Loading...
HomeMy WebLinkAbout23-J-07 Executed Contract.pdf Project Manual GENERAL BUILDING JOB ORDER CONTRACT Contract #'s 22-!-Ofi, Class B 2-1-_06 23-J-07 2-1-_012 The County of Fresno Department of Public Works and Planning 2220 Tulare St., 6' Floor Fresno, California 93721 Bid Documents Pre-bid Conference: Wednesday, November 29, 2023, 1:00 p.m. Bid Date: Thursday, December 14, 2023, 1400 hours and 00 seconds Budget /Account — Various Funding Orgs ti Development Services & Capital Projects Division 0 8560 Department of Public Works & Planning PRES Contract :#22-1-05 Cover Sheet 22-d-06 00 00 10-1 23-J-07 23-J-08 coU� Coup of Fresno DEPARTMENT OF PUBLIC WORKS AND PLANNING O� 1$5O STEVEN E. WHITE, DIRECTOR FR�`� December 7, 2023 Contract No. 23-J-05 23-J-06 23-J-07 23-J-08 ADDENDUM NO. 1 to CLASS B GENERAL BUILDING JOB ORDER CONTRACT, revising the Bidding and Contract Documents as follows: INSTRUCTIONS TO BIDDERS SECTION 00 21 13 DELETE: 1.14 CONTRACT BONDS The successful bidder shall furnish a faithful performance and payment bond in the amount of$2,000,000 each as 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 exceeds $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. REPLACE with: The successful bidder shall furnish a faithful performance and payment bond in the amount of$1,000,000 each as 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 exceeds $1,000,000, increases in the Payment and Performance Bonds in increments of $500,000 will be required such that the amount of the Payment and Performance Bonds are not less than one hundred percent (100%) of the outstanding aggregate Job Orders issued. END OF ADDENDUM NO. 1 Addendum No. 1 CLASS B GENERAL BUILDING JOB ORDER CONTRACT Contract No. 23-J-05 23-J-06 23-J-07 23-J-08 Page 1 of 2 -------------------------------------------------------------------------------------------------------------------- Please attach this Addendum to the inside cover of the Specifications booklet. If you have given the Bidding and Contract Documents to someone else, please forward this Addendum. �$ D AR cII! vGti 0C3ER Dq T� 12/07/2023 Date Signed C-27818 REN: l0-31-25 0p CAI-����� Capital Projects: Noel Roger Davidson, #C27818 License Renewal 10/31/25 Fresno County Department of Public Works and Planning — Capital Projects 2220 Tulare Street, 8t" Floor Fresno, CA 93721-2104 Addendum No. 1 CLASS B GENERAL BUILDING JOB ORDER CONTRACT Contract No. 23-J-05 23-J-06 23-J-07 23-J-08 Page 2 of 2 coU� d County of Fresno i8g6 DEPARTMENT OF PUBLIC WORKS AND PLANNING STEVEN E. WHITE, DIRECTOR FRCS December 12, 2023 Contract No. 23-J-05 23-J-06 23-J-07 23-J-08 ADDENDUM NO. 2 to CLASS B GENERAL BUILDING 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 B GENERAL BUILDING JOB ORDER CONTRACT Contract No. 23-J-05 23-J-06 23-J-07 23-J-08 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. ��$SD ARc 12/12/23 .; f C"' Date Signed * Of y C-z�s1s RE . 10-31-25 �Q• 9� 6 Op CAL" Capital Projects: Noel Roger Davidson, #C27818 License Renewal 10/31/25 Fresno County Department of Public Works and Planning — Capital Projects 2220 Tulare Street, 811 Floor Fresno, CA 93721-2104 Addendum No. 2 CLASS B GENERAL BUILDING JOB ORDER CONTRACT Contract No. 23-J-05 23-J-06 23-J-07 23-J-08 Page 2 of 2 The County of Fresno Department of Public Works and Planning JOB ORDER CONTRACT Contract #23-J-05, Class B Contract#23-J-06, Class B Contract #23-J-07, Class B Contract#23-J-08, Class B Adopted by the Fresno County Board of Supervisors, February 6th , 2024 Nathan Magsig, Chairman 5t" District Buddy Mendes, Vice Chairman 4t" District Brian Pacheco 1st District Steve Brandau 2t" District Sal Quintero, Chairman 3rd District Paul Nerland, County Administrative Officer Steve Whit /� Digitally signed by Steve Steve V V h I}p D tee2023.11.29 14:06:10 -08'00' Steven White, Director Department of Public Works and Planning SV,D AR c�'Il �G O�BR DAvl t�17� 11/27/23 C-2 18 Date Signed REN: 10-31-25 Q, OF CA Capital Projects: Noel Roger Davidson, #C27818 License Renewal 10/31/25 Fresno County Department of Public Works and Planning — Capital Projects 2220 Tulare Street, 8t" Floor Fresno, CA 93721-2104 Consultant: The Gordian Group 30 Patewood Dr., Suite 350 Greenville, SC 29615 Contract No.: #23-J-05 Signature Page JOB ORDER CONTRACTS 23-J-06 0001 07-1 23-J-07 23-J-08 1 The County of Fresno 2 Department of Public Works & Planning 3 2220 Tulare St., 61" FL 4 Fresno, CA 93721 5 6 GENERAL BUILDING JOB ORDER CONTRACT 7 Contract # 23-J-05, Class B 8 23-J-06 9 23-J-07 10 23-J-08 11 12 13 14 TABLE OF CONTENTS 15 16 17 INDEX TO BID DOCUMENTS 18 19 DIVISION 00 CONTRACTING REQUIREMENTS 20 SECTION 00 01 01 - COVER SHEET....................................................................... 1 21 SECTION 00 01 07 - SIGNATURE PAGE................................................................. 1 22 SECTION 00 01 10 - TABLE OF CONTENTS........................................................... 1 23 SECTION 00 11 13 - NOTICE TO BIDDERS ............................................................ 7 24 *SECTION 00 21 13 - INSTRUCTIONS TO BIDDERS..............................................7 25 *SECTION 00 22 13 - BIDDER'S CHECKLIST.........................................................3 26 *SECTION 00 42 13 - PROPOSAL...........................................................................5 27 *SECTION 00 43 13 - BID SECURITY FORM.................................................. 1 28 *SECTION 00 45 19 - NON-COLLUSION DECLARATION ...................................... 1 29 *SECTION 00 45 36 - EQUAL OPPORTUNITY CERTIFICATION............................ 1 30 *SECTION 00 45 46 - DEBARMENT AND SUSPENSION CERTIFICATION.......... 1 31 *SECTION 00 45 56 - NONLOBBYING CERTIFICATION....................................... 1 32 *SECTION 00 45 66 - DISCLOSURE OF LOBBYING.............................................2 33 SECTION 00 52 13 - AGREEMENT..........................................................................8 34 SECTION 00 65 36 - GUARANTY ............................................................................ 1 35 SECTION 00 72 00 - GENERAL CONDITIONS...................................................... 73 36 SECTION 00 72 01 - FEDERAL REQUIREMENTS .................................................. 7 37 EXHIBIT A— SELF-DEALING TRANSACTION DISCLOSURE FORM......................2 38 39 40 41 *Sections 00 21 13 through 00 45 46 included in Bid Book 42 43 Refer to the JOB ORDER CONTRACT CONSTRUCTION TASK CATALOG° and JOB 44 ORDER CONTRACT TECHNICAL SPECIFICATIONS, DIVISION 01 — DIVISION 41 45 provided in electronic format. 46 47 48 END OF SECTION Contract No.: # 23-J-05 Table of Contents JOB ORDER CONTRACTS 23-J-06 00 01 10-1 23-J-07 23-J-08 1 BOARD OF SUPERVISORS COUNTY OF FRESNO STATE OF CALIFORNIA 2 3 NOTICE TO BIDDERS 4 5 Sealed proposals will be received at 6 https://www.bidexpress.com/businesses/36473/home, and at the Fresno County 7 Department of Public Works and Planning, Office of the Design Engineer, Seventh 8 Floor, Fresno County Plaza Building, 2220 Tulare Street, Fresno, CA 93721 until 9 10 2:00 P.M., (1400 hours and 00 seconds) 11 Thursday, December 14, 2023 12 13 at which time the bidding will be closed. 14 15 16 If you have any questions about bid submission, please contact us at 17 DesignServices(a--)fresnocountyca.gov or call (559) 600-4241 or (559) 600-4543. 18 19 Promptly following the closing of the bidding all timely submitted bids will be publicly 20 opened and viewable via a livestream (the link for which will be posted at 21 http://www.fresnocountyca.gov/pIanholders), for construction in accordance with the 22 specifications therefor, to which special reference is made as follows: 23 24 GENERAL BUILDING JOB ORDER CONTRACT 25 26 Contract Numbers.: 23-J-05, Class B 27 23-J-06, Class B 28 23-J-07, Class B 29 23-J-08, Class B 30 31 A Job Order Contract is an indefinite quantity contract pursuant to which the Contractor 32 will perform an ongoing series of individual projects at different locations throughout 33 the County of Fresno. The bid documents include a Construction Task Catalog° 34 containing construction tasks with preset Unit Prices. All Unit Prices are based on local 35 labor prevailing wages, material and equipment prices and are for the direct cost of 36 construction. 37 38 A MANDATORY pre-bid conference will be held at 1:00 p.m., on Wednesday, 39 November 29, 2023 for the purpose of discussing the Job Order Contract 40 concept, documents, bid considerations and to discuss Job Order Contracting 41 from a contractor's viewpoint. The MANDATORY pre-bid conference will be held 42 online (the link for which will be posted at 43 http://www.fresnocountyca.gov/planholders). 44 45 Prospective bidders whose representative(s) attend the MANDATORY pre-bid 46 conference will receive the electronic link to the official specification books, the 47 Construction Task Catalog° and Technical Specifications. 48 49 Bidders will bid two sets of Adjustment Factors to be applied to the Unit Prices. One 50 set of Adjustment Factors for projects in General Facilities, one set of Adjustment Contract No.: 23-J-05 Notice to Bidders JOB ORDER CONTRACTS 23-J-06 0011 13-1 23-J-07 23-J-08 1 Factors projects in a Secure Facility. Each set of Adjustment Factors will include one 2 Adjustment Factor for performing work during Normal Working Hours and a second 3 Adjustment Factor for performing work during Other Than Normal Working Hours. All 4 Adjustment Factors apply to every task in the Construction Task Catalog°. 5 6 Upon award of contract and as projects are identified, the Contractor will jointly scope 7 the work with the County Project Manager. The County Project Manager will prepare 8 a Detailed Scope of Work and issue a Request for Proposal to the Contractor. The 9 Contractor will then prepare a Work Order Proposal for the project including a Work 10 Order Price Proposal, Schedule, Sketches or Drawings, a list of subcontractors, and 11 other requested documentation. The value of the Work Order Price Proposal shall be 12 calculated by summing the total of the calculation for each Pre-priced Task (Unit Price 13 x quantity x Adjustment Factor) plus the value of all Non-Pre-priced Tasks. 14 15 If the Work Order Price Proposal is found to be reasonable, a Work Order may be 16 issued. The Contractor is required to complete each Detailed Scope of Work for the 17 Work Order Price within the Job Order Completion Time. 18 19 A Work Order will reference the Detailed Scope of Work and set forth the Work Order 20 Completion Time, and the Work Order Price. The Work Order Price is determined by 21 multiplying the preset Unit Prices by the appropriate quantities and by the appropriate 22 Adjustment Factor. The Work Order Price shall be a lump sum, fixed price for the 23 completion of the Detailed Scope of Work. 24 25 A separate Work Order will be issued for each project. Extra work, credits, and 26 deletions will be contained in a Supplemental Work Order. 27 28 Minimum and Maximum Contract Values: 29 A. There is no Minimum Contract Value for this Contract. If a contract is awarded, 30 the Contractor is not guaranteed to receive a specified minimum amount of 31 work during the Contract Term. 32 33 B. The Maximum Contract Value is $5,797,725. The Contractor is not guaranteed 34 to receive this volume of Work Orders. It is merely an estimate. The Owner has 35 no obligation to issue Work Orders in excess of the Minimum Contract Value. 36 37 C. The successful bidder shall furnish a payment bond and a performance bond 38 in the amount of $1,000,000 each as security for the payment of all persons 39 performing and furnishing materials in connection with this Contract. If the 40 aggregate outstanding Job Orders issued under the contract exceeds 41 $1,000,000, increases in the Payment and Performance Bonds in increments 42 of $500,000 will be required such that the amount of the Payment and 43 Performance Bonds are not less than one hundred percent (100%) of the 44 outstanding aggregate Job Orders issued. Bonds shall remain in force for the 45 duration and until completion of any outstanding Job Order. At no time may the 46 sum of outstanding Job Orders exceed the amount of the Payment and 47 Performance Bonds. 48 Contract No.: 23-J-05 Notice to Bidders JOB ORDER CONTRACTS 23-J-06 0011 13-2 23-J-07 23-J-08 1 Contract Term: 2 A. The Contract Term commences on the date the contract is executed by the 3 County of Fresno Board of Supervisors (i.e.: the effective date of the Contract). 4 5 B. The term of the Job Order Contract will be either for one year or when issued 6 Work Orders totaling the Maximum Contract Value have been completed, 7 whichever occurs first. All Work Orders must be issued but not necessarily 8 completed within one calendar year of the effective date of the Contract. All 9 Work Orders for which a Notice to Proceed is issued by the County Contract 10 Manager during the term of this Contract shall be valid and in effect 11 notwithstanding that the Detailed Scope of Work may be performed, payments 12 may be made, and the guarantee period may continue, after the Contract Term 13 has expired. All terms and conditions of the Contract apply to each Work Order. 14 No notices to proceed will be issued after 5:00, P.M. on the final day of the 15 Contract Term. 16 17 Bidders may fill out a Request to be Added to Planholders list: 18 19 https://www.fresnocountyca.gov/Departments/Public-Works-and- 20 Plan ning/Construction-Bidding-Opportunities/Request-to-Be-Added-to-the- 21 Plan holders-List-Form 22 23 Requesters will then be listed as a planholder for the project on the website and 24 receive email notifications and addenda regarding the project. 25 26 Prospective bidders may also select the project on www.BidExpress.com. Those that 27 demonstrate interest in the project will also be added to the planholders list, and will 28 receive notifications and addenda regarding this project. 29 30 Planholder and exchange/publication names may be obtained from the Fresno County 31 website at http://www.fresnocountyca.gov/planholders. Electronic copies in ".pdf" file 32 format of the official project plans and specifications and such additional supplemental 33 project information as may be provided at the mandatory pre-bid conference. 34 35 The bid documents are available online at: 36 https://www.bidexpress.com/businesses/36473/home and bids may be submitted 37 electronically through that website. 38 39 If a bidder is unable to submit a bid via Bid Express, Bid books, which contain bid 40 proposal sheets necessary to submit a bid, may be obtained at 41 http://www.fresnocountyca.gov/planholders. Paper bids shall be submitted in a 42 sealed, opaque envelope addressed to the Department and labeled with the name of 43 the bidder, the name of the project, the contract number, and the statement 'Do Not 44 Open Until The Time Of Bid Opening.' 45 46 A Summary of Bids for the apparent low bidder will be posted at the above listed 47 website, generally within 24 hours of the Bid Opening. 48 49 All questions regarding this contract shall be in writing and shall be received by the 50 Department of Public Works and Planning, Design Division, no later than 2:00 P.M. 51 on the seventh (7th) calendar day before bid opening. Any questions received after 52 this deadline will not receive a response unless the Department of Public Works and Contract No.: 23-J-05 Notice to Bidders JOB ORDER CONTRACTS 23-J-06 0011 13-3 23-J-07 23-J-08 1 Planning elects to issue an addendum to revise the bid opening date. In the event that 2 the bid opening date is revised, the deadline for questions will be extended to no later 3 than 2:00 P.M. on the seventh (7th) calendar day before the revised bid opening date. 4 Questions shall be submitted on the Request for Clarification form provided on the 5 contract website at: 6 7 https://www.fresnocountVca.gov/Departments/Public-Works-and- 8 Plan ning/Construction-Bidding-Opportunities/23-J-05-23-J-06-23-J-07-23-J-08- 9 Class-B-General-Engineering-Job-Order-Contract/Request-for-Clarification-Form 10 11 Any changes to, or clarification of, the Contract documents and specifications shall be 12 in the form of a written addendum issued to planholders of record. Questions that 13 prompt a change or clarification shall be included in the addendum with the 14 subsequent answer. 