 3: Crane, 45 tons and under; Self-propelled boom-type
lifting device, 45 tons and under
GROUP 4: Chicago boom; Forklift, 10 tons and over; Heavy-duty
repair person/welder
GROUP 5: Boom cat
--------------------------------------------------------------
TUNNEL AND UNDERGROUND WORK
GROUP 1-A: Tunnel bore machine operator, 20' diameter or more
GROUP 1: Heading shield operator; Heavy-duty repairperson;
Mucking machine (rubber tired, rail or track type); Raised
bore operator (tunnels); Tunnel mole bore operator
https://sam.gov/wage-determination/CA20230018/29 18/65
1/30/24,7:56 AM SAM.gov
GROUP 2: Combination slusher and motor operator; Concrete
pump or pumperete gun; Power jumbo operator
GROUP 3: Drill doctor; Mine or shaft hoist
GROUP 4: Combination slurry mixer cleaner; Grouting Machine
operator; Motorman
GROUP 5: Bit Sharpener; Brakeman; Combination mixer and
compressor (gunite); Compressor operator; Oiler; Pump
operator; Slusher operator
-----------------------------------------------------------
AREA DESCRIPTIONS:
POWER EQUIPMENT OPERATORS, CRANES AND ATTACHMENTS,TUNNEL AND
UNDERGROUND [These areas do not apply to Piledrivers and
Steel Erectors]
AREA 1: ALAMEDA, CALAVERAS, CONTRA COSTA, FRESNO, KINGS,
MADERA, MARIPOSA, MERCED, MONTEREY, SAN BENITO, SAN
FRANCISCO, SAN JOAQUIN, SAN MATEO, SANTA CLARA, SANTA CRUZ,
STANISLAUS, TUOLUMNE
AREA 2 -NOTED BELOW
THE REMAINING COUNTIES ARE SPLIT BETWEEN AREA 1 AND AREA 2 AS
NOTED BELOW:
CALAVERAS COUNTY:
Area 1: Remainder
Area 2: Eastern Part
FRESNO COUNTY:
Area 1: Remainder
Area 2: Eastern Part
MADERA COUNTY:
Area 1: Remainder
Area 2: Eastern Part
MARIPOSA COUNTY:
Area 1: Remainder
Area 2: Eastern Part
MONTEREY COUNTY:
Area 1: Remainder
Area 2: Southwestern part
TUOLUMNE COUNTY:
Area 1: Remainder
Area 2: Eastern Part
----------------------------------------------------------------
ENGIO003-008 08/01/2023
Rates Fringes
Dredging: (DREDGING:
CLAMSHELL & DIPPER DREDGING;
HYDRAULIC SUCTION DREDGING:)
AREA 1:
(1) Leverman. . ....... . . . ...$ 57.95 37.55
(2) Dredge Dozer; Heavy
duty repairman........ . ....$ 52.99 37.55
(3) Booster Pump
Operator; Deck
Engineer; Deck mate;
Dredge Tender; Winch
Operator..... . ........ . ....$ 51.87 37.55
(4) Bargeman; Deckhand;
Fireman; Leveehand; Oiler..$ 48.57 37.55
https://sam.gov/wage-determination/CA20230018/29 19/65
1/30/24,7:56 AM SAM.gov
AREA 2:
(1) Leverman. . ........ . ....$ 59.95 37.55
(2) Dredge Dozer; Heavy
duty repairman....... . . . ...$ 54.99 37.55
(3) Booster Pump
Operator; Deck
Engineer; Deck mate;
Dredge Tender; Winch
Operator.... . . ........ . . ...$ 53.87 37.55
(4) Bargeman; Deckhand;
Fireman; Leveehand; Oiler..$ 50.57 37.55
AREA DESCRIPTIONS
AREA 1: ALAMEDA,BUTTE, CONTRA COSTA, KINGS, MARIN, MERCED,
NAPA, SACRAMENTO, SAN BENITO, SAN FRANCISCO, SAN JOAQUIN,
SAN MATEO, SANTA CLARA, SANTA CRUZ, SOLANO, STANISLAUS,
SUTTER, YOLO, AND YUBA COUNTIES
AREA 2: MODOC COUNTY
THE REMAINGING COUNTIES ARE SPLIT BETWEEN AREA 1 AND AREA 2
AS NOTED BELOW:
ALPINE COUNTY:
Area 1: Northernmost part
Area 2: Remainder
CALAVERAS COUNTY:
Area 1: Remainder
Area 2: Eastern part
COLUSA COUNTY:
Area 1: Eastern part
Area 2: Remainder
ELDORADO COUNTY:
Area 1: North Central part
Area 2: Remainder
FRESNO COUNTY:
Area 1: Remainder
Area 2: Eastern part
GLENN COUNTY:
Area 1: Eastern part
Area 2: Remainder
LASSEN COUNTY:
Area 1: Western part along the Southern portion of border
with Shasta County
Area 2: Remainder
MADERA COUNTY:
Area 1: Except Eastern part
Area 2: Eastern part
MARIPOSA COUNTY
Area 1: Except Eastern part
Area 2: Eastern part
MONTERREY COUNTY
Area 1: Except Southwestern part
Area 2: Southwestern part
NEVADA COUNTY:
Area 1: All but the Northern portion along the border of
Sierra County
Area 2: Remainder
PLACER COUNTY:
Area 1: Al but the Central portion
https://sam.gov/wage-determination/CA20230018/29 20/65
1/30/24,7:56 AM SAM.gov
Area 2: Remainder
PLUMAS COUNTY:
Area 1: Western portion
Area 2: Remainder
SHASTA COUNTY:
Area 1: All but the Northeastern corner
Area 2: Remainder
SIERRA COUNTY:
Area 1: Western part
Area 2: Remainder
SISKIYOU COUNTY:
Area 1: Central part
Area 2: Remainder
SONOMA COUNTY:
Area 1: All but the Northwestern corner
Area 2: Remainder
TEHAMA COUNTY:
Area 1: All but the Western border with Mendocino & Trinity
Counties
Area 2: Remainder
TRINITY COUNTY:
Area 1: East Central part and the Northeastern border with
Shasta County
Area 2: Remainder
TUOLUMNE COUNTY:
Area 1: Except Eastern part
Area 2: Eastern part
----------------------------------------------------------------
ENGIO003-019 06/29/2020
SEE AREA DESCRIPTIONS BELOW
Rates Fringes
OPERATOR: Power Equipment
(LANDSCAPE WORK ONLY)
GROUP 1
AREA 1...... . . ....... . . . ...$ 39.95 30.28
AREA 2...... . . ........ . . ...$ 41.95 30.28
GROUP 2
AREA 1...... . . ........ . ....$ 36.35 30.28
AREA 2...... . . ........ . . ...$ 38.35 30.28
GROUP 3
AREA 1...... . . ........ . . ...$ 31.74 30.28
AREA 2...... . . ........ . ....$ 33.74 30.28
GROUP DESCRIPTIONS:
GROUP 1: Landscape Finish Grade Operator: All finish grade
work regardless of equipment used, and all equipment with a
rating more than 65 HP.
GROUP 2: Landscape Operator up to 65 HP: All equipment with
a manufacturer's rating of 65 HP or less except equipment
covered by Group 1 or Group 3. The following equipment
shall be included except when used for finish work as long
as manufacturer's rating is 65 HP or less: A-Frame and
Winch Truck, Backhoe, Forklift, Hydragraphic Seeder
Machine, Roller, Rubber-Tired and Track Earthmoving
Equipment, Skiploader, Straw Blowers, and Trencher 31 HP up
to 65 HP.
GROUP 3: Landscae Utility Operator: Small Rubber-Tired
https://sam.gov/wage-determination/CA20230018/29 21/65
1/30/24,7:56 AM SAM.gov
Tractor, Trencher Under 31 HP.
AREA DESCRIPTIONS:
AREA 1: ALAMEDA, BUTTE, CONTRA COSTA, KINGS, MARIN, MERCED,
NAPA, SACRAMENTO, SAN BENITO, SAN FRANCISCO, SAN JOAQUIN,
SAN MATEO, SANTA CLARA, SANTA CRUZ, SOLANO, STANISLAUS,
SUTTER, YOLO, AND YUBA COUNTIES
AREA 2 - MODOC COUNTY
THE REMAINING COUNTIES ARE SPLIT BETWEEN AREA 1 AND AREA 2 AS
NOTED BELOW:
ALPINE COUNTY:
Area 1: Northernmost part
Area 2: Remainder
CALAVERAS COUNTY:
Area 1: Except Eastern part
Area 2: Eastern part
COLUSA COUNTY:
Area 1: Eastern part
Area 2: Remainder
DEL NORTE COUNTY:
Area 1: Extreme Southwestern corner
Area 2: Remainder
ELDORADO COUNTY:
Area 1: North Central part
Area 2: Remainder
FRESNO COUNTY
Area 1: Except Eastern part
Area 2: Eastern part
GLENN COUNTY:
Area 1: Eastern part
Area 2: Remainder
HUMBOLDT COUNTY:
Area 1: Except Eastern and Southwestern parts
Area 2: Remainder
LAKE COUNTY:
Area 1: Southern part
Area 2: Remainder
LASSEN COUNTY:
Area 1: Western part along the Southern portion of border
with Shasta County
Area 2: Remainder
MADERA COUNTY
Area 1: Remainder
Area 2: Eastern part
MARIPOSA COUNTY
Area 1: Remainder
Area 2: Eastern part
MENDOCINO COUNTY:
Area 1: Central and Southeastern parts
Area 2: Remainder
MONTEREY COUNTY
Area 1: Remainder
Area 2: Southwestern part
NEVADA COUNTY:
https://sam.gov/wage-determination/CA20230018/29 22/65
1/30/24,7:56 AM SAM.gov
Area 1: All but the Northern portion along the border of
Sierra County
Area 2: Remainder
PLACER COUNTY:
Area 1: All but the Central portion
Area 2: Remainder
PLUMAS COUNTY:
Area 1: Western portion
Area 2: Remainder
SHASTA COUNTY:
Area 1: All but the Northeastern corner
Area 2: Remainder
SIERRA COUNTY:
Area 1: Western part
Area 2: Remainder
SISKIYOU COUNTY:
Area 1: Central part
Area 2: Remainder
SONOMA COUNTY:
Area 1: All but the Northwestern corner
Area 2: Reaminder
TEHAMA COUNTY:
Area 1: All but the Western border with mendocino & Trinity
Counties
Area 2: Remainder
TRINITY COUNTY:
Area 1: East Central part and the Northeaster border with
Shasta County
Area 2: Remainder
TULARE COUNTY;
Area 1: Remainder
Area 2: Eastern part
TUOLUMNE COUNTY:
Area 1: Remainder
Area 2: Eastern Part
----------------------------------------------------------------
IRON0377-001 01/01/2023
ALAMEDA, CONTRA COSTA, SAN MATEO, SANTA CLARA COUNTIES
Rates Fringes
Ironworkers:
Fence Erector. . ........ . ....$ 41.28 25.66
Ornamental, Reinforcing
and Structural. ....... . . . ...$ 49.88 34.30
PREMIUM PAY:
$6.00 additional per hour at the following locations:
China Lake Naval Test Station, Chocolate Mountains Naval
Reserve-Niland,
Edwards AFB, Fort Irwin Military Station, Fort Irwin Training
Center-Goldstone, San Clemente Island, San Nicholas Island,
Susanville Federal Prison, 29 Palms - Marine Corps, U.S. Marine
Base - Barstow, U.S. Naval Air Facility - Sealey, Vandenberg AFB
$4.00 additional per hour at the following locations:
Army Defense Language Institute - Monterey, Fallon Air Base,
https://sam.gov/wage-determination/CA20230018/29 23/65
1/30/24,7:56 AM SAM.gov
Naval Post Graduate School - Monterey, Yermo Marine Corps
Logistics Center
$2.00 additional per hour at the following locations:
Port Hueneme, Port Mugu, U.S. Coast Guard Station - Two Rock
----------------------------------------------------------------
IRON0377-003 01/01/2023
SAN FRANCISCO CITY and COUNTY
Rates Fringes
Ironworkers:
Fence Erector. . ........ . ....$ 41.28 25.66
Ornamental, Reinforcing
and Structural. ........ . . ...$ 50.38 34.30
PREMIUM PAY:
$6.00 additional per hour at the following locations:
China Lake Naval Test Station, Chocolate Mountains Naval
Reserve-Niland,
Edwards AFB, Fort Irwin Military Station, Fort Irwin Training
Center-Goldstone, San Clemente Island, San Nicholas Island,
Susanville Federal Prison, 29 Palms - Marine Corps, U.S. Marine
Base - Barstow, U.S. Naval Air Facility - Sealey, Vandenberg AFB
$4.00 additional per hour at the following locations:
Army Defense Language Institute - Monterey, Fallon Air Base,
Naval Post Graduate School - Monterey, Yermo Marine Corps
Logistics Center
$2.00 additional per hour at the following locations:
Port Hueneme, Port Mugu, U.S. Coast Guard Station - Two Rock
----------------------------------------------------------------
IRON0433-005 01/01/2023
REMAINING COUNTIES
Rates Fringes
IRONWORKER
Fence Erector. . ........ . ....$ 41.28 25.66
Ornamental, Reinforcing
and Structural. ........ . . ...$ 46.20 34.30
PREMIUM PAY:
$6.00 additional per hour at the following locations:
China Lake Naval Test Station, Chocolate Mountains Naval
Reserve-Niland,
Edwards AFB, Fort Irwin Military Station, Fort Irwin Training
Center-Goldstone, San Clemente Island, San Nicholas Island,
Susanville Federal Prison, 29 Palms - Marine Corps, U.S. Marine
Base - Barstow, U.S. Naval Air Facility - Sealey, Vandenberg AFB
$4.00 additional per hour at the following locations:
Army Defense Language Institute - Monterey, Fallon Air Base,
Naval Post Graduate School - Monterey, Yermo Marine Corps
Logistics Center
$2.00 additional per hour at the following locations:
https://sam.gov/wage-determination/CA20230018/29 24/65
1/30/24,7:56 AM SAM.gov
Port Hueneme, Port Mugu, U.S. Coast Guard Station - Two Rock
----------------------------------------------------------------
LAB00067-006 06/26/2023
AREA ""1"" - ALAMEDA, CONTRA COSTA, SAN FRANCISCO, SAN MATEO AND
SANTA CLARA COUNTIES
AREA ""2"" - CALAVERAS, FRESNO, KINGS, MADERA, MARIPOSA,
MERCED, MONTEREY, SAN BENITO, SAN JOAQUIN, STANISLAUS, AND
TUOLUMNE COUNTIES
Rates Fringes
LABORER (ASBESTOS/MOLD/LEAD
LABORER)
Area 1....... . . ....... . . . ...$ 36.50 28.34
Area 2....... . . ....... . . . ...$ 35.50 28.34
ASBESTOS REMOVAL-SCOPE OF WORK: Site mobilization; initial
site clean-up; site preparation; removal of
asbestos-containing materials from walls and ceilings; or
from pipes, boilers and mechanical systems only if they are
being scrapped; encapsulation, enclosure and disposal of
asbestos-containing materials by hand or with equipment or
machinery; scaffolding; fabrication of temporary wooden
barriers; and assembly of decontamination stations.
----------------------------------------------------------------
LAB00073-002 07/01/2023
CALAVERAS AND SAN JOAQUIN COUNTIES
Rates Fringes
LABORER (TRAFFIC CONTROL/LANE
CLOSURE)
Escort Driver, Flag Person..$ 36.26 27.30
Traffic Control Person I. ...$ 36.56 27.30
Traffic Control Person II...$ 34.06 27.30
TRAFFIC CONTROL PERSON I: Layout of traffic control, crash
cushions, construction area and roadside signage.
TRAFFIC CONTROL PERSON II: Installation and removal of
temporary/permanent signs, markers, delineators and crash
cushions.