15 16 Any oral explanation or interpretations given to this project are not binding. 17 18 Bidders will submit one (1) bid that will be considered for three potential Contracts 19 being offered. 20 21 Bidders will bid two (2) sets of Adjustment Factors to be applied to the Unit Prices: 22 One set of Adjustment Factors for projects in General Facilities. 23 One set of Adjustment Factors for projects in a Secure Facility. 24 25 Each set of Adjustment Factors will include one Adjustment Factor for performing work 26 during Normal Working Hours and a second Adjustment Factor for performing work 27 during Other Than Normal Working Hours. All Adjustment Factors apply to every task 28 in the Construction Task Catalog°. 29 30 The County intends to award a contract to each of the four (4) lowest responsible 31 bidders. One proposal must be submitted by each bidder wishing to bid for one of the 32 three contracts in the Class B license category. Bids will be compared, for purposes 33 of identifying the apparent low bidder for proposed award of the contract, on the basis 34 of the Award Criteria Figure. The Award Criteria Figure is the sum of the weighted 35 Adjustment Factors. 36 37 The Construction Task Catalog° is priced at a net value of 1.0000. The bid shall be an 38 increase to (e.g., 1.1000) or decrease to (e.g., 0.9500) the Unit Prices listed in the 39 Construction Task Catalog°. Bidders who submit separate Adjustment Factors for 40 separate Unit Prices will be considered non-responsive and their bid will be rejected. 41 42 The Owner selected The Gordian Group's (Gordian) Job Order Contracting (JOC) 43 Solution for their JOC program. The Gordian JOC SolutionTM includes Gordian's 44 proprietary JOC Information Management System ("JOC IMS"), construction cost 45 data, and Construction Task Catalog® which shall be used by the Contractor solely 46 for the purpose of fulfilling its obligations under this Contract, including the preparation 47 and submission of Job Order Proposals, Price Proposals, subcontractor lists, and 48 other requirements specified by the Owner. The Contractor shall be required to 49 execute Gordian's General Terms of Use and pay a 1% JOC System License Fee to 50 obtain access to the Gordian JOC SolutionTM. The JOC System License Fee applies Contract No.: 23-J-05 Notice to Bidders JOB ORDER CONTRACTS 23-J-06 0011 13-4 23-J-07 23-J-08 1 to all Job Orders issued to the Contractor under the terms of this Contract. The 2 Contractor shall include the JOC System License Fee in the Adjustment Factors.. 3 4 Bid security in the amount$25,000, and in the form of a bid bond issued by an admitted 5 surety insurer licensed by the California Department of Insurance, cash, cashier's 6 check, or certified check shall accompany the bid. Bid security shall be made in favor 7 of the County of Fresno. You must either attach an electronic bid bond or provide an 8 original bid bond (or other form of bid security authorized by Public Contract Code 9 Section 20129(a)), prior to the bid opening, in accordance with the detailed directions 10 set forth in Section 1 .04 ("PREPARATION OF PROPOSALS") of the Instructions to 11 Bidders. Each paper bid bond shall be submitted in a sealed envelope addressed to 12 the Department and labeled with the name of the bidder, the name of the project, the 13 contract number, and the statement 'Bid Bond - Do Not Open Until The Time Of Bid 14 Opening.' 15 16 No contract will be awarded to a contractor who has not been licensed in accordance 17 with the provisions of the Contractors State License Law, California Business and 18 Professions Code, Division 3, Chapter 9, as amended, or whose bid is not on the 19 proposal form included in the contract document. A valid California Contractor's 20 License, Class B, (General Building) is required for this project. 21 22 Pursuant to Section 1773 of the Labor Code, the general prevailing wage rates in the 23 county, or counties, in which the work is to be done have been determined by the 24 Director of the California Department of Industrial Relations. These wages are set 25 forth in the General Prevailing Wage Rates for this contract available from the 26 California Department of Industrial Relations' Internet web site at 27 http://www.dir.ca.gov/DLSR/PWD. Future effective general prevailing wage rates, 28 which have been predetermined and are on file with the California Department of 29 Industrial Relations are referenced but not printed in the general prevailing wage rates. 30 31 This project is subject to compliance monitoring and enforcement by the 32 Department of Industrial Relations. No contractor or subcontractor may be listed 33 on a bid proposal or awarded a contract for a public works project unless registered 34 with the Department of Industrial Relations pursuant to Labor Code section 1725.5 35 [with limited exceptions from this requirement for bid purposes only under Labor Code 36 section 1771.1(a)]. 37 38 This contract is subject to state contract nondiscrimination and compliance 39 requirements pursuant to Government Code, Section 12990. 40 41 The Federal minimum wage rates for this project as predetermined by the United 42 States Secretary of Labor are set forth in General Decision Number CA20230018, 43 Dated 11/03/2023, which is incorporated in these special provisions by this reference 44 as if fully set forth herein and which can be viewed at https://www.SAM.gov, under 45 CA20230018. Said Federal wage rates, as well as project plans, special provisions, 46 and bid forms, may also be examined at the County of Fresno office described in the 47 preceding paragraph. Addenda to modify the reference to Federal minimum wage 48 rates to reflect revisions thereto, if necessary, will be issued to planholders of record. 49 50 Attention is directed to the federal provisions in the "Federal Requirements" section of 51 these specifications. If there is a difference between the minimum wage rates 52 predetermined by the Secretary of Labor and the general prevailing wage rates 53 determined by the Director of the California Department of Industrial Relations for Contract No.: 23-J-05 Notice to Bidders JOB ORDER CONTRACTS 23-J-06 0011 13-5 23-J-07 23-J-08 1 similar classifications of labor, the Contractor and subcontractors shall pay not less 2 than the higher wage rate. The Department will not accept lower State wage rates not 3 specifically included in the Federal minimum wage determinations. This includes 4 "helper" (or other classifications based on hours of experience) or any other 5 classification not appearing in the Federal wage determinations. Where Federal wage 6 determinations do not contain the State wage rate determination otherwise available 7 for use by the Contractor and subcontractors, the Contractor and subcontractors shall 8 pay not less than the Federal minimum wage rate, which most closely approximates 9 the duties of the employees in question. 10 11 The successful bidder shall furnish a faithful performance bond in the amount of 100 12 percent of the Maximum Contract Value, a payment bond in the amount of 100 percent 13 of the Maximum Contract Value, and One Year Warranty Bond in the amount of 10 14 percent of the Maximum Contract Value. Each bond specified in this Notice (bid bond, 15 faithful performance bond and payment bond) shall meet the requirements of all 16 applicable statutes, including but not limited to those specified in Public Contract Code 17 section 20129 and Civil Code section 3248. 18 19 Each bond specified in this Notice shall be issued by a surety company designated as 20 an admitted surety insurer in good standing with and authorized to transact business 21 in this state by the California Department of Insurance, and acceptable to the County 22 of Fresno. Bidders are cautioned that representations made by surety companies will 23 be verified with the California Department of Insurance. Additionally, the County of 24 Fresno, in its discretion, when determining the sufficiency of a proposed surety 25 company, may require the surety company to provide additional information supported 26 by documentation. The County generally requires such information and 27 documentation whenever the proposed surety company has either a Best's Key Rating 28 Guide of less than A and a financial size designation of less than VIII. Provided, 29 however, that the County expressly reserves its right to require all information and 30 documentation to which the County is legally entitled from any proposed surety 31 company. 32 33 Pursuant to Public Contract Code Section 22300, substitution of securities for any 34 moneys withheld by the County of Fresno to ensure performance under the contract 35 shall be permitted. 36 37 The Board of Supervisors reserves the right to reject any or all bids. 38 39 Board of Supervisors, County of Fresno 40 41 Paul Nerland, County Administrative Officer 42 43 Bernice E. Seidel, Clerk to the Board 44 45 Issue Date: November 14, 2023 46 47 END OF SECTION Contract No.: 23-J-05 Notice to Bidders JOB ORDER CONTRACTS 23-J-06 0011 13-6 23-J-07 23-J-08 1 INSTRUCTIONS TO BIDDERS 2 3 1.01 EXPLANATION TO BIDDERS 4 5 An explanation desired by bidders regarding the meaning or interpretation of the bid 6 documents must be requested in writing no later than 10 days prior to the bid opening. 7 Oral explanations given before the award of the contract will not be binding. Any 8 interpretation made will be in the form of an addendum to the bid documents, said 9 addendum will only be issued by the County's Director of Public Works and Planning 10 ("Director"). A copy of the addendum will be furnished to each registered holder of a 11 set of the bid documents and its receipt shall be acknowledged on the Bid Proposal. 12 Each addendum will also be posted on the Public Works and Planning website at 13 http://www.co.fresno.ca.us/planholders. 14 15 16 1.02 EXAMINATION OF CONSTRUCTION TASK CATALOG°, TECHNICAL 17 SPECIFICATIONS AND CONTRACTING REQUIREMENTS 18 19 The bidder is required to examine carefully the Construction Task Catalog°, Technical 20 Specifications, Contracting Requirements, and contract forms for submitting a 21 proposal. It is mutually agreed that the submission of a proposal shall be considered 22 prima facie evidence that the bidder has made such examination and is satisfied with 23 the requirements of the Construction Task Catalog°, Technical Specifications and the 24 Contracting Requirements, Division 00. 25 26 27 1.03 PROPOSAL GUARANTEE 28 29 The bidder shall furnish bid security, also referred to herein as a proposal guarantee, 30 consisting of a bid bond, cash, certified check, or cashier's check for $25,000.00 31 ("Proposal Guarantee"). 32 33 In case security is in the form of a certified check or cashier's check, the County 34 (referred to hereinafter as "Owner") may make such disposition of same as will 35 accomplish the purpose of which submitted. Checks deposited by unsuccessful 36 bidders will be returned as soon as practicable after the bid opening. 37 38 39 1.04 PREPARATION OF PROPOSALS 40 41 The County intends to award a contract to each of the three (3) lowest responsive and 42 responsible bidders. One bid proposal is required by each bidder wishing to bid for 43 one of the contracts. 44 45 The bidder shall prepare a proposal on the blank proposal form furnished by the 46 County (Owner). The bidder shall specify Adjustment Factors in both words and 47 figures for all six (6) types of Adjustment Factors. 48 Contract No.: #23-J-05 Instructions to Bidders JOB ORDER CONTRACTS 23-J-06 0021 13-1 23-J-07 23-J-08 1 2 Alternate or conditional bids will not be accepted. 3 4 The bidder's proposal shall be executed by the individual, by one or more partners of 5 the partnership, or by one or more of the officers of the corporation submitting it. If the 6 proposal is made by an individual, a name and post office address must be shown. If 7 made by a partnership, the name of each member of the partnership must be shown. 8 If made by a corporation, the proposal must show the name of the state under which 9 the corporation was chartered and the name of the president, vice president, secretary 10 and treasurer. 11 12 The required proposal guarantee must accompany the proposal. 13 14 15 1.05 SUBCONTRACTORS 16 17 No subcontractors shall be listed with the bid. Each individual Work Order Proposal 18 under the Contract shall include the subcontractor listing. 19 20 21 1.06 SUBMISSION OF PROPOSAL 22 23 A. Electronic Bid Submittal 24 25 The bidder has the option to submit the bid for this Project 26 electronically. The bidder must either attach an electronic bid bond or 27 provide an original bid bond (or other form of bid security authorized by 28 Public Contract Code Section 20129(a)), prior to the bid opening. 29 30 Bidders submitting online may use one of the accepted electronic 31 sureties (Tibunu or Surety 2000) to submit their bid bond; or may 32 submit cash, cashier's check, certified check, or a bidder bond to 33 Design Services at 2220 Tulare St., Seventh Floor, Fresno, CA 93721. 34 Those submitting bid bonds directly to Design Services must submit 35 their bid bond: 36 37 1. Under sealed cover 38 2. Marked as a bid-bond 39 3. Identifying the contract number and the bid opening date on the 40 cover 41 42 B. Bid Submittal by Personal Delivery or by Mail 43 44 The bidder has the option to submit the bid by personal delivery or by 45 mail. If the bid is not submitted electronically, then all words and 46 figures shall be written on the Proposal form in ink. In the case of a 47 discrepancy between the factors written in words and those written in Contract No.: #23-J-05 Instructions to Bidders JOB ORDER CONTRACTS 23-J-06 0021 13-2 23-J-07 23-J-08 1 figures, the written words shall govern. The bidder's proposal shall be 2 signed in ink by the individual executing the bid on behalf of the bidder. 3 4 The required proposal guarantee must accompany the proposal. 5 6 Each proposal shall be submitted in a sealed envelope labeled to 7 clearly indicate the contract and contents. 8 9 When sent by mail, a sealed proposal must be addressed to the 10 Fresno County Department of Public Works and Planning, Office of the 11 Design Engineer, Seventh Floor, Fresno County Plaza Building, 2220 12 Tulare Street, Fresno, CA 93721 . All proposals shall be filed prior to 13 the time and at the place specified in the NOTICE TO BIDDERS. 14 Proposals received after the time for opening of the proposals will be 15 returned to the bidder unopened. 16 17 18 1.07 IRREGULAR PROPOSALS 19 20 Proposals shall be considered irregular and may be rejected for the following reasons: 21 22 A. The proposal forms furnished by the Owner are not used or are altered. 23 24 B. There are unauthorized additions, conditional or alternate proposals or 25 irregularities of any kind which tend to make the proposal incomplete or 26 indefinite. 27 28 C. The bidder adds any provision reserving the right to accept or reject an award, 29 or to enter into a contract pursuant to an award. 30 31 D. The bid fails to contain the specified six (6) Adjustment Factors. 32 33 34 1.08 DISQUALIFICATION OF BIDDERS 35 36 Any one or more of the following causes may be considered as sufficient for 37 disqualification of a bidder and rejection of that bidder's proposal: 38 39 A. More than one proposal for the same work from an individual, partnership or 40 corporation. 