----------------------------------------------------------------
LAB00073-003 07/01/2023
SAN JOAQUIN COUNTY
Rates Fringes
LABORER
Mason Tender-Brick.... . . ....$ 36.29 25.55
----------------------------------------------------------------
LAB00073-005 06/26/2023
Rates Fringes
Tunnel and Shaft Laborers:
GROUP 1...... . . ........ . . ...$ 45.89 27.72
GROUP 2...... . . ....... . . . ...$ 45.66 27.72
GROUP 3...... . . ........ . . ...$ 45.41 27.72
GROUP 4...... . . ........ . ....$ 44.96 27.72
GROUP 5...... . . ....... . . . ...$ 44.42 27.72
Shotcrete Specialist... . . ...$ 46.41 27.72
https://sam.gov/wage-determination/CA20230018/29 25/65
1/30/24,7:56 AM SAM.gov
TUNNEL AND SHAFT CLASSIFICATIONS
GROUP 1: Diamond driller; Groundmen; Gunite and shotcrete
nozzlemen
GROUP 2: Rodmen; Shaft work & raise (below actual or
excavated ground level)
GROUP 3: Bit grinder; Blaster, driller, powdermen, heading;
Cherry pickermen - where car is lifted; Concrete finisher
in tunnel; Concrete screedman; Grout pumpman and potman;
Gunite & shotcrete gunman & potman; Headermen; High
pressure nozzleman; Miner - tunnel, including top and
bottom man on shaft and raise work; Nipper; Nozzleman on
slick line; Sandblaster - potman, Robotic shotcrete Placer,
Segment Erector, Tunnel Muck Hauler, Steel Form raiser and
setter; Timberman, retimberman (wood or steel or substitute
materials therefore); Tugger (for tunnel laborer work);
Cable tender; Chuck tender; Powderman - primer house
GROUP 4: Vibrator operator, pavement breaker; Bull gang -
muckers, trackmen; Concrete crew - includes rodding and
spreading, Dumpmen (any method)
GROUP 5: Grout crew; Reboundman; Swamper/ Brakeman
----------------------------------------------------------------
LAB00073-007 06/26/2023
CALAVERAS AND SAN JOAQUIN COUNTIES
Rates Fringes
LABORER (CONSTRUCTION CRAFT
LABORERS)
Construction Specialist
Group........ . . ........ . ....$ 36.20 27.30
GROUP 1...... . . ........ . ....$ 35.50 27.30
GROUP 1-a... . . . ....... . . . ...$ 35.72 27.30
GROUP 1-c.... . . ....... . . . ...$ 35.55 27.30
GROUP 1-e.... . . ........ . . ...$ 36.05 27.30
GROUP 1-f.... . . ........ . . ...$ 30.37 23.20
GROUP 2...... . . ........ . ....$ 35.35 27.30
GROUP 3...... . . ........ . ....$ 35.25 27.30
GROUP 4...... . . ........ . . ...$ 28.94 27.30
See groups 1-b and 1-d under laborer classifications.
LABORER (GARDENERS,
HORTICULTURAL & LANDSCAPE
LABORERS)
(1) New Construction... . . ...$ 35.25 27.30
(2) Establishment Warranty
Period....... . . ........ . . ...$ 28.94 27.30
LABORER (GUNITE)
GROUP 1...... . . ....... . . . ...$ 36.46 27.30
GROUP 2...... . . ....... . . . ...$ 35.96 27.30
GROUP 3...... . . ....... . . . ...$ 35.37 27.30
GROUP 4...... . . ........ . . ...$ 35.25 27.30
LABORER (WRECKING)
GROUP 1...... . . ....... . . . ...$ 35.50 27.30
GROUP 2...... . . ....... . . . ...$ 35.35 27.30
FOOTNOTES:
Laborers working off or with or from bos'n chairs, swinging
scaffolds, belts shall receive $0.25 per hour above the
applicable wage rate. This shall not apply to workers
entitled to receive the wage rate set forth in Group 1-a
below.
---------------------------------------------------------
https://sam.gov/wage-determination/CA20230018/29 26/65
1/30/24,7:56 AM SAM.gov
LABORER CLASSIFICATIONS
CONSTRUCTION SPECIALIST GROUP: Asphalt ironer and raker;
Chainsaw; Laser beam in connection with laborers' work;
Cast-in- place manhole form setter; Pressure pipelayer;
Davis trencher - 300 or similar type (and all small
trenchers); Blaster; Diamond driller; Multiple unit drill;
Hydraulic drill
GROUP 1: Asphalt spreader boxes (all types); Barko, Wacker
and similar type tampers; Buggymobile; Caulker, bander,
pipewrapper, conduit layer, plastic pipelayer; Certified
hazardous waste worker including Leade Abatement;
Compactors of all types; Concrete and magnesite mixer, 1/2
yd. and under; Concrete pan work; Concrete sander; Concrete
saw; Cribber and/or shoring; Cut granite curb setter;
Dri-pak-it machine; Faller, logloader and bucker; Form
raiser, slip forms; Green cutter; Headerboard, Hubsetter,
aligner, by any method; High pressure blow pipe (1-1/2"" or
over, 100 lbs. pressure/over); Hydro seeder and similar
type; Jackhammer operator; Jacking of pipe over 12 inches;
Jackson and similar type compactor; Kettle tender, pot and
worker applying asphalt, lay-kold, creosote, lime, caustic
and similar type materials (applying means applying,
dipping or handling of such materials); Lagging, sheeting,
whaling, bracing, trenchjacking, lagging hammer; Magnesite,
epoxyresin, fiberglass, mastic worker (wet or dry); No
joint pipe and stripping of same, including repair of
voids; Pavement breaker and spader, including tool grinder;
Perma curb; Pipelayer (including grade checking in
connection with pipelaying); Precast-manhole setter;
Pressure pipe tester; Post hole digger, air, gas and
electric; Power broom sweeper; Power tampers of all types
(except as shown in Group 2); Ram set gun and stud gun;
Riprap stonepaver and rock-slinger, including placing of
sacked concrete and/or sand (wet or dry) and gabions and
similar type; Rotary scarifier or multiple head concrete
chipping scarifier; Roto and Ditch Witch; Rototiller;
Sandblaster, pot, gun, nozzle operators; Signalling and
rigging; Tank cleaner; Tree climber; Turbo blaster;
Vibrascreed, bull float in connection with laborers' work;
Vibrator; Hazardous waste worker (lead removal); Asbestos
and mold removal worker
GROUP 1-a: Joy drill model TWM-2A; Gardner-Denver model DH143
and similar type drills; Track driller; Jack leg driller;
Wagon driller; Mechanical drillers, all types regardless of
type or method of power; Mechanical pipe layers, all types
regardless of type or method of power; Blaster and powder;
All work of loading, placing and blasting of all powder and
explosives of whatever type regardless of method used for
such loading and placing; High scalers (including drilling
of same); Tree topper; Bit grinder
GROUP 1-b: Sewer cleaners shall receive $4.00 per day above
Group 1 wage rates. ""Sewer cleaner"" means any worker who
handles or comes in contact with raw sewage in small
diameter sewers. Those who work inside recently active,
large diameter sewers, and all recently active sewer
manholes shal receive $5.00 per day above Group 1 wage
rates.
GROUP 1-c: Burning and welding in connection with laborers'
work; Synthetic thermoplastics and similar type welding
GROUP 1-d: Maintenance and repair track and road beds. All
employees performing work covered herein shall receive $
.25 per hour above their regular rate for all work
performed on underground structures not specifically
covered herein. This paragraph shall not be construed to
apply to work below ground level in open cut. It shall
apply to cut and cover work of subway construction after
https://sam.gov/wage-determination/CA20230018/29 27/65
1/30/24,7:56AM SAM.gov
the temporary cover has been placed.
GROUP 1-e: Work on and/or in bell hole footings and shafts
thereof, and work on and in deep footings. (A deep footing
is a hole 15 feet or more in depth.) In the event the
depth of the footing is unknown at the commencement of
excavation, and the final depth exceeds 15 feet, the deep
footing wage rate would apply to all employees for each and
every day worked on or in the excavation of the footing
from the date of inception.
GROUP 1-f: Wire winding machine in connection with guniting
or shot crete
GROUP 2: Asphalt shoveler; Cement dumper and handling dry
cement or gypsum; Choke-setter and rigger (clearing work);
Concrete bucket dumper and chute; Concrete chipping and
grinding; Concrete laborer (wet or dry); Driller tender,
chuck tender, nipper; Guinea chaser (stake), grout crew;
High pressure nozzle, adductor; Hydraulic monitor (over 100
lbs. pressure); Loading and unloading, carrying and hauling
of all rods and materials for use in reinforcing concrete
construction; Pittsburgh chipper and similar type brush
shredders; Sloper; Single foot, hand-held, pneumatic
tamper; All pneumatic, air, gas and electric tools not
listed in Groups 1 through 1-f; Jacking of pipe - under 12
inches
GROUP 3: Construction laborers, including bridge and general
laborer; Dump, load spotter; Flag person; Fire watcher;
Fence erector; Guardrail erector; Gardener, horticultural
and landscape laborer; Jetting; Limber, brush loader and
piler; Pavement marker (button setter); Maintenance, repair
track and road beds; Streetcar and railroad construction
track laborer; Temporary air and water lines, Victaulic or
similar; Tool room attendant (jobsite only)
GROUP 4: Final clean-up work of debris, grounds and building
including but not limited to: street cleaner; cleaning and
washing windows; brick cleaner (jobsite only); material
cleaner (jobsite only). The classification ""material
cleaner"" is to be utilized under the following conditions:
A: at demolition site for the salvage of the material.
B: at the conclusion of a job where the material is to be
salvaged and stocked to be reused on another job.
C: for the cleaning of salvage material at the jobsite or
temporary jobsite yard.
The material cleaner classification should not be used in
the performance of ""form stripping, cleaning and oiling
and moving to the next point of erection"".
--------------------------------------------------------
GUNITE LABORER CLASSIFICATIONS
GROUP 1: Structural Nozzleman
GROUP 2: Nozzleman, Gunman, Potman, Groundman
GROUP 3: Reboundman
GROUP 4: Gunite laborer
----------------------------------------------------------
WRECKING WORK LABORER CLASSIFICATIONS
GROUP 1: Skilled wrecker (removing and salvaging of sash,
windows and materials)
GROUP 2: Semi-skilled wrecker (salvaging of other building
https://sam.gov/wage-determination/CA20230018/29 28/65
1/30/24,7:56 AM SAM.gov
materials)
----------------------------------------------------------------
LAB00073-009 07/01/2023
CALAVERAS AND SAN JOAQUIN COUNTIES
Rates Fringes
LABORER (Plaster Tender).... . ....$ 39.77 28.54
Work on a swing stage scaffold: $1.00 per hour additional.
----------------------------------------------------------------
LAB00261-003 07/01/2023
SAN FRANCISCO AND SAN MATEO COUNTIES
Rates Fringes
LABORER (TRAFFIC CONTROL/LANE
CLOSURE)
Escort Driver, Flag Person..$ 37.26 27.30
Traffic Control Person I....$ 37.56 27.30
Traffic Control Person II...$ 35.06 27.30
TRAFFIC CONTROL PERSON I: Layout of traffic control, crash
cushions, construction area and roadside signage.
TRAFFIC CONTROL PERSON II: Installation and removal of
temporary/permanent signs, markers, delineators and crash
cushions.
----------------------------------------------------------------
LAB00261-005 06/26/2023
SAN FRANCISCO AND SAN MATEO COUNTIES
Rates Fringes
Tunnel and Shaft Laborers:
GROUP 1...... . . ....... . . . ...$ 45.89 27.72
GROUP 2...... . . ........ . . ...$ 45.66 27.72
GROUP 3...... . . ........ . . ...$ 45.41 27.72
GROUP 4...... . . ........ . ....$ 44.96 27.72
GROUP 5...... . . ........ . ....$ 44.42 27.72
Shotcrete Specialist... . . ...$ 46.41 27.72
TUNNEL AND SHAFT CLASSIFICATIONS
GROUP 1: Diamond driller; Groundmen; Gunite and shotcrete
nozzlemen
GROUP 2: Rodmen; Shaft work & raise (below actual or
excavated ground level)
GROUP 3: Bit grinder; Blaster, driller, powdermen, heading;
Cherry pickermen - where car is lifted; Concrete finisher
in tunnel; Concrete screedman; Grout pumpman and potman;
Gunite & shotcrete gunman & potman; Headermen; High
pressure nozzleman; Miner - tunnel, including top and
bottom man on shaft and raise work; Nipper; Nozzleman on
slick line; Sandblaster - potman, Robotic Shotcrete Placer,
Segment Erector, Tunnel Muck Hauler, Steel Form raiser and
setter; Timberman, retimberman (wood or steel or substitute
materials therefore); Tugger (for tunnel laborer work);
Cable tender; Chuck tender; Powderman - primer house
GROUP 4: Vibrator operator, pavement breaker; Bull gang -
muckers, trackmen; Concrete crew - includes rodding and
spreading, Dumpmen (any method)
GROUP 5: Grout crew; Reboundman; Swamper/ Brakeman
https://sam.gov/wage-determination/CA20230018/29 29/65
1/30/24,7:56AM SAM.gov
----------------------------------------------------------------
LAB00261-009 06/26/2023
SAN FRANCISCO, AND SAN MATEO COUNTIES
Rates Fringes
LABORER (CONSTRUCTION CRAFT
LABORERS - AREA A:)
Construction Specialist
Group........ . . ........ . ....$ 37.20 27.30
GROUP 1...... . . ........ . ....$ 36.50 27.30
GROUP 1-a.... . . ........ . . ...$ 36.72 27.30
GROUP 1-c.... . . ....... . . . ...$ 36.55 27.30
GROUP 1-e.... . . ........ . . ...$ 37.05 27.30
GROUP 1-f.... . . ........ . ....$ 31.37 23.20
GROUP 2...... . . ........ . ....$ 36.35 27.30
GROUP 3...... . . ........ . . ...$ 36.25 27.30
GROUP 4...... . . ........ . . ...$ 29.94 27.30
See groups 1-b and 1-d under laborer classifications.
LABORER (GARDENERS,
HORTICULTURAL & LANDSCAPE
LABORERS - AREA A:)
(1) New Construction.. . . . ...$ 36.25 27.30
(2) Establishment Warranty
Period....... . . ........ . . ...$ 29.94 27.30
LABORER (WRECKING - AREA A:)
GROUP 1...... . . ........ . ....$ 36.50 27.30
GROUP 2...... . . ........ . . ...$ 36.35 27.30
Laborers: (GUNITE - AREA A:)
GROUP 1...... . . ........ . . ...$ 37.46 27.30
GROUP 2...... . . ........ . ....$ 36.96 27.30
GROUP 3...... . . ........ . ....$ 36.37 27.30
GROUP 4...... . . ........ . . ...$ 36.25 27.30
FOOTNOTES:
Laborers working off or with or from bos'n chairs, swinging
scaffolds, belts shall receive $0.25 per hour above the
applicable wage rate. This shall not apply to workers
entitled to receive the wage rate set forth in Group 1-a
below.
---------------------------------------------------------
LABORER CLASSIFICATIONS
CONSTRUCTION SPECIALIST GROUP: Asphalt ironer and raker;
Chainsaw; Laser beam in connection with laborers' work;
Cast-in- place manhole form setter; Pressure pipelayer;
Davis trencher - 300 or similar type (and all small
trenchers); Blaster; Diamond driller; Multiple unit drill;
Hydraulic drill
GROUP 1: Asphalt spreader boxes (all types); Barko, Wacker
and similar type tampers; Buggymobile; Caulker, bander,
pipewrapper, conduit layer, plastic pipelayer; Certified
hazardous waste worker including Leade Abatement;
Compactors of all types; Concrete and magnesite mixer, 1/2
yd. and under; Concrete pan work; Concrete sander; Concrete
saw; Cribber and/or shoring; Cut granite curb setter;
Dri-pak-it machine; Faller, logloader and bucker; Form
raiser, slip forms; Green cutter; Headerboard, Hubsetter,
aligner, by any method; High pressure blow pipe (1-1/2"" or
over, 100 lbs. pressure/over); Hydro seeder and similar
type; Jackhammer operator; Jacking of pipe over 12 inches;
Jackson and similar type compactor; Kettle tender, pot and
worker applying asphalt, lay-kold, creosote, lime, caustic
and similar type materials (applying means applying,
dipping or handling of such materials); Lagging, sheeting,
whaling, bracing, trenchjacking, lagging hammer; Magnesite,
https://sam.gov/wage-determination/CA20230018/29 30/65
1/30/24,7:56 AM SAM.gov
epoxyresin, fiberglass, mastic worker (wet or dry); No
joint pipe and stripping of same, including repair of
voids; Pavement breaker and spader, including tool grinder;
Perma curb; Pipelayer (including grade checking in
connection with pipelaying); Precast-manhole setter;
Pressure pipe tester; Post hole digger, air, gas and
electric; Power broom sweeper; Power tampers of all types
(except as shown in Group 2); Ram set gun and stud gun;
Riprap stonepaver and rock-slinger, including placing of
sacked concrete and/or sand (wet or dry) and gabions and
similar type; Rotary scarifier or multiple head concrete
chipping scarifier; Roto and Ditch Witch; Rototiller;
Sandblaster, pot, gun, nozzle operators; Signalling and
rigging; Tank cleaner; Tree climber; Turbo blaster;
Vibrascreed, bull float in connection with laborers' work;
Vibrator; Hazardous waste worker (lead removal); Asbestos
and mold removal worker
GROUP 1-a: Joy drill model TWM-2A; Gardner-Denver model DH143
and similar type drills; Track driller; Jack leg driller;
Wagon driller; Mechanical drillers, all types regardless of
type or method of power; Mechanical pipe layers, all types
regardless of type or method of power; Blaster and powder;
All work of loading, placing and blasting of all powder and
explosives of whatever type regardless of method used for
such loading and placing; High scalers (including drilling
of same); Tree topper; Bit grinder
GROUP 1-b: Sewer cleaners shall receive $4.00 per day above
Group 1 wage rates. ""Sewer cleaner"" means any worker who
handles or comes in contact with raw sewage in small
diameter sewers. Those who work inside recently active,
large diameter sewers, and all recently active sewer
manholes shal receive $5.00 per day above Group 1 wage
rates.
GROUP 1-c: Burning and welding in connection with laborers'
work; Synthetic thermoplastics and similar type welding
GROUP 1-d: Maintenance and repair track and road beds. All
employees performing work covered herein shall receive $
.25 per hour above their regular rate for all work
performed on underground structures not specifically
covered herein. This paragraph shall not be construed to
apply to work below ground level in open cut. It shall
apply to cut and cover work of subway construction after
the temporary cover has been placed.
GROUP 1-e: Work on and/or in bell hole footings and shafts
thereof, and work on and in deep footings. (A deep footing
is a hole 15 feet or more in depth.) In the event the
depth of the footing is unknown at the commencement of
excavation, and the final depth exceeds 15 feet, the deep
footing wage rate would apply to all employees for each and
every day worked on or in the excavation of the footing
from the date of inception.
GROUP 1-f: Wire winding machine in connection with guniting
or shot crete
GROUP 2: Asphalt shoveler; Cement dumper and handling dry
cement or gypsum; Choke-setter and rigger (clearing work);
Concrete bucket dumper and chute; Concrete chipping and
grinding; Concrete laborer (wet or dry); Driller tender,
chuck tender, nipper; Guinea chaser (stake), grout crew;
High pressure nozzle, adductor; Hydraulic monitor (over 100
lbs. pressure); Loading and unloading, carrying and hauling
of all rods and materials for use in reinforcing concrete
construction; Pittsburgh chipper and similar type brush
shredders; Sloper; Single foot, hand-held, pneumatic
tamper; All pneumatic, air, gas and electric tools not
listed in Groups 1 through 1-f; Jacking of pipe - under 12
https://sam.gov/wage-determination/CA20230018/29 31/65
1/30/24,7:56 AM SAM.gov
inches
GROUP 3: Construction laborers, including bridge and general
laborer; Dump, load spotter; Flag person; Fire watcher;
Fence erector; Guardrail erector; Gardener, horticultural
and landscape laborer; Jetting; Limber, brush loader and
piler; Pavement marker (button setter); Maintenance, repair
track and road beds; Streetcar and railroad construction
track laborer; Temporary air and water lines, Victaulic or
similar; Tool room attendant (jobsite only)
GROUP 4: Final clean-up work of debris, grounds and building
including but not limited to: street cleaner; cleaning and
washing windows; brick cleaner (jobsite only); material
cleaner (jobsite only). The classification ""material
cleaner"" is to be utilized under the following conditions:
A: at demolition site for the salvage of the material.
B: at the conclusion of a job where the material is to be
salvaged and stocked to be reused on another job.
C: for the cleaning of salvage material at the jobsite or
temporary jobsite yard.
The material cleaner classification should not be used in
the performance of ""form stripping, cleaning and oiling
and moving to the next point of erection"".
--------------------------------------------------------
GUNITE LABORER CLASSIFICATIONS
GROUP 1: Structural Nozzleman
GROUP 2: Nozzleman, Gunman, Potman, Groundman
GROUP 3: Reboundman
GROUP 4: Gunite laborer
----------------------------------------------------------
WRECKING WORK LABORER CLASSIFICATIONS
GROUP 1: Skilled wrecker (removing and salvaging of sash,
windows and materials)
GROUP 2: Semi-skilled wrecker (salvaging of other building
materials)
----------------------------------------------------------------
LAB00261-011 07/01/2023
SAN FRANCISCO AND SAN MATEO COUNTIES:
Rates Fringes
MASON TENDER, BRICK. ........ . . ...$ 37.05 27.45
FOOTNOTES: Underground work such as sewers, manholes, catch
basins, sewer pipes, telephone conduits, tunnels and cut
trenches: $5.00 per day additional. Work in live sewage:
$2.50 per day additional.
----------------------------------------------------------------
LAB00261-014 07/01/2023
SAN FRANCISCO AND SAN MATEO COUNTIES:
Rates Fringes
PLASTER TENDER.... . . ......... ....$ 41.93 30.32
Work on a swing stage scaffold: $1.00 per hour additional.
https://sam.gov/wage-determination/CA20230018/29 32/65
1/30/24,7:56 AM SAM.gov
----------------------------------------------------------------
LAB00270-003 07/01/2023
AREA A: SANTA CLARA
AREA B: MONTEREY, SAN BENITO AND SANTA CRUZ COUNTIES
Rates Fringes
LABORER (TRAFFIC CONTROL/LANE
CLOSURE)
Escort Driver, Flag Person
Area A...... . . ........ . . ...$ 37.26 27.30
Area B...... . . ....... . . . ...$ 36.26 27.30
Traffic Control Person I
Area A...... . . ........ . ....$ 37.56 27.30
Area B...... . . ........ . ....$ 36.56 27.30
Traffic Control Person II
Area A...... . . ....... . . . ...$ 35.06 27.30
Area B...... . . ........ . . ...$ 34.06 27.30
TRAFFIC CONTROL PERSON I: Layout of traffic control, crash
cushions, construction area and roadside signage.
TRAFFIC CONTROL PERSON II: Installation and removal of
temporary/permanent signs, markers, delineators and crash
cushions.
----------------------------------------------------------------
LAB00270-004 06/26/2023
MONTEREY, SAN BENITO, SANTA CLARA, AND SANTA CRUZ COUNTIES
Rates Fringes
Tunnel and Shaft Laborers:
GROUP 1...... . . ........ . . ...$ 45.89 27.72
GROUP 2...... . . ....... . . . ...$ 45.66 27.72
GROUP 3...... . . ........ . . ...$ 45.41 27.72
GROUP 4...... . . ....... . . . ...$ 44.96 27.72
GROUP 5...... . . ........ . . ...$ 44.42 27.72
Shotcrete Specialist... . . ...$ 46.41 27.72
TUNNEL AND SHAFT CLASSIFICATIONS
GROUP 1: Diamond driller; Groundmen; Gunite and shotcrete
nozzlemen
GROUP 2: Rodmen; Shaft work & raise (below actual or
excavated ground level)
GROUP 3: Bit grinder; Blaster, driller, powdermen, heading;
Cherry pickermen - where car is lifted; Concrete finisher
in tunnel; Concrete screedman; Grout pumpman and potman;
Gunite & shotcrete gunman & potman; Headermen; High
pressure nozzleman; Miner - tunnel, including top and
bottom man on shaft and raise work; Nipper; Nozzleman on
slick line; Sandblaster - potman, Robotic Shotcrete Placer,
Segment Erector, Tunnel Muck Hauler, Steel Form raiser and
setter; Timberman, retimberman (wood or steel or substitute
materials therefore); Tugger (for tunnel laborer work);
Cable tender; Chuck tender; Powderman - primer house
GROUP 4: Vibrator operator, pavement breaker; Bull gang -
muckers, trackmen; Concrete crew - includes rodding and
spreading, Dumpmen (any method)
GROUP 5: Grout crew; Reboundman; Swamper/ Brakeman
----------------------------------------------------------------
LAB00270-005 07/01/2023
https://sam.gov/wage-determination/CA20230018/29 33/65
1/30/24,7:56 AM SAM.gov
MONTEREY AND SAN BENITO COUNTIES
Rates Fringes
LABORER
Mason Tender-Brick..... . ....$ 36.29 25.55
----------------------------------------------------------------
LAB00270-007 06/26/2023
MONTEREY, SAN BENITO AND SANTA CRUZ COUNTIES
Rates Fringes
LABORER (CONSTRUCTION CRAFT
LABORERS - AREA B)
Construction Specialist
Group........ . . ........ . ....$ 36.20 27.30
GROUP 1...... . . ........ . . ...$ 35.50 27.30
GROUP 1-a.... . . ....... . . . ...$ 35.72 27.30
GROUP 1-c.... . . ........ . . ...$ 35.55 27.30
GROUP 1-e.... . . ........ . ....$ 36.05 27.30
GROUP 1-f.... . . ........ . ....$ 36.08 27.30
GROUP 2...... . . ........ . . ...$ 35.35 27.30
GROUP 3...... . . ....... . . . ...$ 35.25 27.30
GROUP 4...... . . ........ . . ...$ 28.94 27.30
See groups 1-b and 1-d under laborer classifications.
LABORER (GARDENERS,
HORTICULTURAL & LANDSCAPE
LABORERS - AREA B)
(1) New Construction.. . . . ...$ 35.25 27.30
(2) Establishment Warranty
Period....... . . ........ . ....$ 28.94 27.30
LABORER (GUNITE - AREA B)
GROUP 1...... . . ....... . . . ...$ 36.46 27.30
GROUP 2...... . . ....... . . . ...$ 35.96 27.30
GROUP 3...... . . ........ . . ...$ 35.37 27.30
GROUP 4...... . . ........ . . ...$ 35.25 27.30
LABORER (WRECKING - AREA B)
GROUP 1...... . . ........ . . ...$ 35.50 27.30
GROUP 2...... . . ....... . . . ...$ 35.35 27.30
FOOTNOTES:
Laborers working off or with or from bos'n chairs, swinging
scaffolds, belts shall receive $0.25 per hour above the
applicable wage rate. This shall not apply to workers
entitled to receive the wage rate set forth in Group 1-a
below.
---------------------------------------------------------
LABORER CLASSIFICATIONS
CONSTRUCTION SPECIALIST GROUP: Asphalt ironer and raker;
Chainsaw; Laser beam in connection with laborers' work;
Cast-in- place manhole form setter; Pressure pipelayer;
Davis trencher - 300 or similar type (and all small
trenchers); Blaster; Diamond driller; Multiple unit drill;
Hydraulic drill
GROUP 1: Asphalt spreader boxes (all types); Barko, Wacker
and similar type tampers; Buggymobile; Caulker, bander,
pipewrapper, conduit layer, plastic pipelayer; Certified
hazardous waste worker including Leade Abatement;
Compactors of all types; Concrete and magnesite mixer, 1/2
yd. and under; Concrete pan work; Concrete sander; Concrete
saw; Cribber and/or shoring; Cut granite curb setter;
Dri-pak-it machine; Faller, logloader and bucker; Form
raiser, slip forms; Green cutter; Headerboard, Hubsetter,
aligner, by any method; High pressure blow pipe (1-1/2"" or
over, 100 lbs. pressure/over); Hydro seeder and similar
https://sam.gov/wage-determination/CA20230018/29 34/65
1/30/24,7:56AM SAM.gov
type; Jackhammer operator; lacking of pipe over 12 inches;
Jackson and similar type compactor; Kettle tender, pot and
worker applying asphalt, lay-kold, creosote, lime, caustic
and similar type materials (applying means applying,
dipping or handling of such materials); Lagging, sheeting,
whaling, bracing, trenchjacking, lagging hammer; Magnesite,
epoxyresin, fiberglass, mastic worker (wet or dry); No
joint pipe and stripping of same, including repair of
voids; Pavement breaker and spader, including tool grinder;
Perma curb; Pipelayer (including grade checking in
connection with pipelaying); Precast-manhole setter;
Pressure pipe tester; Post hole digger, air, gas and
electric; Power broom sweeper; Power tampers of all types
(except as shown in Group 2); Ram set gun and stud gun;
Riprap stonepaver and rock-slinger, including placing of
sacked concrete and/or sand (wet or dry) and gabions and
similar type; Rotary scarifier or multiple head concrete
chipping scarifier; Roto and Ditch Witch; Rototiller;
Sandblaster, pot, gun, nozzle operators; Signalling and
rigging; Tank cleaner; Tree climber; Turbo blaster;
Vibrascreed, bull float in connection with laborers' work;
Vibrator; Hazardous waste worker (lead removal); Asbestos
and mold removal worker
GROUP 1-a: Joy drill model TWM-2A; Gardner-Denver model DH143
and similar type drills; Track driller; Jack leg driller;
Wagon driller; Mechanical drillers, all types regardless of
type or method of power; Mechanical pipe layers, all types
regardless of type or method of power; Blaster and powder;
All work of loading, placing and blasting of all powder and
explosives of whatever type regardless of method used for
such loading and placing; High scalers (including drilling
of same); Tree topper; Bit grinder
GROUP 1-b: Sewer cleaners shall receive $4.00 per day above
Group 1 wage rates. ""Sewer cleaner"" means any worker who
handles or comes in contact with raw sewage in small
diameter sewers. Those who work inside recently active,
large diameter sewers, and all recently active sewer
manholes shal receive $5.00 per day above Group 1 wage
rates.
GROUP 1-c: Burning and welding in connection with laborers'
work; Synthetic thermoplastics and similar type welding
GROUP 1-d: Maintenance and repair track and road beds. All
employees performing work covered herein shall receive $
.25 per hour above their regular rate for all work
performed on underground structures not specifically
covered herein. This paragraph shall not be construed to
apply to work below ground level in open cut. It shall
apply to cut and cover work of subway construction after
the temporary cover has been placed.
GROUP 1-e: Work on and/or in bell hole footings and shafts
thereof, and work on and in deep footings. (A deep footing
is a hole 15 feet or more in depth.) In the event the
depth of the footing is unknown at the commencement of
excavation, and the final depth exceeds 15 feet, the deep
footing wage rate would apply to all employees for each and
every day worked on or in the excavation of the footing
from the date of inception.
GROUP 1-f: Wire winding machine in connection with guniting
or shot crete
GROUP 2: Asphalt shoveler; Cement dumper and handling dry
cement or gypsum; Choke-setter and rigger (clearing work);
Concrete bucket dumper and chute; Concrete chipping and
grinding; Concrete laborer (wet or dry); Driller tender,
chuck tender, nipper; Guinea chaser (stake), grout crew;
High pressure nozzle, adductor; Hydraulic monitor (over 100
https://sam.gov/wage-determination/CA20230018/29 35/65
1/30/24,7:56 AM SAM.gov
lbs. pressure); Loading and unloading, carrying and hauling
of all rods and materials for use in reinforcing concrete
construction; Pittsburgh chipper and similar type brush
shredders; Sloper; Single foot, hand-held, pneumatic
tamper; All pneumatic, air, gas and electric tools not
listed in Groups 1 through 1-f; Jacking of pipe - under 12
inches
GROUP 3: Construction laborers, including bridge and general
laborer; Dump, load spotter; Flag person; Fire watcher;
Fence erector; Guardrail erector; Gardener, horticultural
and landscape laborer; Jetting; Limber, brush loader and
piler; Pavement marker (button setter); Maintenance, repair
track and road beds; Streetcar and railroad construction
track laborer; Temporary air and water lines, Victaulic or
similar; Tool room attendant (jobsite only)
GROUP 4: Final clean-up work of debris, grounds and building
including but not limited to: street cleaner; cleaning and
washing windows; brick cleaner (jobsite only); material
cleaner (jobsite only). The classification ""material
cleaner"" is to be utilized under the following conditions:
A: at demolition site for the salvage of the material.
B: at the conclusion of a job where the material is to be
salvaged and stocked to be reused on another job.
C: for the cleaning of salvage material at the jobsite or
temporary jobsite yard.
The material cleaner classification should not be used in
the performance of ""form stripping, cleaning and oiling
and moving to the next point of erection"".