41 42 B. Evidence of collusion among bidders. Participants in such collusion will receive 43 no recognition as bidders for any future work of the Owner until such participant 44 shall have been reinstated as a qualified bidder. 45 46 C. Lack of competency and adequate machinery, plant or other equipment, as 47 may be revealed by financial statement if required. 48 Contract No.: #23-J-05 Instructions to Bidders JOB ORDER CONTRACTS 23-J-06 0021 13-3 23-J-07 23-J-08 1 D. Unsatisfactory performance record as shown by past work for the Owner, 2 judged from the standpoint of workmanship and progress. 3 4 E. Prior commitments or obligations which in the judgment of the Owner might 5 hinder or prevent the prompt completion of the work. 6 7 F. Failure to pay, or satisfactorily settle, all bills due for labor or materials on former 8 contracts in force at the time of letting the bid. 9 10 G. Failure to comply with any qualification regulation of the Owner. 11 12 H. Failure to furnish full amount of Proposal Guarantee with bid or failure to sign 13 bid bond. 14 15 16 1.09 WITHDRAWAL OR REVISION OF PROPOSALS 17 18 A bidder may, without prejudice, withdraw a proposal after it has been deposited, 19 provided the request for such withdrawal is received in writing before the time set for 20 opening proposals. The bidder may then submit a revised proposal provided it is 21 received prior to the time set for opening proposals. 22 23 24 1.10 PUBLIC OPENING OF PROPOSALS 25 26 Proposals will be opened and read publicly at the time and place indicated in the 27 Notice to Contractors. Bidders or their authorized agents are invited to be present. 28 29 30 1.11 BID PROTEST PROCEDURE / RELIEF OF BIDDER 31 32 A. BID PROTEST PROCEDURE 33 34 Any bid protest must be submitted in writing and delivered by the 35 Bidder by either of the following means: (1) via e-mail to 36 DesignServices@fresnocountyca.gov; or (2) via certified mail, return 37 receipt requested to the following address: Design Division, 38 Department of Public Works and Planning, 2220 Tulare Street, Sixth 39 Floor, Fresno, CA 93721. 40 41 The bid protest must be received no later than 5:00 p.m. of the seventh 42 (7th) calendar day following the deadline for submittal of the specific 43 bid document(s) placed at issue by the protest. Any Bidder filing a 44 protest is encouraged to submit the bid protest via e-mail, because the 45 deadline is based on the Department's receipt of the bid protest. A bid 46 protest accordingly may be rejected as untimely if it is not received by 47 the deadline, regardless of the date on which it was postmarked. The Contract No.: #23-J-05 Instructions to Bidders JOB ORDER CONTRACTS 23-J-06 0021 13-4 23-J-07 23-J-08 1 Bidder's compliance with the following additional procedures also is 2 mandatory: 3 4 The initial protest document shall contain a complete statement of the 5 grounds for the protest, including a detailed statement of the factual 6 basis and any supporting legal authority. 7 8 The protest shall identify and address the specific portion of the 9 document(s) forming the basis for the protest. 10 11 The protest shall include the name, address and telephone number of 12 the person representing the protesting party. 13 14 The Department will provide a copy of the initial protest document and 15 any attached documentation to all other Bidders or proposers who 16 appear to have a reasonable prospect of receiving an award 17 depending upon the outcome of the protest. 18 19 The Board of Supervisors will issue a decision on the protest. If the 20 Board of Supervisors determines that a protest is frivolous, the party 21 originating the protest may be determined to be irresponsible and that 22 party may be determined to be ineligible for future contract awards. 23 24 The procedure and time limits set forth herein are mandatory and are 25 the Bidder's sole and exclusive remedy in the event of a bid protest. 26 Failure by the Bidder to comply with these procedures shall constitute 27 a waiver of any right to further pursue the bid protest, including the 28 subsequent filing of a Government Code Claim or legal proceedings. 29 30 B. RELIEF OF BIDDER 31 32 A bidder who claims a mistake in their bid must follow the procedures 33 in Public Contract Code Section 5100 et seq in seeking relief of their 34 bid. 35 36 37 1.12 AWARD OF CONTRACT 38 39 The award of the contracts, if one or all are awarded, will be to the lowest responsible 40 bidders whose proposals comply with all the prescribed requirements. A successful 41 bidder will be awarded only one (1) contract from this Bid Solicitation. The awards if 42 made, will be within 54 calendar days after the opening of proposals. If the Owner 43 finds that it will be unable to award the contract within 54 calendar days after the 44 opening of proposals, the Director may request any or all bidders to extend all terms 45 of their proposal(s) to a specified date. Additional such extensions may possibly be 46 requested. If a bidder does not elect to extend the terms of his or her proposal beyond 47 the 54 calendar days following opening of proposals, or does not respond within 10 48 days to a request for an extension, that bidder's proposal will be deemed as having Contract No.: #23-J-05 Instructions to Bidders JOB ORDER CONTRACTS 23-J-06 0021 13-5 23-J-07 23-J-08 1 expired 54 calendar days following opening of the proposals, and that bidder's 2 proposal will not be considered for award of the contract. 3 4 Successful bidders will be notified in writing, by letter mailed to the address shown on 5 the proposal, that his/her bid has been accepted and that he or she has been awarded 6 the contract. 7 8 The right is reserved to reject any or all proposals, to waive technicalities, to advertise 9 for new proposals, or to proceed to do this work otherwise, if in the judgment of the 10 awarding authorities the best interests of the Owner will be promoted thereby. 11 12 13 1.13 CANCELLATION OF AWARD 14 15 The awarding authority reserves the right to cancel the award of any contract at any 16 time before the execution of said contract by all parties without any liability against the 17 Owner. 18 19 20 1.14 CONTRACT BONDS 21 22 The bidder to whom the award is made shall, within ten days, enter into a written 23 contract with the Owner. The bidder shall forfeit the proposal guarantee in case he or 24 she does not follow through with the contract within ten days after the contract is 25 awarded. 26 27 The successful bidder shall furnish a faithful performance and payment bond in the 28 amount of$2,000,000 each as security for the payment of all persons performing and 29 furnishing materials in connection with this Contract. If the aggregate outstanding Job 30 Orders issued under the contract exceeds $2,000,000, increases in the Payment and 31 Performance Bonds in increments of $500,000 will be required such that the amount 32 of the Payment and Performance Bonds are not less than one hundred percent 33 (100%) of the outstanding aggregate Job Orders issued. Bonds shall remain in force 34 for the duration and until completion of any outstanding Job Order. At no time may the 35 sum of outstanding Job Orders exceed the amount of the Payment and Performance 36 Bonds. The successful bidder shall furnish a one year Warranty Bond in the amount 37 of 10 percent (10%) of the Maximum Contract Value. Said bonds shall be submitted 38 in triplicate. 39 40 The payment bond shall contain provisions such that if the Contractor or his/her 41 subcontractors shall fail to pay (a) amounts due under the Unemployment Insurance 42 Code with respect to work performed under the contract, or (b) any amounts required 43 to be deducted, withheld and paid over to the Employment Development Department 44 and to the Franchise Tax Board from the wages of the employees of the Contractor 45 and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code 46 with respect to such work and labor, then the surety will pay these amounts. In case 47 suit is brought upon the payment bond, the surety will pay a reasonable attorney's fee 48 to be fixed by the court. Contract No.: #23-J-05 Instructions to Bidders JOB ORDER CONTRACTS 23-J-06 0021 13-6 23-J-07 23-J-08 1 2 The contract form is attached hereto for the Contractor's information only. Execution 3 of the contract by bidders will not be required until after the bid award is made. Liability 4 and Workers Compensation Insurance requirements shall be as set forth in the 5 Agreement. 6 7 8 1.15 BUILDERS RISK INSURANCE 9 10 The Contractor shall not be required to obtain Builder's Risk insurance for the overall 11 contract. Builder's Risk insurance may be required on an individual Work Order. This 12 requirement will be identified in the Detailed Scope of Work and the cost will be 13 handled with a reimbursable line item in the Work Order Price Proposal. 14 15 16 1.16 POST-BID / PRE-AWARD INFORMATION AND REQUIREMENTS 17 18 The Owner selected The Gordian Group's (Gordian) Job Order Contracting (JOC) 19 Solution for their JOC program. The Gordian JOC SolutionTM includes Gordian's 20 proprietary JOC Software and JOC Applications, construction cost data, and 21 Construction Task Catalog®which shall be used by the Contractor solely for the 22 purpose of fulfilling its obligations under this Contract, including the preparation and 23 submission of Job Order Proposals, Price Proposals, subcontractor lists, and other 24 requirements specified by the Owner. The Contractor shall be required to execute 25 Gordian's JOC System License and Fee Agreement and pay a 1% JOC System 26 License Fee to obtain access to Gordian JOC SolutionTM. The JOC System License 27 Fee applies to all Job Orders issued to the Contractor under the terms this Contract. 28 The Contractor shall include the JOC System License Fee in the Adjustment 29 Factors. 30 31 END OF SECTION 32 33 Contract No.: #23-J-05 Instructions to Bidders JOB ORDER CONTRACTS 23-J-06 0021 13-7 23-J-07 23-J-08 1 BIDDERS' CHECKLIST (CAPITAL IMPROVEMENT CONTRACTS) 2 3 Because of numerous technical irregularities resulting in rejected proposals for 4 projects, the following checklist is offered for the bidders' information and use in 5 preparing the paper proposal. This checklist is not to be considered as part of the 6 contract documents. Bidders are cautioned that deleting or not submitting a form 7 supplied in the bid documents (even if the form does not require signature) may 8 result in an irregular bid. 9 10 P-2, PROPOSAL SHEET (Section 00 42 13) 11 12 Bidder name on each sheet. Adjustment Factor for each type listed. Make no 13 additions such as "plus tax", "plus freight", or conditions such as "less 2% if paid 14 by 15th". Use ink or typewriter. Acknowledge addenda. 15 16 P-3, SUBCONTRACTOR LIST 17 18 Not Applicable for Job Order Contract bids. Subcontractor Listings shall be 19 required as part of a Work Order Proposal for each individual Work Order. 20 21 P-4.1, BID SECURITY FORM - Read the Notices and Notes (Section 00 43 13) 22 23 Indicate type of bid security provided. 24 Provide contract license information. 25 26 State business name and if business is a: 27 Corporation - list officers 28 Partnership - list partners 29 Joint Venture - list members 30 If Joint Venture members are corporations or partnerships, list their 31 officers or partners. 32 Individual - list Owner's name and firm name style 33 34 Signature of Bidder— BID MUST BE SIGNED! 35 Corporation - by an officer 36 Partnership - by a partner 37 Joint Venture - by a member 38 Individual - by the Owner 39 If signature is by a Branch Manager, Estimator, Agent, etc., the bid must be 40 accompanied by a power of attorney authorizing the individual to sign bids, 41 otherwise the bid may be rejected. 42 43 Business Address - Firm's Street Address 44 Contract No.: #23-J-05 Bidder's Checklist JOB ORDER CONTRACTS 23-J-06 0022 13-1 23-J-07 23-J-08 1 Mailing Address - P.O. Box or Street Address 2 3 BID SECURITY (PROPOSAL GUARANTEE) 4 5 $25,000.00 6 7 Type of Bid Security: 8 9 Cash - Not recommended; cash is deposited in a clearing account and is 10 returned to bidders by County warrant. This process may take several 11 weeks. 12 13 Cashier's or Certified Checks - Will be held until the bid is no longer under 14 consideration. If submitted by a potential awardee, they will be returned 15 when the contract bonds are submitted and approved. 16 17 Bid Bonds - Must be signed by the bidder and by the attorney-in-fact for the 18 bonding company. Signature of attorney-in-fact should be notarized and the 19 bond should be accompanied by bonding company's affidavit authorizing 20 attorney-in-fact to execute bonds. An unsigned bid bond will be cause for 21 rejection. 22 23 P-4.2, NON COLLUSION DECLARATION (Section 00 45 19) 24 25 Must be completed, signed, and returned with bid. 26 27 P-5, MINORITY BUSINESS ENTERPRISE (Section 00 43 39) 28 29 (N/A). 30 31 P-6.1, Certification With Regard To The Performance Of Previous Contracts 32 Or Subcontracts Subject To The Equal Opportunity Clause And The Filing 33 Of Required Reports (Section 00 45 36) 34 35 Must be completed, signed, and returned with bid. Certification of subcontractors 36 is the responsibility of the Bidder and must be provided to the County upon 37 request. 38 39 P-6.2, TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29 40 DEBARMENT AND SUSPENSION CERTIFICATION (Section 00 45 46) 41 42 Must be completed, signed, and returned with bid. Certification of subcontractors 43 is the responsibility of the Bidder and must be provided to the County upon 44 request. 45 Contract No.: #23-J-05 Bidder's Checklist JOB ORDER CONTRACTS 23-J-06 0022 13-2 23-J-07 23-J-08 1 P-7, GUARANTY OF WORK (Section 00 65 36) 2 3 Bidder to complete and return with bid. 4 5 OTHER 6 7 If the bid forms have been removed from the specifications booklet, staple the 8 pages together. 9 Make sure the bid envelope is sealed and shows the contract name, bid package 10 and contract number. 11 12 If the bid is mailed, allow sufficient time for postal delivery prior to the bid closing 13 time. Bids received after the scheduled time will be returned unopened. Be sure 14 the statement "DO NOT OPEN UNTIL TIME OF BID OPENING", is on the 15 envelope. 16 17 18 END OF SECTION 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 Contract No.: #23-J-05 Bidder's Checklist JOB ORDER CONTRACTS 23-J-06 0022 13-3 23-J-07 23-J-08 Durham Construction Company, Inc . 1 PROPOSAL TO THE BOARD OF SUPERVISORS 2 3 COUNTY OF FRESNO 4 5 6 Contract: General Building Job Order Contract 7 8 Contract No.: #23-J-05 9 23-J-06 10 23-J-07 11 23-J-08 12 13 Various Funding Orgs. 14 15 If this proposal shall be accepted and the undersigned shall fail to contract, as aforesaid, 16 and to give the two bonds in the sums to be determined as aforesaid, with surety 17 satisfactory to the Awarding Authority, within ten (10) days after the award of the 18 contract, the Awarding Authority, at its option, may determine that the bidder has 19 abandoned the contract, and thereupon this proposal and the acceptance thereof shall 20 be null and void, and the forfeiture of such security accompanying this proposal shall 21 operate and the same shall be the property of the Owner. 22 23 The undersigned, as bidder, declares that all addenda issued with respect to this bid 24 have been received and incorporated into this Proposal. The bidder's signature on this 25 Proposal also constitutes acknowledgement of all addenda. 26 27 The undersigned, as bidder, declares that the only persons, or parties interested in this 28 proposal as principals are those named herein; that this proposal is made without 29 collusion with any other person, firm or corporation; that they have carefully examined 30 the Construction Task Catalog°, Technical Specifications and Contracting 31 Requirements and they propose and agree if this proposal is accepted, that they will 32 contract with the County of Fresno to provide all necessary machinery, tools, apparatus 33 and other means of construction, and to do all the work and furnish all the materials 34 specified in the contract in the manner and time therein prescribed, and according to the 35 requirements of the Owner as therein set forth. 