--------------------------------------------------------
GUNITE LABORER CLASSIFICATIONS
GROUP 1: Structural Nozzleman
GROUP 2: Nozzleman, Gunman, Potman, Groundman
GROUP 3: Reboundman
GROUP 4: Gunite laborer
----------------------------------------------------------
WRECKING WORK LABORER CLASSIFICATIONS
GROUP 1: Skilled wrecker (removing and salvaging of sash,
windows and materials)
GROUP 2: Semi-skilled wrecker (salvaging of other building
materials)
----------------------------------------------------------------
LAB00270-010 06/26/2023
SANTA CLARA COUNTY
Rates Fringes
LABORER (CONSTRUCTION CRAFT
LABORERS - AREA A:)
Construction Specialist
Group........ . . ........ . ....$ 37.20 27.30
GROUP 1...... . . ........ . ....$ 36.50 27.30
GROUP 1-a.... . . ........ . . ...$ 36.72 27.30
GROUP 1-c.... . . ....... . . . ...$ 36.55 27.30
GROUP 1-e.... . . ........ . . ...$ 37.05 27.30
GROUP 1-f.... . . ........ . ....$ 37.08 27.30
GROUP 2...... . . ....... . . . ...$ 36.35 27.30
GROUP 3...... . . ........ . . ...$ 36.25 27.30
https://sam.gov/wage-determination/CA20230018/29 36/65
1/30/24,7:56 AM SAM.gov
GROUP 4...... . . ....... . . . ...$ 29.94 27.30
See groups 1-b and 1-d under laborer classifications.
LABORER (GARDENERS,
HORTICULTURAL & LANDSCAPE
LABORERS - AREA A:)
(1) New Construction... . ....$ 36.25 27.30
(2) Establishment Warranty
Period....... . . ........ . . ...$ 29.94 27.30
LABORER (GUNITE - AREA A:)
GROUP 1...... . . ........ . . ...$ 37.46 27.30
GROUP 2...... . . ........ . . ...$ 36.96 27.30
GROUP 3...... . . ........ . ....$ 36.37 27.30
GROUP 4...... . . ........ . ....$ 36.25 27.30
LABORER (WRECKING - AREA A:)
GROUP 1...... . . ....... . . . ...$ 36.50 27.30
GROUP 2...... . . ........ . . ...$ 36.35 27.30
FOOTNOTES:
Laborers working off or with or from bos'n chairs, swinging
scaffolds, belts shall receive $0.25 per hour above the
applicable wage rate. This shall not apply to workers
entitled to receive the wage rate set forth in Group 1-a
below.
---------------------------------------------------------
LABORER CLASSIFICATIONS
CONSTRUCTION SPECIALIST GROUP: Asphalt ironer and raker;
Chainsaw; Laser beam in connection with laborers' work;
Cast-in- place manhole form setter; Pressure pipelayer;
Davis trencher - 300 or similar type (and all small
trenchers); Blaster; Diamond driller; Multiple unit drill;
Hydraulic drill
GROUP 1: Asphalt spreader boxes (all types); Barko, Wacker
and similar type tampers; Buggymobile; Caulker, bander,
pipewrapper, conduit layer, plastic pipelayer; Certified
hazardous waste worker including Leade Abatement;
Compactors of all types; Concrete and magnesite mixer, 1/2
yd. and under; Concrete pan work; Concrete sander; Concrete
saw; Cribber and/or shoring; Cut granite curb setter;
Dri-pak-it machine; Faller, logloader and bucker; Form
raiser, slip forms; Green cutter; Headerboard, Hubsetter,
aligner, by any method; High pressure blow pipe (1-1/2"" or
over, 100 lbs. pressure/over); Hydro seeder and similar
type; Jackhammer operator; Jacking of pipe over 12 inches;
Jackson and similar type compactor; Kettle tender, pot and
worker applying asphalt, lay-kold, creosote, lime, caustic
and similar type materials (applying means applying,
dipping or handling of such materials); Lagging, sheeting,
whaling, bracing, trenchjacking, lagging hammer; Magnesite,
epoxyresin, fiberglass, mastic worker (wet or dry); No
joint pipe and stripping of same, including repair of
voids; Pavement breaker and spader, including tool grinder;
Perma curb; Pipelayer (including grade checking in
connection with pipelaying); Precast-manhole setter;
Pressure pipe tester; Post hole digger, air, gas and
electric; Power broom sweeper; Power tampers of all types
(except as shown in Group 2); Ram set gun and stud gun;
Riprap stonepaver and rock-slinger, including placing of
sacked concrete and/or sand (wet or dry) and gabions and
similar type; Rotary scarifier or multiple head concrete
chipping scarifier; Roto and Ditch Witch; Rototiller;
Sandblaster, pot, gun, nozzle operators; Signalling and
rigging; Tank cleaner; Tree climber; Turbo blaster;
Vibrascreed, bull float in connection with laborers' work;
Vibrator; Hazardous waste worker (lead removal); Asbestos
and mold removal worker
GROUP 1-a: Joy drill model TWM-2A; Gardner-Denver model DH143
https://sam.gov/wage-determination/CA20230018/29 37/65
1/30/24,7:56 AM SAM.gov
and similar type drills; Track driller; Jack leg driller;
Wagon driller; Mechanical drillers, all types regardless of
type or method of power; Mechanical pipe layers, all types
regardless of type or method of power; Blaster and powder;
All work of loading, placing and blasting of all powder and
explosives of whatever type regardless of method used for
such loading and placing; High scalers (including drilling
of same); Tree topper; Bit grinder
GROUP 1-b: Sewer cleaners shall receive $4.00 per day above
Group 1 wage rates. ""Sewer cleaner"" means any worker who
handles or comes in contact with raw sewage in small
diameter sewers. Those who work inside recently active,
large diameter sewers, and all recently active sewer
manholes shal receive $5.00 per day above Group 1 wage
rates.
GROUP 1-c: Burning and welding in connection with laborers'
work; Synthetic thermoplastics and similar type welding
GROUP 1-d: Maintenance and repair track and road beds. All
employees performing work covered herein shall receive $
.25 per hour above their regular rate for all work
performed on underground structures not specifically
covered herein. This paragraph shall not be construed to
apply to work below ground level in open cut. It shall
apply to cut and cover work of subway construction after
the temporary cover has been placed.
GROUP 1-e: Work on and/or in bell hole footings and shafts
thereof, and work on and in deep footings. (A deep footing
is a hole 15 feet or more in depth.) In the event the
depth of the footing is unknown at the commencement of
excavation, and the final depth exceeds 15 feet, the deep
footing wage rate would apply to all employees for each and
every day worked on or in the excavation of the footing
from the date of inception.
GROUP 1-f: Wire winding machine in connection with guniting
or shot crete
GROUP 2: Asphalt shoveler; Cement dumper and handling dry
cement or gypsum; Choke-setter and rigger (clearing work);
Concrete bucket dumper and chute; Concrete chipping and
grinding; Concrete laborer (wet or dry); Driller tender,
chuck tender, nipper; Guinea chaser (stake), grout crew;
High pressure nozzle, adductor; Hydraulic monitor (over 100
lbs. pressure); Loading and unloading, carrying and hauling
of all rods and materials for use in reinforcing concrete
construction; Pittsburgh chipper and similar type brush
shredders; Sloper; Single foot, hand-held, pneumatic
tamper; All pneumatic, air, gas and electric tools not
listed in Groups 1 through 1-f; Jacking of pipe - under 12
inches
GROUP 3: Construction laborers, including bridge and general
laborer; Dump, load spotter; Flag person; Fire watcher;
Fence erector; Guardrail erector; Gardener, horticultural
and landscape laborer; Jetting; Limber, brush loader and
piler; Pavement marker (button setter); Maintenance, repair
track and road beds; Streetcar and railroad construction
track laborer; Temporary air and water lines, Victaulic or
similar; Tool room attendant (jobsite only)
GROUP 4: Final clean-up work of debris, grounds and building
including but not limited to: street cleaner; cleaning and
washing windows; brick cleaner (jobsite only); material
cleaner (jobsite only). The classification ""material
cleaner"" is to be utilized under the following conditions:
A: at demolition site for the salvage of the material.
B: at the conclusion of a job where the material is to be
salvaged and stocked to be reused on another job.
https://sam.gov/wage-determination/CA20230018/29 38/65
1/30/24,7:56 AM SAM.gov
C: for the cleaning of salvage material at the jobsite or
temporary jobsite yard.
The material cleaner classification should not be used in
the performance of ""form stripping, cleaning and oiling
and moving to the next point of erection"".
--------------------------------------------------------
GUNITE LABORER CLASSIFICATIONS
GROUP 1: Structural Nozzleman
GROUP 2: Nozzleman, Gunman, Potman, Groundman
GROUP 3: Reboundman
GROUP 4: Gunite laborer
----------------------------------------------------------
WRECKING WORK LABORER CLASSIFICATIONS
GROUP 1: Skilled wrecker (removing and salvaging of sash,
windows and materials)
GROUP 2: Semi-skilled wrecker (salvaging of other building
materials)
----------------------------------------------------------------
LAB00270-011 07/01/2023
MONTEREY, SAN BENITO, SANTA CRUZ, SANTA CLARA COUNTIES
Rates Fringes
LABORER (Plaster Tender).... . ....$ 40.68 29.68
Work on a swing stage scaffold: $1.00 per hour additional.
----------------------------------------------------------------
LAB00294-001 07/01/2023
FRESNO, KINGS AND MADERA COUNTIES
Rates Fringes
LABORER (Brick)
Mason Tender-Brick..... . . ...$ 36.29 25.55
----------------------------------------------------------------
LAB00294-002 07/01/2023
FRESNO, KINGS, AND MADERA COUNTIES
Rates Fringes
LABORER (TRAFFIC CONTROL/LANE
CLOSURE)
Escort Driver, Flag Person..$ 36.26 27.30
Traffic Control Person I. ...$ 36.56 27.30
Traffic Control Person II...$ 34.06 27.30
TRAFFIC CONTROL PERSON I: Layout of traffic control, crash
cushions, construction area and roadside signage.
TRAFFIC CONTROL PERSON II: Installation and removal of
temporary/permanent signs, markers, delineators and crash
cushions.
----------------------------------------------------------------
LAB00294-OOS 06/26/2023
FRESNO, KINGS, AND MADERA COUNTIES
https://sam.gov/wage-determination/CA20230018/29 39/65
1/30/24,7:56 AM SAM.gov
Rates Fringes
Tunnel and Shaft Laborers:
GROUP 1...... . . ........ . . ...$ 45.89 27.72
GROUP 2...... . . ........ . ....$ 45.66 27.72
GROUP 3...... . . ........ . ....$ 45.41 27.72
GROUP 4...... . . ........ . . ...$ 44.96 27.72
GROUP 5...... . . ....... . . . ...$ 44.42 27.72
Shotcrete Specialist... . . ...$ 46.41 27.72
TUNNEL AND SHAFT CLASSIFICATIONS
GROUP 1: Diamond driller; Groundmen; Gunite and shotcrete
nozzlemen
GROUP 2: Rodmen; Shaft work & raise (below actual or
excavated ground level)
GROUP 3: Bit grinder; Blaster, driller, powdermen, heading;
Cherry pickermen - where car is lifted; Concrete finisher
in tunnel; Concrete screedman; Grout pumpman and potman;
Gunite & shotcrete gunman & potman; Headermen; High
pressure nozzleman; Miner - tunnel, including top and
bottom man on shaft and raise work; Nipper; Nozzleman on
slick line; Sandblaster - potman, Robotic Shotcrete Placer,
Segment Erector, Tunnel Muck Hauler, Steel Form raiser and
setter; Timberman, retimberman (wood or steel or substitute
materials therefore); Tugger (for tunnel laborer work);
Cable tender; Chuck tender; Powderman - primer house
GROUP 4: Vibrator operator, pavement breaker; Bull gang -
muckers, trackmen; Concrete crew - includes rodding and
spreading, Dumpmen (any method)
GROUP 5: Grout crew; Reboundman; Swamper/ Brakeman
----------------------------------------------------------------
LAB00294-008 06/26/2023
FRESNO, KINGS, AND MADERA COUNTIES
Rates Fringes
LABORER (CONSTRUCTION CRAFT
LABORERS - AREA B:)
Construction Specialist
Group........ . . ........ . . ...$ 36.20 27.30
GROUP 1...... . . ........ . ....$ 35.50 27.30
GROUP 1-a.... . . ........ . ....$ 35.72 27.30
GROUP 1-c.... . . ........ . . ...$ 35.55 27.30
GROUP 1-e.... . . ....... . . . ...$ 36.05 27.30
GROUP 1-f.... . . ........ . . ...$ 36.08 27.30
GROUP 2...... . . ........ . ....$ 35.35 27.30
GROUP 3...... . . ........ . ....$ 35.25 27.30
GROUP 4...... . . ........ . ....$ 28.94 27.30
See groups 1-b and 1-d under laborer classifications.
LABORER (GARDENERS,
HORTICULTURAL & LANDSCAPE
LABORERS - AREA B:)
(1) New Construction... . ....$ 35.25 27.30
(2) Establishment Warranty
Period....... . . ....... . . . ...$ 28.94 27.30
LABORER (GUNITE - AREA B:)
GROUP 1...... . . ........ . ....$ 36.46 27.30
GROUP 2...... . . ........ . ....$ 35.96 27.30
GROUP 3...... . . ........ . . ...$ 35.37 27.30
GROUP 4...... . . ....... . . . ...$ 35.25 27.30
LABORER (WRECKING - AREA B:)
GROUP 1...... . . ........ . ....$ 35.50 27.30
GROUP 2...... . . ....... . . . ...$ 35.35 27.30
https://sam.gov/wage-determination/CA20230018/29 40/65
1/30/24,7:56 AM SAM.gov
FOOTNOTES:
Laborers working off or with or from bos'n chairs, swinging
scaffolds, belts shall receive $0.25 per hour above the
applicable wage rate. This shall not apply to workers
entitled to receive the wage rate set forth in Group 1-a
below.
---------------------------------------------------------
LABORER CLASSIFICATIONS
CONSTRUCTION SPECIALIST GROUP: Asphalt ironer and raker;
Chainsaw; Laser beam in connection with laborers' work;
Cast-in- place manhole form setter; Pressure pipelayer;
Davis trencher - 300 or similar type (and all small
trenchers); Blaster; Diamond driller; Multiple unit drill;
Hydraulic drill
GROUP 1: Asphalt spreader boxes (all types); Barko, Wacker
and similar type tampers; Buggymobile; Caulker, bander,
pipewrapper, conduit layer, plastic pipelayer; Certified
hazardous waste worker including Leade Abatement;
Compactors of all types; Concrete and magnesite mixer, 1/2
yd. and under; Concrete pan work; Concrete sander; Concrete
saw; Cribber and/or shoring; Cut granite curb setter;
Dri-pak-it machine; Faller, logloader and bucker; Form
raiser, slip forms; Green cutter; Headerboard, Hubsetter,
aligner, by any method; High pressure blow pipe (1-1/2"" or
over, 100 lbs. pressure/over); Hydro seeder and similar
type; Jackhammer operator; Jacking of pipe over 12 inches;
Jackson and similar type compactor; Kettle tender, pot and
worker applying asphalt, lay-kold, creosote, lime, caustic
and similar type materials (applying means applying,
dipping or handling of such materials); Lagging, sheeting,
whaling, bracing, trenchjacking, lagging hammer; Magnesite,
epoxyresin, fiberglass, mastic worker (wet or dry); No
joint pipe and stripping of same, including repair of
voids; Pavement breaker and spader, including tool grinder;
Perma curb; Pipelayer (including grade checking in
connection with pipelaying); Precast-manhole setter;
Pressure pipe tester; Post hole digger, air, gas and
electric; Power broom sweeper; Power tampers of all types
(except as shown in Group 2); Ram set gun and stud gun;
Riprap stonepaver and rock-slinger, including placing of
sacked concrete and/or sand (wet or dry) and gabions and
similar type; Rotary scarifier or multiple head concrete
chipping scarifier; Roto and Ditch Witch; Rototiller;
Sandblaster, pot, gun, nozzle operators; Signalling and
rigging; Tank cleaner; Tree climber; Turbo blaster;
Vibrascreed, bull float in connection with laborers' work;
Vibrator; Hazardous waste worker (lead removal); Asbestos
and mold removal worker
GROUP 1-a: Joy drill model TWM-2A; Gardner-Denver model DH143
and similar type drills; Track driller; Jack leg driller;
Wagon driller; Mechanical drillers, all types regardless of
type or method of power; Mechanical pipe layers, all types
regardless of type or method of power; Blaster and powder;
All work of loading, placing and blasting of all powder and
explosives of whatever type regardless of method used for
such loading and placing; High scalers (including drilling
of same); Tree topper; Bit grinder
GROUP 1-b: Sewer cleaners shall receive $4.00 per day above
Group 1 wage rates. ""Sewer cleaner"" means any worker who
handles or comes in contact with raw sewage in small
diameter sewers. Those who work inside recently active,
large diameter sewers, and all recently active sewer
manholes shal receive $5.00 per day above Group 1 wage
rates.
https://sam.gov/wage-determination/CA20230018/29 41/65
1/30/24,7:56 AM SAM.gov
GROUP 1-c: Burning and welding in connection with laborers'
work; Synthetic thermoplastics and similar type welding
GROUP 1-d: Maintenance and repair track and road beds. All
employees performing work covered herein shall receive $
.25 per hour above their regular rate for all work
performed on underground structures not specifically
covered herein. This paragraph shall not be construed to
apply to work below ground level in open cut. It shall
apply to cut and cover work of subway construction after
the temporary cover has been placed.
GROUP 1-e: Work on and/or in bell hole footings and shafts
thereof, and work on and in deep footings. (A deep footing
is a hole 15 feet or more in depth.) In the event the
depth of the footing is unknown at the commencement of
excavation, and the final depth exceeds 15 feet, the deep
footing wage rate would apply to all employees for each and
every day worked on or in the excavation of the footing
from the date of inception.
GROUP 1-f: Wire winding machine in connection with guniting
or shot crete
GROUP 2: Asphalt shoveler; Cement dumper and handling dry
cement or gypsum; Choke-setter and rigger (clearing work);
Concrete bucket dumper and chute; Concrete chipping and
grinding; Concrete laborer (wet or dry); Driller tender,
chuck tender, nipper; Guinea chaser (stake), grout crew;
High pressure nozzle, adductor; Hydraulic monitor (over 100
lbs. pressure); Loading and unloading, carrying and hauling
of all rods and materials for use in reinforcing concrete
construction; Pittsburgh chipper and similar type brush
shredders; Sloper; Single foot, hand-held, pneumatic
tamper; All pneumatic, air, gas and electric tools not
listed in Groups 1 through 1-f; Jacking of pipe - under 12
inches
GROUP 3: Construction laborers, including bridge and general
laborer; Dump, load spotter; Flag person; Fire watcher;
Fence erector; Guardrail erector; Gardener, horticultural
and landscape laborer; Jetting; Limber, brush loader and
piler; Pavement marker (button setter); Maintenance, repair
track and road beds; Streetcar and railroad construction
track laborer; Temporary air and water lines, Victaulic or
similar; Tool room attendant (jobsite only)
GROUP 4: Final clean-up work of debris, grounds and building
including but not limited to: street cleaner; cleaning and
washing windows; brick cleaner (jobsite only); material
cleaner (jobsite only). The classification ""material
cleaner"" is to be utilized under the following conditions:
A: at demolition site for the salvage of the material.
B: at the conclusion of a job where the material is to be
salvaged and stocked to be reused on another job.
C: for the cleaning of salvage material at the jobsite or
temporary jobsite yard.
The material cleaner classification should not be used in
the performance of ""form stripping, cleaning and oiling
and moving to the next point of erection"".
--------------------------------------------------------
GUNITE LABORER CLASSIFICATIONS
GROUP 1: Structural Nozzleman
GROUP 2: Nozzleman, Gunman, Potman, Groundman
GROUP 3: Reboundman
https://sam.gov/wage-determination/CA20230018/29 42/65
1/30/24,7:56 AM SAM.gov
GROUP 4: Gunite laborer
----------------------------------------------------------
WRECKING WORK LABORER CLASSIFICATIONS
GROUP 1: Skilled wrecker (removing and salvaging of sash,
windows and materials)
GROUP 2: Semi-skilled wrecker (salvaging of other building
materials)
----------------------------------------------------------------
LAB00294-010 07/01/2023
CALAVERAS, FRESNO, KINGS, MADERA, MARIPOSA, MERCED, SAN
JOAQUIN, STANISLAUS & TUOLUMNE
Rates Fringes
Plasterer tender.. . . ........ . ....$ 39.77 28.54
Work on a swing stage scaffold: $1.00 per hour additional.
----------------------------------------------------------------
LAB00294-011 07/01/2023
FRESNO, KINGS, AND MADERA COUNTIES
Rates Fringes
LABORER (Plaster Tender).... . . ...$ 39.77 28.54
Work on a swing stage scaffold: $1.00 per hour additional.
----------------------------------------------------------------
LAB00304-002 07/01/2023
ALAMEDA COUNTY
Rates Fringes
LABORER (TRAFFIC CONTROL/LANE
CLOSURE)
Escort Driver, Flag Person..$ 37.26 27.30
Traffic Control Person I. ...$ 37.56 27.30
Traffic Control Person II...$ 35.06 27.30
TRAFFIC CONTROL PERSON I: Layout of traffic control, crash
cushions, construction area and roadside signage.
TRAFFIC CONTROL PERSON II: Installation and removal of
temporary/permanent signs, markers, delineators and crash
cushions.
----------------------------------------------------------------
LAB00304-003 06/26/2023
ALAMEDA COUNTY
Rates Fringes
Tunnel and Shaft Laborers:
GROUP 1...... . . ....... . . . ...$ 45.89 27.72
GROUP 2...... . . ........ . . ...$ 45.66 27.72
GROUP 3...... . . ........ . ....$ 45.41 27.72
GROUP 4...... . . ......... ....$ 44.96 27.72
GROUP 5...... . . ........ . ....$ 44.42 27.72
Shotcrete Specialist.. . . . ...$ 46.41 27.72
TUNNEL AND SHAFT CLASSIFICATIONS
GROUP 1: Diamond driller; Groundmen; Gunite and shotcrete
https://sam.gov/wage-determination/CA20230018/29 43/65
1/30/24,7:56 AM SAM.gov
nozzlemen
GROUP 2: Rodmen; Shaft work & raise (below actual or
excavated ground level)
GROUP 3: Bit grinder; Blaster, driller, powdermen, heading;
Cherry pickermen - where car is lifted; Concrete finisher
in tunnel; Concrete screedman; Grout pumpman and potman;
Gunite & shotcrete gunman & potman; Headermen; High
pressure nozzleman; Miner - tunnel, including top and
bottom man on shaft and raise work; Nipper; Nozzleman on
slick line; Sandblaster - potman, Robotic Shotcrete Placer,
Segment Erector, Tunnel Muck Hauler, Steel Form raiser and
setter; Timberman, retimberman (wood or steel or substitute
materials therefore); Tugger (for tunnel laborer work);
Cable tender; Chuck tender; Powderman - primer house
GROUP 4: Vibrator operator, pavement breaker; Bull gang -
muckers, trackmen; Concrete crew - includes rodding and
spreading, Dumpmen (any method)
GROUP 5: Grout crew; Reboundman; Swamper/ Brakeman
----------------------------------------------------------------
LAB00304-004 06/26/2023
ALAMEDA COUNTY
Rates Fringes
LABORER (CONSTRUCTION CRAFT
LABORERS - AREA A:)
Construction Specialist
Group........ . . ........ . ....$ 37.20 27.30
GROUP 1...... . . ........ . . ...$ 36.50 27.30
GROUP 1-a.... . . ....... . . . ...$ 36.72 27.30
GROUP 1-c.... . . ........ . . ...$ 36.55 27.30
GROUP 1-e.... . . ........ . ....$ 37.05 27.30
GROUP 1-f.... . . ........ . ....$ 37.08 27.30
GROUP 2...... . . ........ . . ...$ 36.35 27.30
GROUP 3...... . . ....... . . . ...$ 36.25 27.30
GROUP 4...... . . ........ . . ...$ 29.94 27.30
See groups 1-b and 1-d under laborer classifications.
LABORER (GARDENERS,
HORTICULTURAL & LANDSCAPE
LABORERS - AREA A:)
(1) New Construction.. . . . ...$ 36.25 27.30
(2) Establishment Warranty
Period....... . . ........ . ....$ 29.94 27.30
LABORER (GUNITE - AREA A:)
GROUP 1...... . . ........ . . ...$ 37.46 27.30
GROUP 2...... . . ....... . . . ...$ 36.96 27.30
GROUP 3...... . . ........ . . ...$ 36.37 27.30
GROUP 4...... . . ........ . ....$ 36.25 27.30
LABORER (WRECKING - AREA A:)
GROUP 1...... . . ........ . . ...$ 36.50 27.30
GROUP 2...... . . ....... . . . ...$ 36.35 27.30
FOOTNOTES:
Laborers working off or with or from bos'n chairs, swinging
scaffolds, belts shall receive $0.25 per hour above the
applicable wage rate. This shall not apply to workers
entitled to receive the wage rate set forth in Group 1-a
below.
---------------------------------------------------------
LABORER CLASSIFICATIONS
CONSTRUCTION SPECIALIST GROUP: Asphalt ironer and raker;
Chainsaw; Laser beam in connection with laborers' work;
https://sam.gov/wage-determination/CA20230018/29 44/65
1/30/24,7:56AM SAM.gov
Cast-in- place manhole form setter; Pressure pipelayer;
Davis trencher - 300 or similar type (and all small
trenchers); Blaster; Diamond driller; Multiple unit drill;
Hydraulic drill
GROUP 1: Asphalt spreader boxes (all types); Barko, Wacker
and similar type tampers; Buggymobile; Caulker, bander,
pipewrapper, conduit layer, plastic pipelayer; Certified
hazardous waste worker including Leade Abatement;
Compactors of all types; Concrete and magnesite mixer, 1/2
yd. and under; Concrete pan work; Concrete sander; Concrete
saw; Cribber and/or shoring; Cut granite curb setter;
Dri-pak-it machine; Faller, logloader and bucker; Form
raiser, slip forms; Green cutter; Headerboard, Hubsetter,
aligner, by any method; High pressure blow pipe (1-1/2"" or
over, 100 lbs. pressure/over); Hydro seeder and similar
type; Jackhammer operator; Jacking of pipe over 12 inches;
Jackson and similar type compactor; Kettle tender, pot and
worker applying asphalt, lay-kold, creosote, lime, caustic
and similar type materials (applying means applying,
dipping or handling of such materials); Lagging, sheeting,
whaling, bracing, trenchjacking, lagging hammer; Magnesite,
epoxyresin, fiberglass, mastic worker (wet or dry); No
joint pipe and stripping of same, including repair of
voids; Pavement breaker and spader, including tool grinder;
Perma curb; Pipelayer (including grade checking in
connection with pipelaying); Precast-manhole setter;
Pressure pipe tester; Post hole digger, air, gas and
electric; Power broom sweeper; Power tampers of all types
(except as shown in Group 2); Ram set gun and stud gun;
Riprap stonepaver and rock-slinger, including placing of
sacked concrete and/or sand (wet or dry) and gabions and
similar type; Rotary scarifier or multiple head concrete
chipping scarifier; Roto and Ditch Witch; Rototiller;
Sandblaster, pot, gun, nozzle operators; Signalling and
rigging; Tank cleaner; Tree climber; Turbo blaster;
Vibrascreed, bull float in connection with laborers' work;
Vibrator; Hazardous waste worker (lead removal); Asbestos
and mold removal worker
GROUP 1-a: Joy drill model TWM-2A; Gardner-Denver model DH143
and similar type drills; Track driller; Jack leg driller;
Wagon driller; Mechanical drillers, all types regardless of
type or method of power; Mechanical pipe layers, all types
regardless of type or method of power; Blaster and powder;
All work of loading, placing and blasting of all powder and
explosives of whatever type regardless of method used for
such loading and placing; High scalers (including drilling
of same); Tree topper; Bit grinder
GROUP 1-b: Sewer cleaners shall receive $4.00 per day above
Group 1 wage rates. ""Sewer cleaner"" means any worker who
handles or comes in contact with raw sewage in small
diameter sewers. Those who work inside recently active,
large diameter sewers, and all recently active sewer
manholes shal receive $5.00 per day above Group 1 wage
rates.
GROUP 1-c: Burning and welding in connection with laborers'
work; Synthetic thermoplastics and similar type welding
GROUP 1-d: Maintenance and repair track and road beds. All
employees performing work covered herein shall receive $
.25 per hour above their regular rate for all work
performed on underground structures not specifically
covered herein. This paragraph shall not be construed to
apply to work below ground level in open cut. It shall
apply to cut and cover work of subway construction after
the temporary cover has been placed.
GROUP 1-e: Work on and/or in bell hole footings and shafts
thereof, and work on and in deep footings. (A deep footing
https://sam.gov/wage-determination/CA20230018/29 45/65
1/30/24,7:56AM SAM.gov
is a hole 15 feet or more in depth.) In the event the
depth of the footing is unknown at the commencement of
excavation, and the final depth exceeds 15 feet, the deep
footing wage rate would apply to all employees for each and
every day worked on or in the excavation of the footing
from the date of inception.
GROUP 1-f: Wire winding machine in connection with guniting
or shot crete
GROUP 2: Asphalt shoveler; Cement dumper and handling dry
cement or gypsum; Choke-setter and rigger (clearing work);
Concrete bucket dumper and chute; Concrete chipping and
grinding; Concrete laborer (wet or dry); Driller tender,
chuck tender, nipper; Guinea chaser (stake), grout crew;
High pressure nozzle, adductor; Hydraulic monitor (over 100
lbs. pressure); Loading and unloading, carrying and hauling
of all rods and materials for use in reinforcing concrete
construction; Pittsburgh chipper and similar type brush
shredders; Sloper; Single foot, hand-held, pneumatic
tamper; All pneumatic, air, gas and electric tools not
listed in Groups 1 through 1-f; Jacking of pipe - under 12
inches
GROUP 3: Construction laborers, including bridge and general
laborer; Dump, load spotter; Flag person; Fire watcher;
Fence erector; Guardrail erector; Gardener, horticultural
and landscape laborer; Jetting; Limber, brush loader and
piler; Pavement marker (button setter); Maintenance, repair
track and road beds; Streetcar and railroad construction
track laborer; Temporary air and water lines, Victaulic or
similar; Tool room attendant (jobsite only)
GROUP 4: Final clean-up work of debris, grounds and building
including but not limited to: street cleaner; cleaning and
washing windows; brick cleaner (jobsite only); material
cleaner (jobsite only). The classification ""material
cleaner"" is to be utilized under the following conditions:
A: at demolition site for the salvage of the material.
B: at the conclusion of a job where the material is to be
salvaged and stocked to be reused on another job.
C: for the cleaning of salvage material at the jobsite or
temporary jobsite yard.
The material cleaner classification should not be used in
the performance of ""form stripping, cleaning and oiling
and moving to the next point of erection"".
--------------------------------------------------------
GUNITE LABORER CLASSIFICATIONS
GROUP 1: Structural Nozzleman
GROUP 2: Nozzleman, Gunman, Potman, Groundman
GROUP 3: Reboundman
GROUP 4: Gunite laborer
----------------------------------------------------------
WRECKING WORK LABORER CLASSIFICATIONS
GROUP 1: Skilled wrecker (removing and salvaging of sash,
windows and materials)
GROUP 2: Semi-skilled wrecker (salvaging of other building
materials)
----------------------------------------------------------------
LAB00304-005 07/01/2023
https://sam.gov/wage-determination/CA20230018/29 46/65
1/30/24,7:56 AM SAM.gov
ALAMEDA COUNTY
Rates Fringes
Brick Tender...... . . ........ . ....$ 37.05 27.45
FOOTNOTES: Work on jobs where heat-protective clothing is
required: $2.00 per hour additional. Work at grinders: $.25
per hour additional. Manhole work: $2.00 per day additional.
----------------------------------------------------------------
LAB00304-008 07/01/2023
ALAMEDA AND CONTRA COSTA COUNTIES:
Rates Fringes
Plasterer tender.. . . ........ . . ...$ 41.93 30.32
Work on a swing stage scaffold: $1.00 per hour additional.