36 37 The Contractor shall perform all Work required called for in the Detailed Scope of Work 38 of each individual Work Order issued under this Contract using the Construction Task 39 Catalog®and Technical Specifications incorporated herein. Contractor shall perform any 40 or all functions called for in the Contract Documents as specified in individual Work 41 Orders against this Contract for the Unit Prices specified in the Construction Task 42 Catalog°(CTC)and Non Pre-priced work multiplied by the following Adjustment Factors. 43 44 The Bidder shall set forth Adjustment Factors in the respective space provided below. 45 See example below. Failure to submit Adjustment Factors for all categories will result 46 in the Proposal being deemed non-responsive. 47 48 Adjustment Factor 2 must be greater than or equal to Adjustment Factor 1, 49 Adjustment Factor 3 must be greater than or equal to Adjustment Factor 1. 50 Adjustment Factor 4 must be greater than or equal to Adjustment Factor 3. 51 Adjustment Factors not adhering to these requirements may result in Proposals 52 being deemed non-responsive. Contract No. #23-J-05 Proposal GENERAL BUILDING 23-J-06 00 42 13-1 JOB ORDER CONTRACTS 23-J-07 23-J-08 Durham Constructi-on Company, Inc . 1 The Contractor shall perform the Tasks required by each individual Job Order 2 using the following Adjustment Factors. When submitting Work Order Price 3 Proposals related to specific Work Orders, the Contractor shall utilize one or 4 more of the Adjustment Factors applicable to the Work being performed 5 provided on the Schedule of Adjustment Factors below, as applicable. 6 7 8 Example 9 10 11 2 1 0 2 12 13 One Point Two One Zero Two 14 (Written in words) (Specify to four(4)decimal places) 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 Contract No.#23-J-05 Proposal GENERAL BUILDING 23-J-06 00 42 13-2 JOB ORDER CONTRACTS 23-J-07 23-J-08 Durham Construction Company, Inc . 1 BIDDER: Durham Construction Company, Inc . 2 3 Schedule of Adjustment Factors 4 5 In case of a discrepancy between words and figures the words shall prevail. Use clearly 6 legible words and figures 7 8 9 1. General Facilities - Normal Working Hours (7:00arn to 5:00pm Monday through 10 Friday) 11 12 13 _tear. PolgT o0r. Crag r-16ft z 0 14 (Written in words) (Specify to four(4)decimal places) 15 16 2. General Facilities - Other Than Normal Working Hours (5:00pm to 7:00arn 17 Monday through Friday, and all day Saturday, Sunday, and Holidays) 18 19 • Fi 1 ,5 1 o � ol 20 Ong ® Ont Ejur, Zt-so ZF-gg 21 (Written in words) (Specify to four(4)decimal places) 22 25 3. Secure Facilities — Normal Working Hours (7:00arn to 5:00pm Monday through 26 Friday) 27 28 29 n"F FolzT 1-wo Mup zjaco 2-r.yoa_ • 12, 12. 10 101 30 (Written in words) (Specify to four(4)decimal places) 31 32 4. Secure Facilities — Other Than Normal Working Hours (5:00pm to 7:00arn 33 Monday through Friday, and all day Saturday, Sunday, and Holidays) 34 35 36 C)m r- eo I t.T I-K)r, F:ou g- o Zp 4D • Fz 37 (Written in words) (Specify to four(4)decimal places) 38 39 40 41 Contract No.#23-J-05 Proposal GENERAL BUILDING 23-J-06 00 42 13-3 JOB ORDER CONTRACTS 23-J-07 23-J-08 uurnam construction company, inc . 1 BIDDER: Durham Construction Company, Inc . 2 3 Acknowledgement of Addendum: Addendum No. I Datedl 2/0 7/2 3 Addendum No. 2, Dated 9-112]97 Addendum No. Dated Addendum No. Dated 4 5 6 7 Award Criteria Figure 8 9 Transfer the number on Line 9 from the Award Criteria Figure Calculation below 10 to the space provided below constituting the Bidder's Award Criteria Figure. 11 Transfer the number and write the words. 12 13 14 ■ 15 ONF- j0moT ot4y—, f;oua, -ry4o SI)c 16 (Written in clearly legible words) (Specify to four(4) decimal places in legible figures) 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 Contract No.#23-J-05 Proposal GENERAL BUILDING 23-J-06 00 42 13-4 JOB ORDER CONTRACTS 23-J-07 23-J-08 Dmxhatn CorsLr�kation Company, Itto. 1 Award Criteria Figure Calculation 2 3 The weighted multipliers in lines 2, 4, 6, and 8 below are for the purpose of 4 calculating an Award Criteria Figure only. No assurances are made by the Owner 5 that Work will be ordered under the Contract in a distribution consistent with the 6 weighted percentages. The Award Criteria Figure is only used for the purpose of 7 determining the lowest Bidder. 8 9 The Owner Reserves The Right To Revise All Arithmetic Errors In the 10 Calculation of the Award Criteria Figure For Correctness. 11 12 Instructions To Bidder: Specify lines 1 through 9 to four (4) decimal places. Use 13 conventional rounding methodology (i.e., if the number in the 5th decimal place is 14 0-4, the number in the 4th decimal remains unchanged; if the number in the 5th 15 decimal place is 5-9, the number in the 4th decimal is rounded upward). 16 Line 1. General Facilities — Normal Working Hours 1. (7:00am to 5:00pm Monday through Friday) Line 2. Multiply Line 1 by 70% 2. Line 3. General Facilities — Other Than Normal Working 3. Hours (5:00pm to 7:00arn Monday through Friday, and all day Saturday, Sunday, and Holidays) Line 4. Multiply Line 3 by 10% 4. 0.1150 Line 5. Secure Facilities — Normal Working Hours 5. (7:00am to 5:00pm Monday through Friday) Line 6. Multiply Line 9 by 15% 6. Line 7. Secure Facilities — Other Than Normal Working 7. Hours Other Than Normal Working Hours 1.ew A ZA 0 0 (7:00am to 5:00pm Monday through Friday) Line 8. Multiply Line 11 by 5% 8. Line 9. Add Lines 2, 4, 6, and 8. This is the Award Criteria Figure: 17 18 END OF PROPOSAL FORM 19 20 END OF SECTION Contract No. #23-J-05 Proposal GENERAL BUILDING 23-J-06 00 42 13-5 JOB ORDER CONTRACTS 23-J-07 23-J-08 Durham Construction Company, Inc . 1 Bid Security 2 Accompanying this proposal is security (check one only) in amount equal to at least 3 $25,000.00: 4 Bid Bond (x); Certified Check Cashier's Check Cash ($ 5 6 Addenda Acknowledgement 7 Bidder has and acknowledges the following addenda: Addendum 1 (12/07/23) T-L 8 AoldenAwn 2- 2 9 Business Information 10 Business Name Durham Construction Company, Inc . 11 Note: If bidder or other interested person is a corporation, state legal name of 12 corporation. If bidder is a co-partnership, state true name of firm. 13 Business Owners and Officers Names Chris Durham, President, Secretary, 14 Note: If bidder or other interested person is:Treasurer, Holder o-"-- all corporate 15 0 a corporation, list names of the pres'J�6'4,"secretary, treasurer and manager 16 thereof 17 0 a partnership, list names of all individual co-partners composing firm. 18 0 an individual, state first and last name in full. 19 Names of Owners and Key Employees Chris Durham 20 Note: List majority owners of your firm. If multiple owners, list all. Also include anyone, 21 including key employees, who are actively promoting the contract. (SB 1439) 22 Licensed in accordance with an act providing for the registration of Contractors: 23 Class B Contractor License No. 765896 Expires 07/31/2025 24 DIR Registration Number 1.000002869 25 26 Business Address: 1025 Holland Ave, Clovis, CA 93612 27 Zip Code 28 Mailing Address: 1025 Holland Ave, Clovis, CA 93612 29 Zip Code 30 Business Phone: ( 559 ) 294-9500 Fax Number: ( 559 ) 294-9200 31 32 Email Address chris@dui-ham-construction . com 33 34 Bidder Signature 35 Signature of Bidder: Dated: 1211412023 36 37 NOTE: If bidder is a corporation, the legal name of the corporation shall be set forth 38 above together with the signature of the officer or officers authorized to sign contracts 39 on behalf of the corporation; if bidder is a co-partnership, the true name of the firm shall 40 be set forth above together with the signature of the partner or partners authorized to 41 sign contracts on behalf of the co-partnership; and if bidder is an individual, his or her 42 signature shall be placed above. If signature is by an agent, other than an officer of a 43 corporation or a member of a partnership, a Power of Attorney must be on file with the 44 Owner prior to opening bids or submitted with the bid; otherwise, the bid will be 45 disregarded as irregular and unauthorized. 46 47 END OF SECTION Contract No.: #23-J-05 Bid Security Form JOB ORDER CONTRACTS 23-J-06 00 43 13-1 23-J-07 23-J-08 Durham Construction Company, Inc . 1 CONTRACT: GENERAL BUILDING JOB ORDER CONTRACTS 2 CONTRACT: 23-J-05 23-J-06 23-J-07 23-J-08, Class B 3 4 To the Board of Supervisors, County of Fresno: 5 6 NON-COLLUSION DECLARATION 7 8 TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID* 9 10 The undersigned declares: Chris Durham, President, Secretary, 11 Treasurer, Holder of all Corporate 12 1 am the Offices of 13 (Owner, Partner, Corporate Officer (list title), Co-Venturer) 14 15 Durham Construction Company, Inc . the party 16 making the foregoing bid. 17 18 The bid is not made in the interest of, or on behalf of, any undisclosed person, 19 partnership, company, association, organization, or corporation. The bid is 20 genuine and not collusive or sham. The bidder has not directly or indirectly induced 21 or solicited any other bidder to put in a false or sham bid. The bidder has not 22 directly or indirectly colluded, conspired, connived, or agreed with any bidder or 23 anyone else to put in a sham bid, or refrain from bidding. The bidder has not in any 24 manner, directly or indirectly, sought by agreement, communication, or conference 25 with anyone to fix the bid price of the bidder or any other bidder, or to fix any 26 overhead, profit, or cost element of the bid price, or of that of any other bidder. All 27 statements contained in the bid are true. The bidder has not, directly or indirectly, 28 submitted his or her bid price or any breakdown thereof, or the contents thereof, 29 or divulged information or data relative thereto, to any corporation, partnership, 30 company, association, organization, bid depository, or to any member or agent 31 thereof, and has not paid, and will not pay, any person or entity for that purpose. 32 33 Any person executing this declaration on behalf of a bidder that is a corporation, 34 partnership, joint venture, limited liability company, limited liability partnership, or 35 any other entity, hereby represents that he or she has full power to execute, and 36 does execute, this declaration on behalf of the bidder. 37 38 1 declare under penalty of perjury under the laws of the State of California that the 39 foregoing is true and correct and that this declaration is executed onD—embel: 1.4 , 40 2024, 41 42 at C1.0vis CA 43 44 [city] te] 45 (Signature) 46 47 (See Title 23 United States Code Section 112; Calif Public Contract Code Section 48 7106) 49 50 *NOTE: Completing, signing, and returning the Non-Collusion Declaration is a 51 required part of the Proposal. Bidders are cautioned that making a false 52 certification may subject the certifier to criminal prosecution. 53 54 END OF SECTION Contract No.: #23-J-05 Non-Collusion Declaration GENERAL BUILDING 23-J-06 00 45 19-1 JOB ORDER CONTRACTS 23-J-07 23-J-08 Durham Construction Company, Inc . 1 CONTRACT: GENERAL BUILDING JOB ORDER CONTRACT 2 CONTRACT: 23-J-05 23-J-06 23-J-07 23-J-08, Class B 3 4 CERTIFICATION WITH REGARD TO THE PERFORMANCE OF PREVIOUS 5 CONTRACTS OR SUBCONTRACTS SUBJECT TO THE EQUAL OPPORTUNITY 6 CLAUSE AND THE FILING OF REQUIRED REPORTS. 7 8 9 10 The bidder or proposed subcontractor hereby certifies that they have X , have not 11 participated in a previous contract or subcontract subject to the equal opportunity clause, 12 as required by Executive Orders 10925, 11114, or 11246, and that they have X , have 13 not —, filed with the Joint Reporting Committee, the Director of the Office of Federal 14 Contract Compliance, a Federal Government contracting or administering agency, or the 15 former President's Committee on Equal Employment Opportunity, all reports due under 16 the applicable filing requirements. 17 18 19 Durham Construction Company, Inc . 20 (Company) 21 22 By: Chris Durham 23 24 President 25 (Title) 26 27 Date: 12/14/2023 28 29 30 NOTE: The above certification is required by the Equal Employment Opportunity 31 Regulations of the Secretary of Labor (41 CFR 60-1.7(b) (1), and must be submitted by 32 bidders and proposed subcontractors only in connection with contracts and subcontracts 33 which are subject to the equal opportunity clause. Contracts and subcontracts which are 34 exempt from the equal opportunity clause are set forth in 41 CFR 60-1.5. (Generally only 35 contracts or subcontracts of$10,000 or under are exempt.) 36 37 Currently, Standard Form 100 (EEO-1) is the only report required by the Executive Orders 38 or their implementing regulations. 39 40 Proposed prime contractors and subcontractors who have participated in a previous 41 contract or subcontract subject to the Executive Orders and have not filed the required 42 reports should note that 41 CFR 60-1.7(b) (1) prevents the award of contracts and 43 subcontracts unless such contractor submits a report covering the delinquent period or 44 such other period specified by the Director, Office of Federal Contract Compliance, U. S. 45 Department of Labor. 46 47 48 49 50 51 52 53 Contract No.: #23-J-05 Equal Opportunity GENERAL BUILDING 23-J-06 Certification JOB ORDER CONTRACTS 23-J-07 00 45 36-1 23-J-08 Durham Construction Company, Inc . 1 CONTRACT: GENERAL BUILDING JOB ORDER CONTRACT 2 3 CONTRACT: 23-J-05 23-J-06 23-J-07 23-J-08, Class B 4 5 TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29 6 DEBARMENT AND SUSPENSION CERTIFICATION 7 8 The bidder or proposed subcontractor under penalty of perjury, certifies that, except as 9 noted below, he/she or any person associated therewith in the capacity of owner, partner, 10 director, officer, manager: 11 12 is not currently under suspension, debarment, voluntary exclusion, or determination 13 of ineligibility by any federal agency; 14 15 has not been suspended, debarred, voluntarily excluded or determined ineligible by 16 any federal agency within the past 3 years; does not have a proposed debarment 17 pending; and has not been indicted, convicted, or had a civil judgment rendered 18 against it by a court of competent jurisdiction in any matter involving fraud or official 19 misconduct within the past 3 years. 20 21 If there are any exceptions to this certification, insert the exceptions in the following space: 22 23 (x) No Exceptions 24 25 26 27 28 Exceptions will not necessarily result in denial of award, but will be considered in 29 determining bidder responsibility. For any exception noted above, indicate below to whom 30 it applies, initiating agency, and dates of action: 31 32 33 34 Note: Providing false information may result in criminal prosecution or administrative 35 sanctions. 36 37 The above certification is part of the Proposal. Signing the Proposal on the 38 signature portion thereof shall also constitute signature of this Certification. 39 40 By my signature on this proposal, I certify, under penalty of perjury under the laws of the 41 State of California and the United States of America, that the Title 23 United States Code, 42 Section 112 Non-Collusion Declaration and the Title 49 Code of Federal Regulations, Part 43 29 Debarment and Suspension Certification are true and correct. 44 45 Company: Durham Construction Company, Inc . 46 ....... 