----------------------------------------------------------------
LAB00324-002 07/01/2023
CONTRA COSTA COUNTY
Rates Fringes
LABORER (TRAFFIC CONTROL/LANE
CLOSURE)
Escort Driver, Flag Person..$ 37.26 27.30
Traffic Control Person I. ...$ 37.56 27.30
Traffic Control Person II...$ 35.06 27.30
TRAFFIC CONTROL PERSON I: Layout of traffic control, crash
cushions, construction area and roadside signage.
TRAFFIC CONTROL PERSON II: Installation and removal of
temporary/permanent signs, markers, delineators and crash
cushions.
----------------------------------------------------------------
LAB00324-006 06/26/2023
CONTRA COSTA COUNTY
Rates Fringes
Tunnel and Shaft Laborers:
GROUP 1...... . . ........ . ....$ 45.89 27.72
GROUP 2...... . . ........ . . ...$ 45.66 27.72
GROUP 3...... . . ....... . . . ...$ 45.41 27.72
GROUP 4...... . . ........ . . ...$ 44.96 27.72
GROUP 5...... . . ........ . ....$ 44.42 27.72
Shotcrete Specialist... . ....$ 46.41 27.72
TUNNEL AND SHAFT CLASSIFICATIONS
GROUP 1: Diamond driller; Groundmen; Gunite and shotcrete
nozzlemen
GROUP 2: Rodmen; Shaft work & raise (below actual or
excavated ground level)
GROUP 3: Bit grinder; Blaster, driller, powdermen, heading;
Cherry pickermen - where car is lifted; Concrete finisher
in tunnel; Concrete screedman; Grout pumpman and potman;
Gunite & shotcrete gunman & potman; Headermen; High
pressure nozzleman; Miner - tunnel, including top and
bottom man on shaft and raise work; Nipper; Nozzleman on
slick line; Sandblaster - potman, Robotic Shotcrete Placer,
Segment Erector, Tunnel Muck Hauler, Steel Form raiser and
https://sam.gov/wage-determination/CA20230018/29 47/65
1/30/24,7:56 AM SAM.gov
setter; Timberman, retimberman (wood or steel or substitute
materials therefore); Tugger (for tunnel laborer work);
Cable tender; Chuck tender; Powderman - primer house
GROUP 4: Vibrator operator, pavement breaker; Bull gang -
muckers, trackmen; Concrete crew - includes rodding and
spreading, Dumpmen (any method)
GROUP 5: Grout crew; Reboundman; Swamper/ Brakeman
----------------------------------------------------------------
LAB00324-012 06/26/2023
CONTRA COSTA COUNTY
Rates Fringes
LABORER (CONSTRUCTION CRAFT
LABORERS - AREA A:)
Construction Specialist
Group........ . . ........ . . ...$ 37.20 27.30
GROUP 1...... . . ........ . ....$ 36.50 27.30
GROUP 1-a.... . . ........ . ....$ 36.72 27.30
GROUP 1-c.... . . ........ . . ...$ 36.55 27.30
GROUP 1-e.... . . ....... . . . ...$ 37.05 27.30
GROUP 1-f.... . . ........ . . ...$ 37.08 27.30
GROUP 1-g.... . . ........ . . ...$ 36.70 27.30
GROUP 2...... . . ........ . . ...$ 36.35 27.30
GROUP 3...... . . ........ . ....$ 36.25 27.30
GROUP 4...... . . ........ . . ...$ 29.94 27.30
See groups 1-b and 1-d under laborer classifications.
LABORER (GARDENERS,
HORTICULURAL & LANDSCAPE
LABORERS - AREA A:)
(1) New Construction... . . ...$ 36.25 27.30
(2) Establishment Warranty
Period....... . . ........ . . ...$ 29.94 27.30
LABORER (GUNITE - AREA A:)
GROUP 1...... . . ........ . ....$ 37.46 27.30
GROUP 2...... . . ........ . . ...$ 36.96 27.30
GROUP 3...... . . ....... . . . ...$ 36.37 27.30
GROUP 4...... . . ........ . . ...$ 36.25 27.30
LABORER (WRECKING - AREA A:)
GROUP 1...... . . ........ . ....$ 36.50 27.30
GROUP 2...... . . ........ . ....$ 36.35 27.30
FOOTNOTES:
Laborers working off or with or from bos'n chairs, swinging
scaffolds, belts shall receive $0.25 per hour above the
applicable wage rate. This shall not apply to workers
entitled to receive the wage rate set forth in Group 1-a
below.
---------------------------------------------------------
LABORER CLASSIFICATIONS
CONSTRUCTION SPECIALIST GROUP: Asphalt ironer and raker;
Chainsaw; Laser beam in connection with laborers' work;
Cast-in- place manhole form setter; Pressure pipelayer;
Davis trencher - 300 or similar type (and all small
trenchers); Blaster; Diamond driller; Multiple unit drill;
Hydraulic drill
GROUP 1: Asphalt spreader boxes (all types); Barko, Wacker
and similar type tampers; Buggymobile; Caulker, bander,
pipewrapper, conduit layer, plastic pipelayer; Certified
hazardous waste worker including Leade Abatement;
Compactors of all types; Concrete and magnesite mixer, 1/2
yd. and under; Concrete pan work; Concrete sander; Concrete
saw; Cribber and/or shoring; Cut granite curb setter;
https://sam.gov/wage-determination/CA20230018/29 48/65
1/30/24,7:56AM SAM.gov
Dri-pak-it machine; Faller, logloader and bucker; Form
raiser, slip forms; Green cutter; Headerboard, Hubsetter,
aligner, by any method; High pressure blow pipe (1-1/2"" or
over, 100 lbs. pressure/over); Hydro seeder and similar
type; Jackhammer operator; Jacking of pipe over 12 inches;
Jackson and similar type compactor; Kettle tender, pot and
worker applying asphalt, lay-kold, creosote, lime, caustic
and similar type materials (applying means applying,
dipping or handling of such materials); Lagging, sheeting,
whaling, bracing, trenchjacking, lagging hammer; Magnesite,
epoxyresin, fiberglass, mastic worker (wet or dry); No
joint pipe and stripping of same, including repair of
voids; Pavement breaker and spader, including tool grinder;
Perma curb; Pipelayer (including grade checking in
connection with pipelaying); Precast-manhole setter;
Pressure pipe tester; Post hole digger, air, gas and
electric; Power broom sweeper; Power tampers of all types
(except as shown in Group 2); Ram set gun and stud gun;
Riprap stonepaver and rock-slinger, including placing of
sacked concrete and/or sand (wet or dry) and gabions and
similar type; Rotary scarifier or multiple head concrete
chipping scarifier; Roto and Ditch Witch; Rototiller;
Sandblaster, pot, gun, nozzle operators; Signalling and
rigging; Tank cleaner; Tree climber; Turbo blaster;
Vibrascreed, bull float in connection with laborers' work;
Vibrator; Hazardous waste worker (lead removal); Asbestos
and mold removal worker
GROUP 1-a: Joy drill model TWM-2A; Gardner-Denver model DH143
and similar type drills; Track driller; lack leg driller;
Wagon driller; Mechanical drillers, all types regardless of
type or method of power; Mechanical pipe layers, all types
regardless of type or method of power; Blaster and powder;
All work of loading, placing and blasting of all powder and
explosives of whatever type regardless of method used for
such loading and placing; High scalers (including drilling
of same); Tree topper; Bit grinder
GROUP 1-b: Sewer cleaners shall receive $4.00 per day above
Group 1 wage rates. ""Sewer cleaner"" means any worker who
handles or comes in contact with raw sewage in small
diameter sewers. Those who work inside recently active,
large diameter sewers, and all recently active sewer
manholes shal receive $5.00 per day above Group 1 wage
rates.
GROUP 1-c: Burning and welding in connection with laborers'
work; Synthetic thermoplastics and similar type welding
GROUP 1-d: Maintenance and repair track and road beds. All
employees performing work covered herein shall receive $
.25 per hour above their regular rate for all work
performed on underground structures not specifically
covered herein. This paragraph shall not be construed to
apply to work below ground level in open cut. It shall
apply to cut and cover work of subway construction after
the temporary cover has been placed.
GROUP 1-e: Work on and/or in bell hole footings and shafts
thereof, and work on and in deep footings. (A deep footing
is a hole 15 feet or more in depth.) In the event the
depth of the footing is unknown at the commencement of
excavation, and the final depth exceeds 15 feet, the deep
footing wage rate would apply to all employees for each and
every day worked on or in the excavation of the footing
from the date of inception.
GROUP 1-f: Wire winding machine in connection with guniting
or shot crete
GROUP 1-g, CONTRA COSTA COUNTY: Pipelayer (including grade
checking in connection with pipelaying); Caulker; Bander;
https://sam.gov/wage-determination/CA20230018/29 49/65
1/30/24,7:56 AM SAM.gov
Pipewrapper; Conduit layer; Plastic pipe layer; Pressure
pipe tester; No joint pipe and stripping of same, including
repair of voids; Precast manhole setters, cast in place
manhole form setters
GROUP 2: Asphalt shoveler; Cement dumper and handling dry
cement or gypsum; Choke-setter and rigger (clearing work);
Concrete bucket dumper and chute; Concrete chipping and
grinding; Concrete laborer (wet or dry); Driller tender,
chuck tender, nipper; Guinea chaser (stake), grout crew;
High pressure nozzle, adductor; Hydraulic monitor (over 100
lbs. pressure); Loading and unloading, carrying and hauling
of all rods and materials for use in reinforcing concrete
construction; Pittsburgh chipper and similar type brush
shredders; Sloper; Single foot, hand-held, pneumatic
tamper; All pneumatic, air, gas and electric tools not
listed in Groups 1 through 1-f; Jacking of pipe - under 12
inches
GROUP 3: Construction laborers, including bridge and general
laborer; Dump, load spotter; Flag person; Fire watcher;
Fence erector; Guardrail erector; Gardener, horticultural
and landscape laborer; Jetting; Limber, brush loader and
piler; Pavement marker (button setter); Maintenance, repair
track and road beds; Streetcar and railroad construction
track laborer; Temporary air and water lines, Victaulic or
similar; Tool room attendant (jobsite only)
GROUP 4: Final clean-up work of debris, grounds and building
including but not limited to: street cleaner; cleaning and
washing windows; brick cleaner (jobsite only); material
cleaner (jobsite only). The classification ""material
cleaner"" is to be utilized under the following conditions:
A: at demolition site for the salvage of the material.
B: at the conclusion of a job where the material is to be
salvaged and stocked to be reused on another job.
C: for the cleaning of salvage material at the jobsite or
temporary jobsite yard.
The material cleaner classification should not be used in
the performance of ""form stripping, cleaning and oiling
and moving to the next point of erection"".
--------------------------------------------------------
GUNITE LABORER CLASSIFICATIONS
GROUP 1: Structural Nozzleman
GROUP 2: Nozzleman, Gunman, Potman, Groundman
GROUP 3: Reboundman
GROUP 4: Gunite laborer
----------------------------------------------------------
WRECKING WORK LABORER CLASSIFICATIONS
GROUP 1: Skilled wrecker (removing and salvaging of sash,
windows and materials)
GROUP 2: Semi-skilled wrecker (salvaging of other building
materials)
GROUP 1-g, CONTRA COSTA COUNTY: Pipelayer (including grade
checking in connection with pipelaying); Caulker; Bander;
Pipewrapper; Conduit layer; Plastic pipe layer; Pressure
pipe tester; No joint pipe and stripping of same, including
repair of voids; Precast manhole setters, cast in place
manhole form setters
https://sam.gov/wage-determination/CA20230018/29 50/65
1/30/24,7:56 AM SAM.gov
----------------------------------------------------------------
LAB00324-014 07/01/2023
CONTRA COSTA COUNTY:
Rates Fringes
Brick Tender...... . . ....... . . . ...$ 37.05 27.45
FOOTNOTES: Work on jobs where heat-protective clothing is
required: $2.00 per hour additional. Work at grinders: $.25
per hour additional. Manhole work: $2.00 per day additional.
----------------------------------------------------------------
LAB00324-018 07/01/2023
ALAMEDA AND CONTRA COSTA COUNTIES:
Rates Fringes
Plasterer tender.. . . ........ . ....$ 41.93 30.32
Work on a swing stage scaffold: $1.00 per hour additional.
----------------------------------------------------------------
LAB01130-002 07/01/2023
MARIPOSA, MERCED, STANISLAUS, AND TUOLUMNE COUNTIES
Rates Fringes
LABORER (TRAFFIC CONTROL/LANE
CLOSURE)
Escort Driver, Flag Person..$ 36.26 27.30
Traffic Control Person I. ...$ 36.56 27.30
Traffic Control Person II...$ 34.06 27.30
TRAFFIC CONTROL PERSON I: Layout of traffic control, crash
cushions, construction area and roadside signage.
TRAFFIC CONTROL PERSON II: Installation and removal of
temporary/permanent signs, markers, delineators and crash
cushions.
----------------------------------------------------------------
LAB01130-003 06/26/2023
MARIPOSA, MERCED, STANISLAUS, AND TUOLUMNE COUNTIES
Rates Fringes
Tunnel and Shaft Laborers:
GROUP 1...... . . ........ . . ...$ 45.89 27.72
GROUP 2...... . . ........ . ....$ 45.66 27.72
GROUP 3...... . . ........ . ....$ 45.41 27.72
GROUP 4...... . . ........ . . ...$ 44.96 27.72
GROUP 5...... . . ....... . . . ...$ 44.42 27.72
Shotcrete Specialist... . . ...$ 46.41 27.72
TUNNEL AND SHAFT CLASSIFICATIONS
GROUP 1: Diamond driller; Groundmen; Gunite and shotcrete
nozzlemen
GROUP 2: Rodmen; Shaft work & raise (below actual or
excavated ground level)
GROUP 3: Bit grinder; Blaster, driller, powdermen, heading;
Cherry pickermen - where car is lifted; Concrete finisher
in tunnel; Concrete screedman; Grout pumpman and potman;
Gunite & shotcrete gunman & potman; Headermen; High
pressure nozzleman; Miner - tunnel, including top and
https://sam.gov/wage-determination/CA20230018/29 51/65
1/30/24,7:56 AM SAM.gov
bottom man on shaft and raise work; Nipper; Nozzleman on
slick line; Sandblaster - potman, Robotic Shotcrete Placer,
Segment Erector, Tunnel Muck Hauler, Steel Form raiser and
setter; Timberman, retimberman (wood or steel or substitute
materials therefore); Tugger (for tunnel laborer work);
Cable tender; Chuck tender; Powderman - primer house
GROUP 4: Vibrator operator, pavement breaker; Bull gang -
muckers, trackmen; Concrete crew - includes rodding and
spreading, Dumpmen (any method)
GROUP 5: Grout crew; Reboundman; Swamper/ Brakeman
----------------------------------------------------------------
LAB01130-005 07/01/2023
MARIPOSA, MERCED, STANISLAUS AND TUOLUMNE COUNTIES
Rates Fringes
LABORER
Mason Tender-Brick..... . . ...$ 36.29 25.55
----------------------------------------------------------------
LAB01130-007 06/26/2023
MARIPOSA, MERCED, STANISLAUS, AND TUOLUMNE COUNTIES
Rates Fringes
LABORER (CONSTRUCTION CRAFT
LABORERS - AREA B:)
Construction Specialist
Group........ . . ........ . ....$ 36.20 27.30
GROUP 1...... . . ........ . ....$ 35.50 27.30
GROUP 1-a.... . . ........ . . ...$ 35.72 27.30
GROUP 1-c.... . . ....... . . . ...$ 35.55 27.30
GROUP 1-e.... . . ........ . . ...$ 36.05 27.30
GROUP 1-f.... . . ........ . ....$ 36.08 27.30
GROUP 2...... . . ........ . ....$ 35.35 27.30
GROUP 3...... . . ........ . . ...$ 35.25 27.30
GROUP 4...... . . ....... . . . ...$ 28.94 27.30
See groups 1-b and 1-d under laborer classifications.
LABORER (GARDENERS,
HORTICULTURAL & LANDSCAPE
LABORERS - AREA B:)
(1) New Construction... . . ...$ 35.25 27.30
(2) Establishment Warranty
Period....... . . ........ . . ...$ 28.94 27.30
LABORER (GUNITE - AREA B:)
GROUP 1...... . . ........ . ....$ 36.46 27.30
GROUP 2...... . . ........ . . ...$ 35.96 27.30
GROUP 3...... . . ....... . . . ...$ 35.37 27.30
GROUP 4...... . . ........ . . ...$ 35.25 27.30
LABORER (WRECKING - AREA B:)
GROUP 1...... . . ........ . ....$ 35.50 27.30
GROUP 2...... . . ........ . . ...$ 35.35 27.30
FOOTNOTES:
Laborers working off or with or from bos'n chairs, swinging
scaffolds, belts shall receive $0.25 per hour above the
applicable wage rate. This shall not apply to workers
entitled to receive the wage rate set forth in Group 1-a
below.