47 By: Chris Durham 48 49 Date: _12/114/2023 50 51 Title: President 52 53 Proposal - 6.2 Contract No.: #23-J-05 Debarment and GENERAL BUILDING 23-J-06 Suspension Certification JOB ORDER CONTRACTS 23-J-07 00 45 46-1 23-J-08 Durham Construction Company, Inc . CONTRACT: GENERAL BUILDING JOB ORDER CONTRACTS CONTRACT: 23-J-05 23-J-06 23-J-07 23-J-08, Class B NONLOBBYING CERTIFICATION FOR FEDERAL-AID CONTRACTS The undersigned certifies, 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 Federal contract, the making of any Federal grant, the making of any 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. (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. (3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. 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 certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. Chap. 38, Administrative Remedies for False Claims and Statements, apply to this certification and disclosure, if any. Bidder: Durham Construction Company, Inc . By: Chris Durham Date: 12/14/2023 Title: President Contract No.: #23-J-05 Nonlobbying Certification For Federal-Aid Contracts GENERAL BUILDING 23-J-06 00 46 56 JOB ORDER CONTRACTS 23-J-07 23-J-08 1/25/24, 11:44 AM California Air Resources Board:Off-Road Diesel-Fueled Fleets Regulation - California Environmental Protection Agency - r Air Resources Board March 1, 2023 CERTIFICATE OF REPORTED COMPLIANCE ' IN-USE OFF-ROAD DIESEL-FUELED FLEETS REGULATION is issued to DURHAM CONSTRUCTION COMPANY, INC. I = 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 �- 7911 Sydney vergis Chief,Mobile Source Control Division To verify the authenticity of this certificate,enter this number at California Air Resources Board hftp://www.arb.ca.gov/doors/compliance certl.htm I https:Hssi.arb.ca.gov/ssldoors/doors_reporting/perm/php/certificate.php 1/1 1 AGREEMENT 2 3 4 THIS AGREEMENT made at Fresno, in Fresno County, California, by and 5 between Durham Construction Company, Inc., hereinafter "Contractor", and the County of 6 Fresno, hereinafter "Owner". 7 8 WHEREAS: This Agreement, together with other Contract Documents (as 9 defined hereinbelow), shall establish an indefinite quantity Job Order Contract pursuant to 10 which Contractor shall perform an ongoing series of individual projects at different 11 locations throughout the County of Fresno. The construction work and services performed 12 by Contractor under this Agreement shall be carried out pursuant to individual Work 13 Orders. All capitalized terms not defined in this Agreement shall have the meanings set 14 forth in the General Conditions referenced hereinbelow and incorporated herein by 15 reference. 16 17 WITNESSETH, the Contractor and the Owner, for the consideration hereinafter 18 named, agree as follows: 19 20 ARTICLE I. The Contractor agrees to furnish all labor, equipment and materials, including 21 tools, implements, and appliances required, and to perform all the work in a good and 22 workmanlike manner, free from any and all liens and claims of mechanics, materialmen, 23 subcontractors, artisans, machinists, teamsters, and laborers required for Job Order 24 Contract No. 23-d-05 also referred to herein as the "Contract". 25 23-d-06 26 23-J-07 27 23-J,06 28 All goods and services provided shall be in strict compliance with the Construction Task 29 Catalog°, Technical Specifications and Contracting Requirements therefore prepared by 30 the Director of the Fresno County Department of Public Works and Planning and his 31 authorized representatives, hereinafter "Project Manager", and other contract documents 32 relating thereto. 33 34 ARTICLE II. The Contractor and the Owner agree that the Advertisement (Notice to 35 Bidders), the Wage Scale, the Proposal hereto attached, the Instructions to Bidders, the 36 General Conditions of the contract, the Technical Specifications, the Construction Task 37 Catalog° and the Addenda and Bulletins thereto, the Contract Bonds and Certificates of 38 Liability and Workers Compensation Insurance, and the Work Orders, together with this 39 Agreement, form the Contract Documents, and they are as fully a part of the contract as if 40 hereto attached or herein repeated. But no part of said specifications that is in conflict with 41 any portion of this Agreement, or that is not actually descriptive of the work to be done 42 thereunder, or of the manner in which the said work is to be executed, shall be considered 43 as any part of this Agreement, but shall be utterly null and void, and anything that is 44 expressly stated, delineated or shown in or upon the specifications or Detailed Scope of 45 Work shall govern and be followed, notwithstanding anything to the contrary in any other 46 source of information or authority to which reference may be made. 47 48 ARTICLE III. The Contractor agrees that the work under the contract shall be completed 49 as determined by the Owner as set forth in the individual Work Orders. Time of 50 performance shall be deemed as of the essence hereof and it is agreed that actual 51 damages to the Owner from any delay in completion beyond the date provided for herein, 52 or any extension thereof until the work is completed or accepted, shall be all provable 53 damages plus liquidated damages as identified in the individual Work Orders ranging 54 from Two Hundred Fifty and 00/100 DOLLARS ($250.00) to Five Thousand and Contract No.: #23-J-05 Agreement JOB ORDER CONTRACTS 23-J-06 00 52 13-1 23-J-07 23-J-08 1 00/100 DOLLARS ($5000.00) per day; that said liquidated damage was arrived at by a 2 studied estimate of loss to the Owner in the event of a delay considering the following 3 damage items which are extremely difficult or impossible to determine: Additional 4 construction expense resulting from delay of completion including, but not limited to, 5 engineering, inspection, rental and utilities; provided, however, the Owner may 6 conditionally accept the work and occupy and use the same if there has been such a 7 degree of completion as shall in its opinion render the same safe, fit and convenient for 8 the use for which it is intended and in such cases the Contractor and Surety shall not be 9 charged for liquidated damages for any period subsequent to such conditional 10 acceptance and occupation by the Owner but Owner may assess actual damages 11 caused by failure of total completion during such period. The time during which the 12 Contractor is delayed in said work by the acts or neglects of the Owner or its employees 13 or those under it by contract or otherwise, or by the acts of God which the Contractor 14 could not have reasonably foreseen and provided for, or by storms and inclement 15 weather which delays the work, or by any strikes, boycotts, or like obstructive action by 16 employee or labor organizations, or by any general lockouts or other defensive action 17 by employers, whether general, or by organizations of employers, shall be added to the 18 time for completion as aforesaid. 19 20 ARTICLE IV. COMPENSATION: The Owner agrees to make payments on account 21 thereof as provided in the General Conditions. 22 23 The Contract is an indefinite-quantity contract for construction work and services. There 24 is no Minimum Contract Value for this Contract. If a contract is awarded, the Contractor 25 is not guaranteed to receive a specified minimum amount of work during the Contract 26 Term. The Maximum Contract Value is $5,797,725.00. The Contractor is not guaranteed 27 to receive this volume of Work Orders. The Owner has no obligation to issue Work 28 Orders in excess of the Minimum Contract Value. 29 30 The Contractor shall perform all work required, necessary, proper for or incidental to 31 completing the Detailed Scope of Work called for in each individual Work Order issued 32 pursuant to this Contract for the Unit Prices set forth in the Construction Task Catalog° 33 and the following Adjustment Factors: 34 Number Item Description Adjustment Factor 1 Normal Working Hours (7:00am to 5:00pm Monday 1.1180 through Friday) 2 Other Than Normal Working Hours (5:00pm to 7:00am 1.1500 Monday through Friday, and all day Saturday, Sunday, and Holidays) 3 Secure Facilities — Normal Working Hours (7:00am to 1.2200 5:00 m Monday through Friday) 4 Secure Facilities —Other Than Normal Working Hours 1.2400 Other Than Normal Working Hours (7:00am to 5:00pm Monday through Friday) 35 36 Material price spike adjustment: For the purpose of this clause, a "major spike" is 37 defined as a spike in a specific material cost of more than 25% above what the cost of 38 that material was on the date the Construction Task Catalog® was issued. Contract No.: #23-d-05 Agreement JOB ORDER CONTRACTS 23-d-06 00 52 13-2 23-J-07 23-0-08 1 1. In the event a major spike occurs in a specific material cost, the Contractor may 2 submit a request for a price modification to a Unit Price or individual Job Order. 3 In order to initiate such a request, the Contractor shall: 4 a. identify the specific material that has experienced a major spike, 5 b. identify Pre-priced Task(s) or Job Orders that require the material 6 experiencing a major spike, and 7 c. demonstrate that the spike exists by submitting a minimum of three quotes 8 on material supplier letterhead to show that the current price meets the 9 "major spike" definition above. 10 11 2. Fresno County, after review of a request, may elect to adjust the Unit Price or Job 12 Order by considering it a Non Pre-priced (NPP) item. The adjustment will be for 13 the difference between the material cost at the time the Construction Task 14 Catalog® was issued times the quantity stated in the Job Order. The adjustment 15 will not include any other markup, and the NPP adjustment factor will not apply. 16 17 ARTICLE V. TERM: The Term of the Job Order Contract shall be for one (1) year, or 18 when issued Work Orders totaling the Maximum Contract Value have been completed, 19 whichever occurs first. All Work Orders shall be issued, but not necessarily completed 20 within one calendar year after the commencement date of this Agreement. 21 22 All Work Orders for which a Notice to Proceed is issued by the County Contract Manager 23 during the term of this Contract shall be valid and in effect notwithstanding that the 24 Detailed Scope of Work may be performed, payments may be made, and the guarantee 25 period may continue, after the Contract Term has expired. All terms and conditions of 26 the Contract apply to each Work Order. No notices to proceed will be issued after 5:00, 27 P.M. on the final day of the Contract Term. 28 29 ARTICLE VI. The Contractor and the Owner agree that changes in this Agreement shall 30 become effective only when written in the form of an amendment approved and signed 31 by the Owner and the Contractor. 32 33 The Contractor and the Owner agree that the Owner shall have the right to request any 34 alterations, deviations, reductions or additions to the Detailed Scope of Work of the 35 individual Work Orders or specifications or any of them, and the amount of the cost 36 thereof shall be handled by issuance of a Supplemental Work Order. 37 38 This contract shall be deemed completed when the work of all individual Work Orders is 39 finished in accordance with all Contract Documents as amended by such changes. No 40 such change or modification shall release or exonerate any surety upon any guaranty or 41 bond given in connection with this contract. 42 43 ARTICLE VII. In the event of a dispute between the Owner or Project Manager and the 44 Contractor as to an interpretation of any of the specifications or as to the quality of 45 sufficiency of material or workmanship, the decision of the Project Manager shall for the 46 time being prevail and the Contractor, without delaying the job, shall proceed as directed 47 by the Project Manager without prejudice to a final determination by negotiation, 48 arbitration by mutual consent or litigation and should the Contractor be finally determined 49 to be either wholly or partially correct, the Owner shall reimburse him for any added costs 50 they may have incurred by reason of work done or material supplied beyond the terms 51 of the contract as a result of complying with the Project Manager's directions as 52 aforesaid. In the event the Contractor shall neglect to prosecute the work properly or 53 fail to perform any provisions of this contract, the Owner, after three days' written notice 54 to the Contractor, may, without prejudice to any other remedy it may have, make good Contract No.: #23-J-05 Agreement JOB ORDER CONTRACTS 23-J-06 00 52 13-3 23-J-07 23-J-08 1 such deficiencies and may deduct the cost thereof from the payment then or thereafter 2 due to the Contractor, subject to final settlement between the parties as in this paragraph 3 hereinabove provided. 4 5 ARTICLE VIII. TERMINATION: If the Contractor should be adjudged a bankrupt, or if 6 they should make a general assignment for the benefit of their creditors, or if a receiver 7 should be appointed on account of their insolvency, or if they or any of their 8 subcontractors should persistently violate any of the provisions of the contract, or if they 9 should persistently or repeatedly refuse or should fail, except in cases for which 10 extension of time is provided, to supply enough properly skilled workmen or proper 11 material, or if they should fail to make prompt payment to subcontractors or for material 12 or labor or persistently disregard laws, ordinances or the instructions of the Project 13 Manager, then the Owner may, upon the certificate of the Project Manager, when 14 sufficient cause exists to justify such action, serve written notice upon the Contractor 15 and their surety of its intention to terminate the contract, such notice to contain the 16 reasons for such intention to terminate the contract, and unless within five (5) days after 17 the serving of such notice, such violations shall cease and satisfactory arrangements for 18 correction thereof be made, the contract shall, upon the expiration of said five days, 19 cease and terminate. 20 21 In the event of any such termination, the Owner shall immediately serve written notice 22 thereof upon the surety and the Contractor, and the surety shall have the right to take 23 over and perform the contract, provided, however, that if the surety within ten (10) days 24 after the serving upon it of notice of termination does not give the Owner written notice 25 of its intention to take over and perform the contract or does not commence performance 26 thereof within the ten (10) days stated above from the date of the serving of such notice, 27 the Owner may take over the work and prosecute the same to completion by contract or 28 by any other method it may deem advisable for the account and at the expense of the 29 Contractor, and the Contractor and their surety shall be liable to the Owner for any 30 excess cost occasioned the Owner thereby, and in such event the Owner may without 31 liability for so doing, take possession of and utilize in completing the work, such 32 materials, appliances, plant and other property belonging to the Contractor as may be 33 on the site or the work and necessary therefore. In such case, the Contractor shall not 34 be entitled to receive any further payment until the work is finished. 35 36 If the unpaid balance of the contract price shall exceed the expense of finishing the work, 37 including compensation for additional managerial and administrative services, such 38 excess shall be paid to the Contractor. If such expense shall exceed such unpaid 39 balance, the Contractor shall pay the difference to the Owner. The expense incurred by 40 the Owner as herein provided, and damage incurred through the Contractor's default, 41 shall be certified by the Project Manager. 42 43 ARTICLE IX. The Contractor and their subcontractors shall comply with Sections 1770 44 — 1780 of the California Labor Code and the provisions of Sections 2.52 and 2.55 of the 45 General Conditions concerning the payment of wages to all workers and mechanics, 46 and the employment and payment of apprentices by the Contractor or any subcontractor 47 for all work performed under this Agreement. 48 49 ARTICLE X. The Contractor and their subcontractors shall comply with Sections 1810 50 to 1815 of the California Labor Code and the provisions of Section 2.51 of the General 51 Conditions, concerning hours of work and payment of overtime compensation for all 52 work performed under this Agreement. 53 Contract No.: #23-d-05 Agreement JOB ORDER CONTRACTS 23-d-06 00 52 13-4 23-J-07 23i08 1 ARTICLE XI. INDEMNIFICATION: To the fullest extent permitted by law, Contractor 2 agrees to and shall indemnify, save, hold harmless and at County's request, defend 3 County and its officers, agents and employees, and the Project Manager and their 4 respective officers, agents and employees, from any and all costs and expenses, 5 attorney fees and court costs, damages, liabilities, claims and losses occurring or 6 resulting to County, or the Project Manager in connection with the performance, or failure 7 to perform, by Contractor, its officers, agents or employees under this Agreement, and 8 from any and all costs and expenses, attorney fees and court costs, damages, liabilities, 9 claims and losses occurring or resulting to any person, firm or corporation who may be 10 injured or damaged by the performance, or failure to perform, of Contractor, its officers, 11 agents or employees under this Agreement. In addition, Contractor agrees to indemnify 12 County for Federal, State of California and/or local audit exceptions resulting from non- 13 compliance herein on the part of Contractor. 14 15 In any and all claims against the County, the Project Manager, or any of their respective 16 officers, agents or employees, initiated by any employee of the Contractor, any 17 Subcontractor, anyone directly or indirectly employed by any of them or anyone for 18 whose acts any of them may be liable, the indemnification obligation set forth in the 19 immediately preceding paragraph shall not be limited in any way by any limitation on the 20 amount or type of damages, compensation or benefits payable by or for the Contractor 21 or any Subcontractor under workmen's compensation acts, disability benefit acts or other 22 employee benefit acts. 23 24 ARTICLE XII. INSURANCE: Without limiting the Owner's right to obtain indemnification 25 from Contractor or any third parties, Contractor, at its sole expense, in accordance with 26 the provisions of Section 2.40 of the General Conditions, shall maintain in full force and 27 effect the following insurance policies throughout the term of this Agreement, excepting 28 only those policies for which a longer term is specified: 29 30 A. Commercial General Liability Insurance, with scope and amount of coverage 31 as specified in Section 2.40 E.2 of the General Conditions. 32 33 B. Automobile Liability Insurance, with scope and amount of coverage as specified in 34 Section 2.40 E.2 of the General Conditions. 35 36 C. Professional Liability Insurance, with scope and amount of coverage as specified in 37 Section 2.40 E.3 of the General Conditions. 38 39 D. Worker's Compensation Insurance, with scope and amount of coverage as 40 specified in Section 2.40 E. 4 of the General Conditions. 41 42 The Certificate of Insurance shall be issued in triplicate, to the COUNTY OF FRESNO, 43 and all other participating agencies, whether or not said agencies are named herein, 44 who contribute to the cost of the work or have jurisdiction over areas in which the work 45 is to be performed and all officers and employees of said agencies while acting within 46 the course and scope of their duties and responsibilities. 47 Contract No.: #23-d-05 Agreement JOB ORDER CONTRACTS 23-d-06 00 52 13-5 23-J-07 23-0-08 1 ARTICLE XIII. MISCELLANEOUS PROVISIONS: 2 3 1. AUDITS AND INSPECTIONS: The CONTRACTOR shall at any time 4 during business hours, and as often as the OWNER may deem necessary, make 5 available to the OWNER for examination all of its records and data with respect to the 6 matters covered by this Agreement. The CONTRACTOR shall, upon request by the 7 OWNER, permit the OWNER to audit and inspect all of such records and data necessary 8 to ensure CONTRACTOR'S compliance with the terms of this Agreement. 9 If this Agreement exceeds ten thousand dollars ($10,000.00), CONTRACTOR shall be 10 subject to the examination and audit of the Auditor General for a period of three (3) years 11 after final payment under contract (Government Code Section 8546.7). 12 13 2. INDEPENDENT CONTRACTOR. 14 15 In performance of the work, duties, and obligations assumed by 16 CONTRACTOR under this Agreement, it is mutually understood and agreed that 17 CONTRACTOR, including any and all of CONTRACTOR officers, agents, and 18 employees will at all times be acting and performing as an independent 19 contractor, and shall act in an independent capacity and not as an officer, agent, 20 servant, employee, joint venture, partner, or associate of the OWNER. 21 CONTRACTOR and OWNER shall comply with all applicable provisions of law 22 and the rules and regulations, if any, of governmental authorities having 23 jurisdiction over matters of the subject thereof. Because of its status as an 24 independent contractor, CONTRACTOR shall have absolutely no right to 25 employment rights and benefits available to OWNER's employees. 26 CONTRACTOR shall be solely liable and responsible for providing to, or on 27 behalf of, its employees all legally-required employee benefits. In addition, 28 CONTRACTOR shall be solely responsible and save OWNER harmless from all 29 matters related to payment of CONTRACTOR's employees, including 30 compliance with social security, withholding, and all other regulations governing 31 such matters. It is acknowledged that during the term of this Agreement, 32 CONTRACTOR may be providing services to others unrelated to the OWNER or 33 to this Agreement. 34 35 3. DISCLOSURE OF SELF-DEALING TRANSACTIONS 36 37 This provision is only applicable if the CONTRACTOR is operating as a 38 corporation (a for-profit or non-profit corporation) or if during the term of the 39 agreement, the CONTRACTOR changes its status to operate as a corporation. 40 41 Members of the CONTRACTOR's Board of Directors shall disclose any self- 42 dealing transactions that they are a party to while CONTRACTOR is providing 43 goods or performing services under this agreement. A self-dealing transaction 44 shall mean a transaction to which the CONTRACTOR is a party and in which one 45 or more of its directors has a material financial interest. Members of the Board of 46 Directors shall disclose any self-dealing transactions that they are a party to by 47 completing and signing a Self-Dealing Transaction Disclosure Form, attached 48 hereto as Exhibit A and incorporated herein by reference, and submitting it to the Contract No.: #23-J-05 Agreement JOB ORDER CONTRACTS 23-J-06 00 52 13-6 23-J-07 23-J-06 1 OWNER prior to commencing with the self-dealing transaction or immediately 2 thereafter. 3 4 ARTICLE XIV. The Contractor represents that they have secured the payment of 5 Workers Compensation in compliance with the provisions of the Labor Code of the State 6 of California and Paragraphs 13.3, C.3 and EA of Section 2.40 of the General Conditions, 7 and that they will continue so to comply with such statutory and contractual provisions 8 for the duration and entirety of the performance of the work contemplated herein. 9 10 ARTICLE XV. USE OF UNITED STATES FLAG VESSELS: The Contractor agrees: 11 (1) To utilize privately owned United States-flag commercial vessels to ship at least 50 12 percent of the gross tonnage (computed separately for dry bulk carriers, dry cargo liners, 13 and tankers) involved, whenever shipping any equipment. material, or commodities 14 pursuant to this contract, to the extent such vessels are available at fair and reasonable 15 rates for United States-flag commercial vessels. 16 17 "(2) To furnish within 20 days following the date of loading for shipments originating 18 within the United States or within 30 working days following the date of loading for 19 shipments originating outside the United States. a legible copy of a rated, 'on-board' 20 commercial ocean bill-of-lading in English for each shipment of cargo described in 21 paragraph (1) of this section to both the Contracting Officer(through the prime contractor 22 in the case of subcontractor bills-of-lading) and to the Division of National Cargo, Office 23 of Market Development, Maritime Administration, Washington, DC 20590. 24 25 "(3) To insert the substance of the provisions of this clause in all subcontracts issued 26 pursuant to this contract. 27 Contract No.: #23-d-05 Agreement JOB ORDER CONTRACTS 23-d-06 00 52 13-7 23-J-07 23-0-08 1 This Contract, 23-J-QZ, was awarded by the Board of Supervisors on February 6, 2 2024. It has been reviewed by the Department of Public Works and Planning and 3 is in proper order for signature of the Chairman of the Board of Supervisors. 4 5 6 IN WITNESS WHEREOF, they have executed this Agreement this 28t' 7 day of February , 2024 8 9 10 11 12 13 Durham Construction Company, Inc. COUNTY OF FRESNO 14 (CONTRACTOR) (OWNER)15 ^� 16 17 By Chris Durham By 18 Nathan Magsig, Chairman 19 Title President of the Board of Supervisors of the 20 County of Fresno 21 22 ATTEST: 23 Bernice E. Seidel 24 Clerk of the Board of Supervisors 25 County of Fresno, State of 26 California 27 28 FOR ACCOUNTING USE ONLY 29 VARIOUS ORGS. By 30 0001/8830/1000017295 Deputy 31 0001/43601150/10000/7295 32 0001/8852/10000/7295 33 34 END OF SECTION Contract No.:#23-i95 Agreement JOB ORDER CONTRACTS 2-3-d-06 00 52 13-8 23-J-07 23 j-08 Durham Construction Company, Inc . CONTRACT: JOB ORDER CONTRACT 1 2 CONTRACT NO: #23-J-05 23-J-06 23-J-07 23-J-08, Class B 3 4 (This guaranty shall be executed by the successful bidder in accordance with Section 5 2.32 of the General Conditions. The bidder may execute the guaranty on this page at 6 the time of submitting the bid.) 7 8 GUARANTY 9 10 To the Owner: County of Fresno 11 12 13 The undersigned guarantees the construction and installation of the following work 14 included in this project: 15 16 ALL WORK 17 18 Should any of the materials or equipment prove defective or should the work as a 19 whole prove defective, due to faulty workmanship, material furnished or methods of 20 installation, or should the work or any part thereof fail to operate properly as originally 21 intended and in accordance with each individual Work Order Detailed Scope of Work 22 and specifications, due to any of the above causes, all within twelve (12) months after 23 the date on which the Work Order under this contract is accepted by the Owner, the 24 undersigned agrees to reimburse the Owner, upon demand, for its expenses incurred 25 in restoring said work to the condition contemplated in said project, including the cost 26 of any such equipment or materials replaced and the cost of removing and replacing 27 any other work necessary to make such replacement or repairs, or, upon demand by 28 the Owner, to replace any such material and to repair said work completely without 29 cost to the Owner so that said work will function successfully as originally 30 contemplated. 31 32 The Owner shall have the unqualified option to make any needed replacement or 33 repairs itself or to have such replacements or repairs done by the undersigned. In the 34 event the Owner elects to have said work performed by the undersigned, the 35 undersigned agrees that the repairs shall be made and such materials as are 36 necessary shall be furnished and installed within a reasonable time after the receipt 37 of demand from the Owner. If the undersigned shall fail or refuse to comply with his 38 obligations under this guaranty, the Owner shall be entitled to all costs and expenses 39 reasonably incurred by reason of said failure or refusal. 40 41 42 Durham Construction Company, Inc . 43 44 (Company) 45 By: Chris Durham 46 47 President 48 49 (Title) 50 Date: 1.2/14/2023 51 52 END OF SECTION Contract No.: #23-J-05 Guaranty JOB ORDER CONTRACTS 23-J-06 00 65 36-1 23-J-07 23-J-08 1 GENERAL CONDITIONS 2 3 4 2.01 IDENTIFICATION OF CONTRACT 5 6 A. The Agreement shall be signed by the Contractor and the Owner. 7 8 B. The Contract Documents are defined in ARTICLE II of the Agreement. 9 10 C. The Contract Documents form the Contract for Construction ("Contract"). This 11 Contract represents the entire and integrated agreement between the parties 12 hereto and supersedes all prior negotiations, representations or agreements, 13 either written or oral. The Contract may be amended or modified only by a 14 Modification as defined above. The Contract Documents shall not be construed 15 to create any contractual relationship of any kind between the Architect or 16 Engineer of record and the Contractor, but the Architect or Engineer of record 17 shall be entitled to performance of the obligations of the Contractor intended for 18 their benefit and to enforcement thereof. Nothing contained in the Contract 19 Documents shall create any contractual relationship between the Owner and any 20 Subcontractor or Sub-subcontractor. 21 22 23 2.02 EXECUTION, CORRELATION, AND INTENT OF CONTRACT DOCUMENTS 24 25 A. The Contract Documents are complementary and anything called for by one shall 26 be supplied as if called for by all, providing it comes clearly within the scope of the 27 Contract. 28 29 B. In the event of conflicting provisions within the Job Order Contract, the following 30 order of precedence with item "1" representing the highest precedence, for 31 resolution of the conflict shall apply: 32 33 1. Agreement 34 2. Addenda (later takes precedence over earlier) 35 3. Work Orders (including Detailed Scopes of Work and Requests for 36 Proposals) 37 4. Project Manual 38 5. The Construction Task Catalog° 39 6. Technical Specifications 40 41 C. The intent of the Contract Documents is to include all items necessary for the 42 proper execution and completion of the Work. Words and abbreviations that have 43 well-known technical or trade meanings are used in the Contract Documents in 44 accordance with such recognized meanings. 45 46 D. Execution of the Contract by the Contractor is a representation that the Contractor 47 has become familiar with the local conditions under which the Work is to be 48 performed, and has correlated personal observations with the requirements of the 49 Contract Documents. 50 Contract No.: #23-J-05 General Conditions GENERAL BUILDING 23-J-06 00 72 00-1 JOB ORDER CONTRACTS 23-J-07 23-J-08 1 E. All work and material shall be the best of the respective kinds specified or 2 indicated. Should any workmanship or materials be required that are not directly 3 or indirectly called for in the Contract Documents, but which nevertheless are 4 necessary for proper fulfillment of the obvious intent thereof, said workmanship or 5 materials shall be the same for similar parts that are detailed, indicated or 6 specified, and the Contractor shall understand the same to be implied and provide 7 for it in his/her tender as if it were particularly described or delineated. 8 9 10 2.03 OWNERSHIP AND USE OF DOCUMENTS 11 12 All Contract Documents and copies thereof furnished shall remain the property of the 13 Owner. With the exception of one (1) contract set for each party to the Contract, such 14 documents are to be returned by Contractor or suitably accounted for to the Owner on 15 request at the completion of the Work. Submission or distribution to meet official 16 regulatory requirements or for other purposes in connection with the Project is not to be 17 construed as publication in derogation of the Architect's common law copyright or other 18 reserved rights. The Owner's use of the documents will not increase the Architect's design 19 liability beyond the Project and the site for which the design was originally intended. 