---------------------------------------------------------
LABORER CLASSIFICATIONS
CONSTRUCTION SPECIALIST GROUP: Asphalt ironer and raker;
Chainsaw; Laser beam in connection with laborers' work;
Cast-in- place manhole form setter; Pressure pipelayer;
https://sam.gov/wage-determination/CA20230018/29 52/65
1/30/24,7:56 AM SAM.gov
Davis trencher - 300 or similar type (and all small
trenchers); Blaster; Diamond driller; Multiple unit drill;
Hydraulic drill
GROUP 1: Asphalt spreader boxes (all types); Barko, Wacker
and similar type tampers; Buggymobile; Caulker, bander,
pipewrapper, conduit layer, plastic pipelayer; Certified
hazardous waste worker including Leade Abatement;
Compactors of all types; Concrete and magnesite mixer, 1/2
yd. and under; Concrete pan work; Concrete sander; Concrete
saw; Cribber and/or shoring; Cut granite curb setter;
Dri-pak-it machine; Faller, logloader and bucker; Form
raiser, slip forms; Green cutter; Headerboard, Hubsetter,
aligner, by any method; High pressure blow pipe (1-1/2"" or
over, 100 lbs. pressure/over); Hydro seeder and similar
type; Jackhammer operator; Jacking of pipe over 12 inches;
Jackson and similar type compactor; Kettle tender, pot and
worker applying asphalt, lay-kold, creosote, lime, caustic
and similar type materials (applying means applying,
dipping or handling of such materials); Lagging, sheeting,
whaling, bracing, trenchjacking, lagging hammer; Magnesite,
epoxyresin, fiberglass, mastic worker (wet or dry); No
joint pipe and stripping of same, including repair of
voids; Pavement breaker and spader, including tool grinder;
Perma curb; Pipelayer (including grade checking in
connection with pipelaying); Precast-manhole setter;
Pressure pipe tester; Post hole digger, air, gas and
electric; Power broom sweeper; Power tampers of all types
(except as shown in Group 2); Ram set gun and stud gun;
Riprap stonepaver and rock-slinger, including placing of
sacked concrete and/or sand (wet or dry) and gabions and
similar type; Rotary scarifier or multiple head concrete
chipping scarifier; Roto and Ditch Witch; Rototiller;
Sandblaster, pot, gun, nozzle operators; Signalling and
rigging; Tank cleaner; Tree climber; Turbo blaster;
Vibrascreed, bull float in connection with laborers' work;
Vibrator; Hazardous waste worker (lead removal); Asbestos
and mold removal worker
GROUP 1-a: Joy drill model TWM-2A; Gardner-Denver model DH143
and similar type drills; Track driller; Jack leg driller;
Wagon driller; Mechanical drillers, all types regardless of
type or method of power; Mechanical pipe layers, all types
regardless of type or method of power; Blaster and powder;
All work of loading, placing and blasting of all powder and
explosives of whatever type regardless of method used for
such loading and placing; High scalers (including drilling
of same); Tree topper; Bit grinder
GROUP 1-b: Sewer cleaners shall receive $4.00 per day above
Group 1 wage rates. ""Sewer cleaner"" means any worker who
handles or comes in contact with raw sewage in small
diameter sewers. Those who work inside recently active,
large diameter sewers, and all recently active sewer
manholes shal receive $5.00 per day above Group 1 wage
rates.
GROUP 1-c: Burning and welding in connection with laborers'
work; Synthetic thermoplastics and similar type welding
GROUP 1-d: Maintenance and repair track and road beds. All
employees performing work covered herein shall receive $
.25 per hour above their regular rate for all work
performed on underground structures not specifically
covered herein. This paragraph shall not be construed to
apply to work below ground level in open cut. It shall
apply to cut and cover work of subway construction after
the temporary cover has been placed.
GROUP 1-e: Work on and/or in bell hole footings and shafts
thereof, and work on and in deep footings. (A deep footing
is a hole 15 feet or more in depth.) In the event the
https://sam.gov/wage-determination/CA20230018/29 53/65
1/30/24,7:56 AM SAM.gov
depth of the footing is unknown at the commencement of
excavation, and the final depth exceeds 15 feet, the deep
footing wage rate would apply to all employees for each and
every day worked on or in the excavation of the footing
from the date of inception.
GROUP 1-f: Wire winding machine in connection with guniting
or shot crete
GROUP 2: Asphalt shoveler; Cement dumper and handling dry
cement or gypsum; Choke-setter and rigger (clearing work);
Concrete bucket dumper and chute; Concrete chipping and
grinding; Concrete laborer (wet or dry); Driller tender,
chuck tender, nipper; Guinea chaser (stake), grout crew;
High pressure nozzle, adductor; Hydraulic monitor (over 100
lbs. pressure); Loading and unloading, carrying and hauling
of all rods and materials for use in reinforcing concrete
construction; Pittsburgh chipper and similar type brush
shredders; Sloper; Single foot, hand-held, pneumatic
tamper; All pneumatic, air, gas and electric tools not
listed in Groups 1 through 1-f; Jacking of pipe - under 12
inches
GROUP 3: Construction laborers, including bridge and general
laborer; Dump, load spotter; Flag person; Fire watcher;
Fence erector; Guardrail erector; Gardener, horticultural
and landscape laborer; Jetting; Limber, brush loader and
piler; Pavement marker (button setter); Maintenance, repair
track and road beds; Streetcar and railroad construction
track laborer; Temporary air and water lines, Victaulic or
similar; Tool room attendant (jobsite only)
GROUP 4: Final clean-up work of debris, grounds and building
including but not limited to: street cleaner; cleaning and
washing windows; brick cleaner (jobsite only); material
cleaner (jobsite only). The classification ""material
cleaner"" is to be utilized under the following conditions:
A: at demolition site for the salvage of the material.
B: at the conclusion of a job where the material is to be
salvaged and stocked to be reused on another job.
C: for the cleaning of salvage material at the jobsite or
temporary jobsite yard.
The material cleaner classification should not be used in
the performance of ""form stripping, cleaning and oiling
and moving to the next point of erection"".
--------------------------------------------------------
GUNITE LABORER CLASSIFICATIONS
GROUP 1: Structural Nozzleman
GROUP 2: Nozzleman, Gunman, Potman, Groundman
GROUP 3: Reboundman
GROUP 4: Gunite laborer
----------------------------------------------------------
WRECKING WORK LABORER CLASSIFICATIONS
GROUP 1: Skilled wrecker (removing and salvaging of sash,
windows and materials)
GROUP 2: Semi-skilled wrecker (salvaging of other building
materials)
----------------------------------------------------------------
LAB01130-008 07/01/2023
https://sam.gov/wage-determination/CA20230018/29 54/65
1/30/24,7:56 AM SAM.gov
CALAVERAS, FRESNO, KINGS, MADERA, MARIPOSA, MERCED, SAN
70AQUIN, STANISLAUS & TUOLUMNE
Rates Fringes
Plasterer tender.. . . ........ . ....$ 39.77 28.54
Work on a swing stage scaffold: $1.00 per hour additional.
----------------------------------------------------------------
LAB01130-009 07/01/2023
MARIPOSA, MERCED, STANISLAUS, AND TUOLUMNE COUNTIES
Rates Fringes
LABORER (Plaster Tender).... . ....$ 39.77 28.54
Work on a swing stage scaffold: $1.00 per hour additional.
----------------------------------------------------------------
PAIN0016-001 01/01/2023
ALAMEDA, CONTRA COSTA, MONTEREY, SAN BENITO, SAN MATEO, SANTA
CLARA, AND SANTA CRUZ COUNTIES
Rates Fringes
Painters: . ........ . . ........ . ....$ 47.42 27.28
PREMIUMS:
EXOTIC MATERIALS - $1.25 additional per hour.
SPRAY WORK: - $0.50 additional per hour.
INDUSTRIAL PAINTING - $0.25 additional per hour
[Work on industrial buildings used for the manufacture and
processing of goods for sale or service; steel construction
(bridges), stacks, towers, tanks, and similar structures]
HIGH WORK:
over 50 feet - $2.00 per hour additional
100 to 180 feet - $4.00 per hour additional
Over 180 feet - $6.00 per houir additional
----------------------------------------------------------------
PAIN0016-003 07/01/2023
AREA 1: ALAMEDA, CONTRA COSTA, SAN FRANCISCO, SAN MATEO & SANTA
CLARA COUNTIES
AREA 2: CALAVERAS, MARIPOA, MERCED, MONTEREY, SAN BENITO, SAN
JOAQUIN, SANTA CRUZ, STANISLAUS & TUOLUMNE COUNTIES
Rates Fringes
Drywall Finisher/Taper
AREA 1....... . . ........ . . ...$ 60.41 31.34
AREA 2....... . . ........ . . ...$ 56.28 29.94
----------------------------------------------------------------
PAIN0016-012 01/01/2023
ALAMEDA, CONTRA COSTA, MARIPOSA, MERCED, MONTEREY, SAN BENITO,
SAN FRANCISCO, SAN MATEO, SANTA CLARA AND SANTA CRUZ COUNTIES
Rates Fringes
SOFT FLOOR LAYER.. . . ........ . . ...$ 55.25 32.63
----------------------------------------------------------------
PAIN0016-015 01/01/2023
https://sam.gov/wage-determination/CA20230018/29 55/65
1/30/24,7:56AM SAM.gov
CALAVERAS, MARIPOSA, MERCED, SAN JOAQUIN, STANISLAUS & TUOLUMNE
COUNTIES
Rates Fringes
PAINTER
Brush........ . . ....... . . . ...$ 38.23 22.05
FOOTNOTES:
SPRAY/SANDBLAST: $0.50 additional per hour.
EXOTIC MATERIALS: $1.25 additional per hour.
HIGH TIME: Over 50 ft above ground or water level $2.00
additional per hour. 100 to 180 ft above ground or water
level $4.00 additional per hour. Over 180 ft above ground
or water level $6.00 additional per hour.
----------------------------------------------------------------
PAIN0016-022 01/01/2023
SAN FRANCISCO COUNTY
Rates Fringes
PAINTER. . . ........ . . ........ . ....$ 51.04 27.28
----------------------------------------------------------------
PAIN0169-001 01/01/2023
FRESNO, KINGS, MADERA, MARIPOSA AND MERCED COUNTIES:
Rates Fringes
GLAZIER. . . ........ . . ....... . . . ...$ 44.33 28.88
----------------------------------------------------------------
PAIN0169-005 01/01/2023
ALAMEDA CONTRA COSTA, MONTEREY, SAN BENITO, SAN FRANCISCO, SAN
MATEO, SANTA CLARA & SANTA CRUZ COUNTIES
Rates Fringes
GLAZIER. . . ........ . . ........ . . ...$ 55.77 32.45
----------------------------------------------------------------
PAIN0294-004 07/01/2023
FRESNO, KINGS AND MADERA COUNTIES
Rates Fringes
PAINTER
Brush, Roller. . ....... . . . ...$ 34.49 21.80
Drywall Finisher/Taper. . . ...$ 35.74 21.80
FOOTNOTE:
Spray Painters & Paperhangers recive $1.00 additional per
hour. Painters doing Drywall Patching receive $1.25
additional per hour. Lead Abaters & Sandblasters receive
$1.50 additional per hour. High Time - over 30 feet (does
not include work from a lift) $0.75 per hour additional.
----------------------------------------------------------------
PAIN0294-005 01/01/2023
FRESNO, KINGS & MADERA
Rates Fringes
SOFT FLOOR LAYER.. . . ........ . . ...$ 38.53 23.19
----------------------------------------------------------------
PAIN0767-001 01/01/2023
https://sam.gov/wage-determination/CA20230018/29 56/65
1/30/24,7:56AM SAM.gov
CALAVERAS, SAN JOAQUIN, STANISLAUS AND TUOLUMNE COUNTIES:
Rates Fringes
GLAZIER. . . ........ . . ........ . . ...$ 43.15 33.72
PAID HOLIDAYS: New Year's Day, Martin Luther King, Jr. Day,
President's Day, Memorial Day, Independence Day, Labor Day,
Veteran's Day, Thanksgiving Day, and Christmas Day.
Employee required to wear a body harness shall receive $1.50
per hour above the basic hourly rate at any elevation.
----------------------------------------------------------------
PAIN1176-001 07/01/2022
HIGHWAY IMPROVEMENT
Rates Fringes
Parking Lot Striping/Highway
Marking:
GROUP 1...... . . ........ . ....$ 40.83 17.62
GROUP 2...... . . ........ . . ...$ 34.71 17.62
GROUP 3...... . . ........ . . ...$ 35.11 17.62
CLASSIFICATIONS
GROUP 1: Striper: Layout and application of painted traffic
stripes and marking; hot thermo plastic; tape, traffic
stripes and markings
GROUP 2: Gamecourt & Playground Installer
GROUP 3: Protective Coating, Pavement Sealing
----------------------------------------------------------------
PAIN1237-003 01/01/2023
CALAVERAS; SAN JOAQUIN COUNTIES; STANISLAUS AND TUOLUMNE
COUNTIES:
Rates Fringes
SOFT FLOOR LAYER.. . . ........ . . ...$ 46.24 25.96
----------------------------------------------------------------
PLAS0066-002 07/01/2019
ALAMEDA, CONTRA COSTA, SAN MATEO AND SAN FRANCISCO COUNTIES:
Rates Fringes
PLASTERER. ........ . . ........ . ....$ 42.41 30.73
----------------------------------------------------------------
PLAS0300-001 07/01/2018
Rates Fringes
PLASTERER
AREA 188: Fresno...... . ....$ 32.70 31.68
AREA 224: San Benito,
Santa Clara, Santa Cruz. . ...$ 32.88 31.68
AREA 295: Calaveras & San
Joaquin Couonties...... . ....$ 32.70 31.68
AREA 337: Monterey County..$ 32.88 31.68
AREA 429: Mariposa,
Merced, Stanislaus,
Tuolumne Counties...... . . ...$ 32.70 31.68
----------------------------------------------------------------
PLAS0300-005 07/01/2016
https://sam.gov/wage-determination/CA20230018/29 57/65
1/30/24,7:56 AM SAM.gov
Rates Fringes
CEMENT MASON/CONCRETE FINISHER...$ 32.15 23.27
----------------------------------------------------------------
* PLUM0038-001 07/01/2023
SAN FRANCISCO COUNTY
Rates Fringes
PLUMBER (Plumber,
Steamfitter, Refrigeration
Fitter). . . ........ . . ........ . ....$ 85.50 48.98
----------------------------------------------------------------
PLUM0038-005 07/01/2022
SAN FRANCISCO COUNTY
Rates Fringes
Landscape/Irrigation Fitter
(Underground/Utility Fitter). ....$ 69.70 33.15
----------------------------------------------------------------
PLUM0062-001 07/01/2023
MONTEREY AND SANTA CRUZ COUNTIES
Rates Fringes
PLUMBER & STEAMFITTER....... . ....$ 51.00 40.10
----------------------------------------------------------------
PLUM0159-001 07/01/2023
CONTRA COSTA COUNTY
Rates Fringes
Plumber and steamfitter
(1) Refrigeration...... . ....$ 63.33 46.64
(2) All other work..... . . ...$ 62.12 45.24
----------------------------------------------------------------
PLUM0246-001 01/01/2023
FRESNO, KINGS & MADERA COUNTIES
Rates Fringes
PLUMBER & STEAMFITTER....... . . ...$ 46.95 38.59
----------------------------------------------------------------
* PLUM0246-004 01/01/2017
FRESNO, MERCED & SAN JOAQUIN COUNIES
Rates Fringes
PLUMBER (PIPE TRADESMAN).... . ....$ 13.00 ** 10.74
PIPE TRADESMAN SCOPE OF WORK:
Installation of corrugated metal piping for drainage, as well
as installation of corrugated metal piping for culverts in
connection with storm sewers and drains; Grouting, dry
packing and diapering of joints, holes or chases including
paving over joints, in piping; Temporary piping for dirt
work for building site preparation; Operating jack hammers,
pavement breakers, chipping guns, concrete saws and spades
to cut holes, chases and channels for piping systems;
Digging, grading, backfilling and ground preparation for
all types of pipe to all points of the jobsite; Ground
preparation including ground leveling, layout and planting
of shrubbery, trees and ground cover, including watering,
mowing, edging, pruning and fertilizing, the breaking of
concrete, digging, backfilling and tamping for the
https://sam.gov/wage-determination/CA20230018/29 58/65
1/30/24,7:56 AM SAM.gov
preparation and completion of all work in connection with
lawn sprinkler and landscaping; Loading, unloading and
distributing materials at jobsite; Putting away materials
in storage bins in jobsite secure storage area; Demolition
of piping and fixtures for remodeling and additions;
Setting up and tearing down work benches, ladders and job
shacks; Clean-up and sweeping of jobsite; Pipe wrapping and
waterproofing where tar or similar material is applied for
protection of buried piping; Flagman
----------------------------------------------------------------
PLUM0342-001 07/01/2023
ALAMEDA & CONTRA COSTA COUNTIES
Rates Fringes
PIPEFITTER
CONTRA COSTA COUNTY.... . . ...$ 74.00 47.45
PLUMBER, PIPEFITTER,
STEAMFITTER
ALAMEDA COUNTY. ........ . ....$ 74.00 47.45
----------------------------------------------------------------
PLUM0355-004 07/01/2022
ALAMEDA, CALAVERAS, CONTRA COSTA, FRESNO, KINGS, MADERA,
MARIPOSA, MERCED, MONTEREY, SAN BENITO, SAN JOAQUIN, SAN MATEO,
SANTA CLARA, SANTA CRUZ, STANISLAUS, AND TUOLUMNE COUNTIES:
Rates Fringes
Underground Utility Worker
/Landscape Fitter...... . ....$ 32.22 17.55
----------------------------------------------------------------
PLUM0393-001 07/01/2021
SAN BENITO AND SANTA CLARA COUNTIES
Rates Fringes
PLUMBER/PIPEFITTER. . ........ . . ...$ 68.76 46.63
----------------------------------------------------------------
PLUM0442-001 07/01/2023
CALAVERAS, MARIPOSA, MERCED, SAN JOAQUIN, STANISLAUS & TUOLUMNE
COUNTIES
Rates Fringes
PLUMBER & STEAMFITTER...... . . . ...$ 51.90 35.64
----------------------------------------------------------------
PLUM0467-001 07/01/2021
SAN MATEO COUNTY
Rates Fringes
Plumber/Pipefitter/Steamfitter...$ 73.10 38.61
----------------------------------------------------------------
ROOF0027-002 01/01/2023
FRESNO, KINGS, AND MADERA COUNTIES
Rates Fringes
ROOFER.. . . ........ . . ........ . . ...$ 41.31 15.31
FOOTNOTE: Work with pitch, pitch base of pitch impregnated
products or any material containing coal tar pitch, on any
building old or new, where both asphalt and pitchers are
https://sam.gov/wage-determination/CA20230018/29 59/65
1/30/24,7:56 AM SAM.gov
used in the application of a built-up roof or tear off:
$2.00 per hour additional.