20 21 22 2.04 DEFINITIONS 23 24 The following words, or variations thereof, as used in these documents have meanings 25 as defined: 26 27 A. The Work - The Work comprises the completed construction required of the 28 Contractor by the Contract Documents, and includes all labor, materials, 29 equipment and services necessary to produce such construction, and all 30 materials, other permits and equipment incorporated or to be incorporated in such 31 construction. 32 33 B. The Project — The collective improvements to be constructed by the Contractor 34 pursuant to a Work Order, or a series of related Work Orders. 35 36 C. Owner- The County of Fresno, State of California, as represented by the Fresno 37 County Board of Supervisors and so named in the Agreement. The term Owner 38 means the Owner or the Owner's authorized representative (also known as the 39 Project Manager) for this project. 40 41 D. Architect of record —The Owner and his/her authorized representative, as 42 defined in Section 2.04C, or a duly California licensed Architect. 43 44 E. Contractor - When used in the General Conditions refers to person(s) or entity 45 (partnership or corporation) so named in Agreement and when used in the body 46 of the Specifications, refers to the Contractor for that specific work, whether it be 47 the General Contractor, Subcontractor, or other Contractor. The term Contractor 48 means the Contractor or the Contractor's authorized representative. 49 50 F. Subcontractor - Person, persons, entity, co-partnership or corporation having 51 direct contract with Contractor to perform any of the Work at the site. The term 52 Subcontractor means a Subcontractor or a Subcontractor's authorized Contract No.: #23-J-05 General Conditions GENERAL BUILDING 23-J-06 00 72 00-2 JOB ORDER CONTRACTS 23-J-07 23-J-08 1 representative. The term Subcontractor does not include any separate contractor 2 or any separate contractor's subcontractors. 3 4 G. Sub-subcontractor—Person, persons, entity, co-partnership or corporation having 5 a direct or indirect contract with a Subcontractor to perform any of the Work at the 6 site (i.e. a second-tier, third-tier or lower-tier Subcontractor). The term Sub- 7 subcontractor means a Sub-subcontractor or an authorized representative 8 thereof. 9 10 H. Adjustment Factor—A competitively bid adjustment to be applied to the unit prices 11 listed in the Construction Task Catalog°. 12 13 I. Construction Task Catalog°-A comprehensive listing of construction related tasks 14 together with a specific unit of measure and a published Unit Price. 15 16 J. Detailed Scope of Work — A document setting forth the work the Contractor is 17 obligated to complete for a particular Work Order. 18 19 K. Work Order — A written order issued by the Owner, such as a Purchase Order, 20 requiring the Contractor to complete the Detailed Scope of Work within the Work 21 Order Completion Time for the Work Order Price. A project may consist of one or 22 more Work Orders. 23 24 L. Work Order Completion Time — The time within which the Contractor must 25 complete the Detailed Scope of Work. 26 27 M. Work Order Price — The amount a Contractor will be paid for completing a Work 28 Order. 29 30 N. Joint Scope Meeting — A site meeting attended by the Owner and Contractor to 31 discuss the work before the Detailed Scope of Work is finalized. 32 33 O. Maximum Contract Value - The maximum value of Work Orders that the 34 Contractor may receive under this Contract. 35 36 P. Minimum Contract Value—The minimum value of Work Orders that the Contractor 37 is guaranteed the opportunity to perform under this Contract. 38 39 Q. Non Pre-priced Task — An item of work required by the Detailed Scope of Work 40 but not included in the Construction Task Catalog°. 41 42 R. Normal Working Hours — Includes the hours from 7:00 a.m. to 5:00 p.m. Monday 43 through Friday, except for Owner holidays. 44 45 S. Notice to Proceed -A written notice issued by the Owner directing the Contractor 46 to proceed with construction activities to complete the Work Order. 47 48 T. Other than Normal Working Hours — Includes the hours of 5:00 p.m. to 7:00 a.m. 49 Monday through Friday and all day Saturday, Sunday, and Owner Holidays. 50 51 U. Pre-priced Task—An item of work included in the Construction Task Catalog°for 52 which a Unit Price is given. Contract No.: #23-J-05 General Conditions GENERAL BUILDING 23-J-06 00 72 00-3 JOB ORDER CONTRACTS 23-J-07 23-J-08 1 2 V. Price Proposal — A price proposal prepared by the Contractor that includes the 3 Pre-priced Tasks, Non Pre-priced Tasks, appropriate quantities and appropriate 4 Adjustment Factors required to complete the Detailed Scope of Work. 5 6 W. Proposal Package — A set of documents including at least: (1) a Price Proposal; 7 (2) a proposed construction schedule; (3) a list of proposed subcontractors; (4) 8 sketches, drawings, or layouts; and (5) technical data or information on proposed 9 materials or equipment. 10 11 X. Request for Proposal —A written request to the Contractor to prepare a Proposal 12 for the Detailed Scope of Work referenced therein. 13 14 Y. Supplemental Work Order - A Work Order issued to add or delete Work from an 15 existing, related Work Order. 16 17 Z. Technical Specifications — Contains the written requirements for materials, 18 equipment, systems, standards and workmanship for the Work, and performance 19 of related services. 20 21 AA. Unit Price - The price published in the Construction Task Catalog° for a specific 22 construction or construction related work task. Unit Prices for new Pre-priced 23 Tasks can be established during the course of the Contract and added to the 24 Construction Task Catalog°. Each Unit Price is comprised of labor, equipment, 25 and material costs to accomplish that specific Pre-priced Task. 26 27 BB. Days- All days shall be measured in calendar days unless specifically noted 28 otherwise in these documents or referenced codes. 29 30 CC. Year- One year shall be measured in terms of 365 calendar days. 31 32 33 2.05 SPECIFICATIONS AND DRAWINGS 34 35 A. Precedence — Anything mentioned in the Specifications and not shown on the 36 Drawings, or shown on the drawings and not mentioned in the specifications, shall 37 be of like effect as if shown or mentioned in both. Subject to Section 2.02, in cases 38 of discrepancy concerning dimension, quantity and location, the Drawings shall 39 take precedence over the Specifications. Explanatory notes on the Drawings shall 40 take precedence over conflicting drawn indications. Large scale details shall take 41 precedence over smaller scale details and figured dimensions shall take 42 precedence over scaled measurement. Where figures are not shown, scale 43 measurements shall be followed but shall in all cases be verified by measuring 44 actual conditions of Work already in place. In cases of discrepancy concerning 45 quality and application of materials and non-technical requirements over 46 materials, the specifications shall take precedence over Drawings. 47 48 B. Division of Specifications - For convenience of reference and to facilitate the 49 letting of independent contracts, this specification may be separated into certain 50 sections; such separation shall not operate to oblige the Owner, Architect or 51 Professional Consultant to establish the limits of any contract between the 52 Contractor and Sub-Contractor each of whom shall depend upon his/her own Contract No.: #23-J-05 General Conditions GENERAL BUILDING 23-J-06 00 72 00-4 JOB ORDER CONTRACTS 23-J-07 23-J-08 1 contract stipulations. The General Conditions apply with equal force to all work, 2 including extra work. 3 4 C. Governing Factors - Dimensions figured on drawings shall be followed in every 5 case in preference to scale of drawings. 6 7 D. Discrepancies - Should the Contractor, at any time, discover a discrepancy in a 8 drawing or specification, or any variation between dimensions on drawings and 9 measurements at site, or any lacking of dimensions or other information, he/she 10 shall report at once to the Project Manager requesting clarification and shall not 11 proceed with the work affected thereby until such clarification has been made. If 12 the Contractor proceeds with work affected by such discrepancies, without having 13 received such clarification, he/she does so at his/her own risk. Any adjustments 14 involving such circumstances made by the Contractor, prior to approval by the 15 Project Manager, shall be at the Contractor's risk and the settlement of any 16 complications or disputes arising therefrom shall be at the Contractor's sole 17 expense and Contractor shall indemnify, hold harmless and defend Owner, 18 Owner's representatives, and Project Manager from any liability or loss with 19 respect to said adjustments. 20 21 E. Scope of Drawings—When drawings are included in the Detailed Scope of Work, 22 the drawings shall be held to determine the general character of the Work as well 23 as its details. Parts not detailed shall be constructed in accordance with best 24 standard practice for work of this class, so as to afford the requisite strength and 25 logically complete the parts they compose. Where it is obvious that a drawing 26 illustrates only a part of a given work or of a number of items, the remainder shall 27 be deemed repetitious and so construed. The Contractor shall be responsible for 28 all errors made in using any drawings which have been superseded. 29 30 F. Shop Drawings, Product Data and Samples — 31 32 1. Shop Drawings are drawings, diagrams, schedules and other data 33 specially prepared for the Work by the Contractor or any Subcontractor, 34 manufacturer, supplier or distributor to illustrate some portion of the Work. 35 Product Data are illustrations, standard schedules, performance charts, 36 instructions, brochures, diagrams and other information furnished by the 37 Contractor to illustrate a material, product or system for some portion of 38 the Work. Samples are physical examples that illustrate materials, 39 equipment or workmanship, and establish standards by which the work 40 will be judged. 41 42 2. The Contractor shall prepare, review, approve and submit to the Project 43 Manager, with reasonable promptness and in such sequence as to cause 44 no delay in the Work or in the work of the Owner or any separate 45 contractor, all Shop Drawings, Product Data and Samples required by the 46 Contract Documents. 47 48 3. By preparing, approving and submitting Shop Drawings, Product Data and 49 Samples, the Contractor represents that the Contractor has determined 50 and verified all materials, field measurements and field construction 51 criteria related thereto, or will do so with reasonable promptness, and has 52 checked and coordinated the information contained within such submittals Contract No.: #23-J-05 General Conditions GENERAL BUILDING 23-J-06 00 72 00-5 JOB ORDER CONTRACTS 23-J-07 23-J-08 1 with the requirements of the Work, the Project, the Work Order and the 2 Contract Documents. 3 4 4. The Contractor shall not be relieved of responsibility for any deviation from 5 the requirements of the Contract Documents by the Architect's review of 6 Shop Drawings, Product Data or Samples, unless the Contractor has 7 specifically informed the Project Manager in writing of such deviation at 8 the time of submission and the Architect has reviewed the specific 9 deviation. The Contractor shall not be relieved from responsibility for 10 errors or omissions in the Shop Drawings, Product Data or Samples by 11 the Architect's review of them. 12 13 5. When professional certification of performance criteria of materials, 14 systems or equipment is required by the Contract Documents, the 15 Architect shall be entitled to rely upon the accuracy and completeness of 16 such calculations and certifications. The cost of such certifications shall be 17 borne by the Contractor. Owner may elect to have an independent 18 certification performed at its own expense. The Owner shall have final 19 approving authority for performance-based items. 20 21 6. The Contractor shall direct specific attention, in writing or on resubmitted 22 Shop drawings, Product Data, or Samples, to revisions other than those 23 requested by the Architect on previous submittals. 24 25 7. No portion of the Work requiring submission of a Shop Drawing, Product 26 Data or Sample shall be commenced until the submittal has been reviewed 27 by the Architect. All such portions of the Work shall be in accordance with 28 reviewed submittals. 29 30 8. Submission of Shop Drawings and Samples to the Project Manager is 31 required for only those items specifically mentioned in the Specification 32 Sections. If Contractor submits Shop Drawings for items other than the 33 above, the Project Manager will not be obligated to distribute or review 34 them. Contractor shall be responsible for the procuring of Shop Drawings 35 for his/her own use as he/she may require for the progress of the Work. 36 37 9. The term "Shop Drawings" as used herein also includes but is not limited 38 to fabrication, erection, layout and setting drawings, manufacturer's 39 standard drawings, descriptive literature, catalogs, brochures, 40 performance and test data, wiring and control diagrams, all other drawings 41 and descriptive data pertaining to materials, equipment, piping, duct and 42 conduit systems, and methods of construction as may be required to show 43 that the materials, equipment or systems and the positions and layout of 44 each conform to the Contract requirements. As used herein the term 45 "manufactured" applies to standard units usually mass-produced, and the 46 term "fabricated" means items specifically assembled or made out 47 of- selected materials to meet individual design requirements. Shop 48 Drawings shall establish the actual detail of all manufactured or fabricated 49 items; indicate proper relation to adjoining work; amplify design details of 50 mechanical and electrical equipment in proper relation to physical spaces 51 in the structure; and incorporate minor changes of design or construction 52 to suit actual conditions. Contract No.: #23-J-05 General Conditions GENERAL BUILDING 23-J-06 00 72 00-6 JOB ORDER CONTRACTS 23-J-07 23-J-08 1 2 10. Drawings: Following Contractor's review and approval, Contractor shall 3 submit to the Project Manager for approval four (4) minimum to six (6) 4 maximum prints and/or pdf submission of the same information via email. 5 (Required delivery methods and quantities of submittals will be determined 6 at the time of the Pre-Construction Meeting). The Project Manager will 7 check the submittal to see if it is complete. If complete, the Project 8 Manager will forward the drawings to the Owner and the Architect. The 9 Architect and Owner will check the drawings and note Architect and Owner 10 comments and affix a stamp to the drawings indicating the status of 11 acceptance, and will return same to the Project Manager, each retaining 12 prints for his/her records. The Architect or his/her consultants, as 13 applicable, will review the Shop Drawings; mark the prints with required 14 revisions; stamp the prints and indicate "No Exceptions Taken", "Make 15 Corrections Noted", "Revise and Resubmit", "Submit Specified Item", or 16 "Rejected", and return the prints. The Project Manager will return the prints 17 to the Contractor. The Contractor shall then print and distribute the 18 appropriate number of copies to his/her job personnel as required. If a 19 drawing is stamped "Rejected" or "Revise and Resubmit", the Contractor 20 shall correct and resubmit as outlined above. When stamped "Make 21 Corrections Noted", or similar instructions, the Contractor shall correct and 22 resubmit for record only, three (3) prints of each drawing. Also see 23 Technical Specifications, Division I, General Requirements. 