----------------------------------------------------------------
ROOF0040-002 08/01/2023
SAN FRANCISCO & SAN MATEO COUNTIES:
Rates Fringes
ROOFER.. . . ........ . . ........ . . ...$ 52.43 22.19
----------------------------------------------------------------
ROOF0081-001 08/01/2023
ALAMEDA AND CONTRA COSTA COUNTIES:
Rates Fringes
Roofer.. . . ........ . . ........ . ....$ 52.47 22.31
----------------------------------------------------------------
ROOF0081-004 08/01/2023
CALAVERAS, MARIPOSA, MERCED, SAN JOAQUIN, STANISLAUS AND
TUOLUMNE COUNTIES:
Rates Fringes
ROOFER.. . . ........ . . ........ . ....$ 46.73 21.36
----------------------------------------------------------------
ROOF0095-002 08/01/2023
MONTEREY, SAN BENITO, SANTA CLARA, AND SANTA CRUZ COUNTIES:
Rates Fringes
ROOFER
Bitumastic, Enameler, Coal
Tar, Pitch and Mastic
worker....... . . ........ . . ...$ 57.17 21.51
Journeyman... . . ....... . . . ...$ 53.17 21.51
Kettle person (2 kettles)...$ 55.17 21.51
----------------------------------------------------------------
SFCA0483-001 08/01/2023
ALAMEDA, CONTRA COSTA, SAN FRANCISCO, SAN MATEO AND SANTA CLARA
COUNTIES:
Rates Fringes
SPRINKLER FITTER (FIRE)..... . . ...$ 75.09 37.95
----------------------------------------------------------------
SFCA0669-011 04/01/2023
CALAVERAS, FRESNO, KINGS, MADERA, MARIPOSA, MERCED, MONTEREY,
SAN BENITO, SAN JOAQUIN, SANTA CRUZ, STANISLAUS AND TUOLUMNE
COUNTIES:
Rates Fringes
SPRINKLER FITTER.. . . ........ . . ...$ 44.32 27.25
----------------------------------------------------------------
SHEE0104-001 07/01/2020
AREA 1: ALAMEDA, CONTRA COSTA, SAN FRANCISCO, SAN MATEO, SANTA
CLARA
AREA 2: MONTEREY & SAN BENITO
AREA 3: SANTA CRUZ
https://sam.gov/wage-determination/CA20230018/29 60/65
1/30/24,7:56 AM SAM.gov
Rates Fringes
SHEET METAL WORKER
AREA 1:
Mechanical Contracts
under $200,000........ . . ...$ 55.92 45.29
All Other Work....... . . . ...$ 64.06 46.83
AREA 2....... . . ........ . . ...$ 52.90 36.44
AREA 3....... . . ........ . . ...$ 55.16 34.18
----------------------------------------------------------------
SHEE0104-003 07/01/2021
CALAVERAS AND SAN JOAQUIN COUNTIES:
Rates Fringes
SHEET METAL WORKER. . ........ . ....$ 44.34 39.22
----------------------------------------------------------------
SHEE0104-005 07/01/2021
MARIPOSA, MERCED, STANISLAUS AND TUOLUMNE COUNTIES:
Rates Fringes
SHEET METAL WORKER (Excluding
metal deck and siding)..... . . . ...$ 41.28 45.41
----------------------------------------------------------------
SHEE0104-007 07/01/2021
FRESNO, KINGS, AND MADERA COUNTIES:
Rates Fringes
SHEET METAL WORKER. . ........ . . ...$ 44.07 40.79
----------------------------------------------------------------
SHEE0104-015 07/01/2020
ALAMEDA, CONTRA COSTA, MONTEREY, SAN BENITO, SAN FRANCISCO, SAN
MATEO, SANTA CLARA AND SANTA CRUZ COUNTIES:
Rates Fringes
SHEET METAL WORKER (Metal
Decking and Siding only)... . . . ...$ 44.45 35.55
----------------------------------------------------------------
SHEE0104-018 07/01/2020
CALAVERAS, FRESNO, KINGS, MADERA, MARIPOSA, MERCED, SAN
JOAQUIN, STANISLAUS AND TUOLUMNE COUNTIES:
Rates Fringes
Sheet metal worker (Metal
decking and siding only).... . ....$ 44.45 35.55
----------------------------------------------------------------
TEAM0094-001 07/01/2022
Rates Fringes
Truck drivers:
GROUP 1...... . ......... . ....$ 36.95 31.14
GROUP 2....... ......... . ....$ 37.25 31.14
GROUP 3...... . . ........ . . ...$ 37.55 31.14
GROUP 4...... . . ....... . . . ...$ 37.90 31.14
GROUP 5...... . . ........ . . ...$ 38.25 31.14
FOOTNOTES:
Articulated dump truck; Bulk cement spreader (with or without
https://sam.gov/wage-determination/CA20230018/29 61/65
1/30/24,7:56 AM SAM.gov
auger); Dumperete truck; Skid truck (debris box); Dry
pre-batch concrete mix trucks; Dumpster or similar type;
Slurry truck: Use dump truck yardage rate.
Heater planer; Asphalt burner; Scarifier burner; Industrial
lift truck (mechanical tailgate); Utility and clean-up
truck: Use appropriate rate for the power unit or the
equipment utilized.
TRUCK DRIVER CLASSIFICATIONS
GROUP 1: Dump trucks, under 6 yds.; Single unit flat rack (2-
axle unit); Nipper truck (when flat rack truck is used
appropriate flat rack shall apply); Concrete pump truck
(when flat rack truck is used appropriate flat rack shall
apply); Concrete pump machine; Fork lift and lift jitneys;
Fuel and/or grease truck driver or fuel person; Snow buggy;
Steam cleaning; Bus or personhaul driver; Escort or pilot
car driver; Pickup truck; Teamster oiler/greaser and/or
serviceperson; Hook tender (including loading and
unloading); Team driver; Tool room attendant (refineries)
GROUP 2: Dump trucks, 6 yds. and under 8 yds.; Transit
mixers, through 10 yds.; Water trucks, under 7,000 gals.;
Jetting trucks, under 7,000 gals.; Single-unit flat rack
(3-axle unit); Highbed heavy duty transport; Scissor truck;
Rubber-tired muck car (not self-loaded); Rubber-tired truck
jumbo; Winch truck and ""A"" frame drivers; Combination winch
truck with hoist; Road oil truck or bootperson;
Buggymobile; Ross, Hyster and similar straddle carriers;
Small rubber-tired tractor
GROUP 3: Dump trucks, 8 yds. and including 24 yds.; Transit
mixers, over 10 yds.; Water trucks, 7,000 gals. and over;
Jetting trucks, 7,000 gals. and over; Vacuum trucks under
7500 gals. Trucks towing tilt bed or flat bed pull
trailers; Lowbed heavy duty transport; Heavy duty transport
tiller person; Self- propelled street sweeper with
self-contained refuse bin; Boom truck - hydro-lift or
Swedish type extension or retracting crane; P.B. or similar
type self-loading truck; Tire repairperson; Combination
bootperson and road oiler; Dry distribution truck (A
bootperson when employed on such equipment, shall receive
the rate specified for the classification of road oil
trucks or bootperson); Ammonia nitrate distributor, driver
and mixer; Snow Go and/or plow
GROUP 4: Dump trucks, over 25 yds. and under 65 yds.; Water
pulls - DW 10's, 20's, 21's and other similar equipment
when pulling Aqua/pak or water tank trailers; Helicopter
pilots (when transporting men and materials); Lowbedk Heavy
Duty Transport up to including 7 axles; DW10's, 20's, 21's
and other similar Cat type, Terra Cobra, LeTourneau Pulls,
Tournorocker, Euclid and similar type equipment when
pulling fuel and/or grease tank trailers or other
miscellaneous trailers; Vacuum Trucks 7500 gals and over
and truck repairman
GROUP 5: Dump trucks, 65 yds. and over; Holland hauler; Low
bed Heavy Duty Transport over 7 axles
----------------------------------------------------------------
WELDERS - Receive rate prescribed for craft performing
operation to which welding is incidental.
----------------------------------------------------------------
----------------------------------------------------------------
** Workers in this classification may be entitled to a higher
minimum wage under Executive Order 14026 ($16.20) or 13658
($12.15). Please see the Note at the top of the wage
determination for more information.
https://sam.gov/wage-determination/CA20230018/29 62/65
1/30/24,7:56 AM SAM.gov
Note: Executive Order (EO) 13706, Establishing Paid Sick Leave
for Federal Contractors applies to all contracts subject to the
Davis-Bacon Act for which the contract is awarded (and any
solicitation was issued) on or after January 1, 2017. If this
contract is covered by the ED, the contractor must provide
employees with 1 hour of paid sick leave for every 30 hours
they work, up to 56 hours of paid sick leave each year.
Employees must be permitted to use paid sick leave for their
own illness, injury or other health-related needs, including
preventive care; to assist a family member (or person who is
like family to the employee) who is ill, injured, or has other
health-related needs, including preventive care; or for reasons
resulting from, or to assist a family member (or person who is
like family to the employee) who is a victim of, domestic
violence, sexual assault, or stalking. Additional information
on contractor requirements and worker protections under the EO
is available at
https://www.dol.gov/agencies/whd/government-contracts.
Unlisted classifications needed for work not included within
the scope of the classifications listed may be added after
award only as provided in the labor standards contract clauses
(29CFR 5.5 (a) (1) (ii)).
----------------------------------------------------------------
The body of each wage determination lists the classification
and wage rates that have been found to be prevailing for the
cited type(s) of construction in the area covered by the wage
determination. The classifications are listed in alphabetical
order of ""identifiers"" that indicate whether the particular
rate is a union rate (current union negotiated rate for local),
a survey rate (weighted average rate) or a union average rate
(weighted union average rate).
Union Rate Identifiers
A four letter classification abbreviation identifier enclosed
in dotted lines beginning with characters other than ""SU"" or
'"UAVG" - denotes that the union classification and rate were
prevailing for that classification in the survey. Example:
PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of
the union which prevailed in the survey for this
classification, which in this example would be Plumbers. 0198
indicates the local union number or district council number
where applicable, i.e., Plumbers Local 0198. The next number,
005 in the example, is an internal number used in processing
the wage determination. 07/01/2014 is the effective date of the
most current negotiated rate, which in this example is July 1,
2014.
Union prevailing wage rates are updated to reflect all rate
changes in the collective bargaining agreement (CBA) governing
this classification and rate.
Survey Rate Identifiers
Classifications listed under the ""SU"" identifier indicate that
no one rate prevailed for this classification in the survey and
the published rate is derived by computing a weighted average
rate based on all the rates reported in the survey for that
classification. As this weighted average rate includes all
rates reported in the survey, it may include both union and
non-union rates. Example: SULA2012-007 5/13/2014. SU indicates
the rates are survey rates based on a weighted average
calculation of rates and are not majority rates. LA indicates
the State of Louisiana. 2012 is the year of survey on which
these classifications and rates are based. The next number, 007
in the example, is an internal number used in producing the
https://sam.gov/wage-determination/CA20230018/29 63/65
1/30/24,7:56AM SAM.gov
wage determination. 5/13/2014 indicates the survey completion
date for the classifications and rates under that identifier.
Survey wage rates are not updated and remain in effect until a
new survey is conducted.
Union Average Rate Identifiers
Classification(s) listed under the UAVG identifier indicate
that no single majority rate prevailed for those
classifications; however, 100% of the data reported for the
classifications was union data. EXAMPLE: UAVG-OH-0010
08/29/2014. UAVG indicates that the rate is a weighted union
average rate. OH indicates the state. The next number, 0010 in
the example, is an internal number used in producing the wage
determination. 08/29/2014 indicates the survey completion date
for the classifications and rates under that identifier.
A UAVG rate will be updated once a year, usually in January of
each year, to reflect a weighted average of the current
negotiated/CBA rate of the union locals from which the rate is
based.
----------------------------------------------------------------
WAGE DETERMINATION APPEALS PROCESS
1.) Has there been an initial decision in the matter? This can
be:
* an existing published wage determination
* a survey underlying a wage determination
* a Wage and Hour Division letter setting forth a position on
a wage determination matter
* a conformance (additional classification and rate) ruling
On survey related matters, initial contact, including requests
for summaries of surveys, should be with the Wage and Hour
National Office because National Office has responsibility for
the Davis-Bacon survey program. If the response from this
initial contact is not satisfactory, then the process described
in 2.) and 3.) should be followed.
With regard to any other matter not yet ripe for the formal
process described here, initial contact should be with the
Branch of Construction Wage Determinations. Write to:
Branch of Construction Wage Determinations
Wage and Hour Division
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
2.) If the answer to the question in 1.) is yes, then an
interested party (those affected by the action) can request
review and reconsideration from the Wage and Hour Administrator
(See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:
Wage and Hour Administrator
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
The request should be accompanied by a full statement of the
interested party's position and by any information (wage
payment data, project description, area practice material,
etc.) that the requestor considers relevant to the issue.
3.) If the decision of the Administrator is not favorable, an
interested party may appeal directly to the Administrative
https://sam.gov/wage-determination/CA20230018/29 64/65
1/30/24,7:56AM SAM.gov
Review Board (formerly the Wage Appeals Board). Write to:
Administrative Review Board
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
4.) All decisions by the Administrative Review Board are final.
----------------------------------------------------------------
----------------------------------------------------------------
END OF GENERAL DECISION
https://sam.gov/wage-determination/CA20230018/29 65/65