24 25 11. Samples: Following Contractor's review and approval, Contractor shall 26 submit to the Architect, five (5) minimum samples of all materials in 27 quantities and sizes as specified herein as requested by the Architect. 28 Submittals shall be given to the Architect at a time determined by the 29 Contractor, which allows for any necessary resubmittal and which will not 30 cause any delay in the Work. Samples will be forwarded to the Architect. 31 If a sample is stamped "Rejected" or"Revise and Resubmit", one sample 32 so noted will be returned to the Contractor. The Contractor shall correct 33 and resubmit as outlined above. If a sample is stamped "Make Corrections 34 Noted", one sample so noted will be returned. Corrected samples shall be 35 resubmitted for approval as per the original submittal. Also see Technical 36 Specifications and General Requirements. 37 38 12. Brochures: Following Contractor's review and approval, Contractor shall 39 submit to the Architect, five (5) copies of all manufacturer's catalogs or 40 brochures as required. Brochures will be forwarded to the Architect for 41 review. If a brochure is stamped "No Exception Taken", two (2) copies will 42 be returned to the Contractor. If stamped "Rejected", one marked copy 43 and two (2) unmarked copies will be returned. Corrected copies shall be 44 resubmitted for approval as per the original submittal. Also see General 45 Requirements. 46 47 13. Manufacturer's Instructions: Where any item or work is required by 48 Specifications to be furnished, installed or performed in accordance with a 49 specified product manufacturer's instructions, Contractor shall procure 50 and distribute the necessary copies of such instructions to all concerned 51 parties. 52 Contract No.: #23-J-05 General Conditions GENERAL BUILDING 23-J-06 00 72 00-7 JOB ORDER CONTRACTS 23-J-07 23-J-08 1 G. Materials - All materials, unless otherwise specified, shall be new and of good 2 quality, proof of which shall be furnished by the Contractor; in case of doubt as to 3 kind or quality required, samples shall be submitted to the Architect through the 4 Project Manager who will specify the kind and use of the material appropriate to 5 the location and the function of the item in question. Contractor shall furnish such 6 item accordingly. Before final payment, all material rejected by the Architect or 7 Project Manager shall be promptly removed from the premises by the Contractor, 8 whether or not completely installed, and promptly and properly replaced with 9 correct materials, including any other work adjoining if disturbed, in accordance 10 with the contract and without expense to the Owner; the Contractor also shall pay 11 for work of other Contractors as is affected by such removals and replacements. 12 13 14 2.06 THE ARCHITECT 15 16 A. The Owner may delegate all or a portion of its rights and responsibilities to a 17 licensed Architect as deemed necessary per Work Order. 18 19 B. The Architect advises the Project Manager in all aspects of the construction 20 phase of the Project. The Architect's functions include advice and assistance to 21 the Project Manager in the correct interpretation and application of the Contract 22 Documents. The Architect is not authorized independently to issue Addenda, 23 Clarifications, Field Orders, Work Authorizations, or Supplemental Work Orders, 24 or in any other way to bind the Owner in discussions with the Contractor. 25 26 C. The Contractor shall deliver all correspondence relating to the proper execution 27 of the Work to the Project Manager. The Project Manager reserves the right to 28 consult with the Architect and Owner prior to responding to the Contractor's 29 correspondence. 30 31 D. When discussions between the Contractor and the Project Manager occur either 32 on the site or elsewhere, but the Architect is not present, the Project Manager 33 reserves the right to consult with the Architect and Owner prior to issuing his/her 34 final decision or instruction. 35 36 E. The Architect shall review or take other appropriate action upon the Contractor's 37 submittals such as Shop Drawings, Product Data and Samples, but only for 38 conformance with the design concept of the Work and the information given in 39 the Contract Documents. Such action shall generally be taken within ten (10) 40 working days, however under certain circumstances such as very complex 41 submittals or if large number of submittals are submitted at one (1) time it may 42 take longer. In this case the Contractor will be notified and given the opportunity 43 to advise the Architect of priorities. The Architect's review of a specific item shall 44 not indicate review of an assembly of which the item is a component. 45 46 47 2.07 THE PROJECT MANAGER 48 49 A. The Project Manager is the authorized representative of the Owner in all aspects 50 of administering the construction contract on behalf of the Owner. All 51 communications from and to the Contractor will be channeled through the Project 52 Manager. However, the Project Manager does not have the authority to bind the Contract No.: #23-J-05 General Conditions GENERAL BUILDING 23-J-06 00 72 00-8 JOB ORDER CONTRACTS 23-J-07 23-J-08 1 Owner in matters affecting adjustments to the time or cost of the project as defined 2 in the Agreement for Construction. 3 4 B. The Project Manager will be the Owner's representative during the construction 5 and warranty periods, and until final payment to all contractors is due. The Project 6 Manager will advise and consult with the Owner. All instructions to the Contractor 7 shall be forwarded through the Project Manager. The Project Manager will have 8 authority to act on behalf of the Owner only to the extent provided in the Contract 9 Documents, unless otherwise modified by written instrument. 10 11 C. The Project Manager will be on site during construction to monitor the progress 12 and quality of the Work and to determine in general if the Work is proceeding in 13 accordance with the Contract Documents. On the basis of on-site observations 14 and communication with the Contractor, the Project Manager will keep the Owner 15 informed of the progress of the Work, and will endeavor to guard the Owner 16 against defects and deficiencies in the Work of the Contractor. 17 18 D. The Project Manager shall at all times have access to the Work wherever it is in 19 preparation and progress. The Contractor shall provide facilities for such access 20 so that the Project Manager may perform its functions under the Contract 21 Documents. 22 23 E. Based on the Project Manager's observations, and an evaluation of the 24 Contractor's Application for Payment, the Project Manager will determine the 25 amount owing to the Contractor and will issue to the Owner Certificates for 26 Payment incorporating such amount. 27 28 F. The Project Manager will be the initial interpreter of the requirements of the 29 Contract Documents and the initial judge of the performance hereunder by the 30 Contractor. The Owner will have final authority of all such matters. 31 32 G. The Project Manager will render interpretations necessary for the proper 33 execution or progress of the Work, with reasonable promptness and in 34 accordance with agreed upon time limits. Either party to the Contract may make 35 written request to the Project Manager for such interpretations. 36 37 H. Claims, disputes and other matters in question between the Contractor and the 38 Project Manager relating to the execution or progress of the Work or the 39 interpretation of the Contract Documents shall be referred to the Owner(or his/her 40 designee). 41 42 I. All interpretations and decisions of the Project Manager will be in writing or in 43 graphic form, and shall be both consistent with the intent of the Contract 44 Documents and reasonably inferable therefrom. 45 46 J. The Project Manager will have the authority to reject, or recommend to the Owner 47 the rejection, of any work that does not conform to the Contract Documents. 48 Whenever, in the Project Manager's opinion, it is considered necessary or 49 advisable for the implementation of the intent of the Contract Documents, the 50 Project Manager will have authority to require special inspection or testing of the 51 Work whether or not such work be then fabricated, installed or completed. 52 Contract No.: #23-J-05 General Conditions GENERAL BUILDING 23-J-06 00 72 00-9 JOB ORDER CONTRACTS 23-J-07 23-J-08 1 K. The Project Manager will receive from the Contractor and review all Shop 2 Drawings, Product Data and Samples, and forward same to Architect and Owner 3 for review. 4 5 L. Following consultation with the Owner, the Project Manager will take appropriate 6 action on changes, and will have authority to order minor changes in the Work as 7 provided herein. 8 9 M. The Project Manager will conduct inspections to determine the date of 10 Completion, and will receive and forward to the Owner for the Owner's review 11 written warranties and related documents required by the Contract Documents 12 and assembled by the Contractor. The Project Manager will issue a final Project 13 Certificate for Payment upon compliance with the requirements for completion and 14 final payment. The Project Manager will monitor the warranty for a period of one 15 (1) year from and after the date of acceptance of the Work, unless otherwise 16 specified as a longer term. 17 18 N. The duties, responsibilities and limitations of authority of the Project Manager as 19 the Owner's representatives during construction as set forth in the Contract 20 Documents, will not be modified or extended without written consent of the Owner, 21 the Contractor and the Project Manager, which consent shall not be unreasonably 22 withheld. Failure of the Contractor to respond within ten (10) business days to a 23 written request shall constitute consent by the Contractor. 24 25 O. In case of the termination of the employment of the Project Manager, the Owner 26 may appoint a successor Project Manager, whose status and duties under the 27 Contract Documents shall be the same as those of the former Project Manager. 28 29 30 2.08 OWNER 31 32 A. Information and Services Required of the Owner 33 34 1. Unless otherwise provided in the Contract Documents, the Owner shall 35 secure and pay for necessary approvals, easements, assessments and 36 charges required for the construction, use or occupancy of permanent 37 structures or for permanent changes in existing facilities. 38 39 2. Information or services under the Owner's control shall be furnished by the 40 Owner with reasonable promptness to avoid delay in the orderly progress 41 of the Work. 42 43 3. The Owner shall forward all instructions to the Contractor through the 44 Project Manager. 45 46 B. Owner's Right to Stop the Work 47 48 If the Contractor fails to correct defective work as required by Section 2.42 herein 49 or persistently fails to carry out the Work in accordance with the Contract 50 Documents, the Owner, by a written order signed personally or by an agent 51 specifically so empowered by the Owner in writing, may order the Contractor to 52 stop the Work, or any portion thereof, until the cause for such order has been Contract No.: #23-J-05 General Conditions GENERAL BUILDING 23-J-06 00 72 00-10 JOB ORDER CONTRACTS 23-J-07 23-J-08 1 eliminated; however, this right of the Owner to stop the Work shall not give rise to 2 any duty on the part of the Owner to exercise this right for the benefit of any 3 contractor or any other person or entity, except to the extent required by Section 4 2.12.C. 5 6 C. Owner's Right to Carry Out the Work 7 8 If the Contractor defaults or neglects to carry out the Work in accordance with the 9 Contract Documents, and fails after written notice from the Owner to correct such 10 default or neglect with diligence and promptness, the Owner may, after an 11 additional written notice and without prejudice to any other remedy the Owner may 12 have, make good such deficiencies. In such case an appropriate Supplemental 13 Work Order shall be issued deducting from the payments then or thereafter due 14 the Contractor the cost of correcting such deficiencies, including compensation 15 for the additional services of the Architect or other professionals made necessary 16 by such default, neglect or failure. Such action by the Owner and the amount 17 charged to the Contractor are both subject to the prior approval of the Architect. 18 If the payments then or thereafter due the Contractor are not sufficient to cover 19 such amount, the Contractor shall pay the difference to the Owner, or Owner may 20 require payment by the surety on the performance or warranty bonds as 21 appropriate. Such action shall, in no way, affect the status of either party under 22 contract, nor be held as a basis of any claim by the Contractor for damages or 23 extension of time. 24 25 D. Award of Individual Work Orders 26 27 The Owner may award an individual Work Order to any selected Contractor. 28 Selection of the Contractor and award of the Work Order will be in compliance 29 with established Owner procedures and based on one or more of the following 30 criteria: 31 32 1. Rotational selection among all Contractors, unless otherwise determined 33 by the Owner. 34 35 2. Evaluation of past and current performance on Work Orders of a similar 36 nature and type of work, project size, construction management 37 challenges, schedule performance, design management requirements, 38 etc. 39 40 3. Balancing of work load (Work Order dollar volume and construction 41 backlog) among Contractors. 42 43 4. Management of Work Order dollar volume within bonding limitations of the 44 Contractor. 45 46 5. Price, as it relates to the Owner's independent cost estimate. 47 48 6. Contractor's responsiveness to the Owner on Work Orders. 49 50 7. Other appropriate criteria as deemed in the best interest of the Owner. 51 52 Contract No.: #23-J-05 General Conditions GENERAL BUILDING 23-J-06 00 72 00-11 JOB ORDER CONTRACTS 23-J-07 23-J-08 1 2.09 CONTRACTOR RESPONSIBILITIES 2 3 A. Procedure for Developing a Work Order 4 5 As the need exists, the Owner will notify the Contractor of a Project, schedule a 6 Joint Scope Meeting and issue a Notice of Joint Scope Meeting. The Contractor 7 shall attend the Joint Scope Meeting and discuss, at a minimum: 8 9 1. the general scope of the work; 10 11 2. alternatives for performing the work and value engineering; 12 13 3. access to the site and protocol for admission; 14 15 4. hours of operation; 16 17 5. staging area; 18 19 6. requirements for catalog cuts, technical data, samples and shop drawings; 20 21 7. requirements for professional services, sketches, drawings, and 22 specifications; 23 24 8. construction duration; 25 26 9. liquidated damages; 27 28 10. the presence of hazardous materials; 29 30 11. date on which Proposal is due. 31 32 Upon completion of the joint scoping process, the Owner will prepare a draft 33 Detailed Scope of Work referencing any sketches, drawings, photographs, and 34 specifications required to document accurately the work to be accomplished. The 35 Contractor shall review the Detailed Scope of Work and request any required 36 changes or modifications. When an acceptable Detailed Scope of Work has been 37 prepared, the Owner will issue a Request for Proposal that will require the 38 Contractor to prepare a Work Order Proposal. The Detailed Scope of Work, 39 unless modified by both the Contractor and the Owner, will be the basis on which 40 the Contractor will develop its Work Order Package and the Owner will evaluate 41 the same. The Contractor does not have the right to refuse to perform any task or 42 any work in connection with a particular Project. 43 44 The Owner may, at this option, include quantities in the Detailed Scope of Work if 45 it helps to define the Detailed Scope of Work, if the actual quantities required are 46 not known or cannot be determined at the time the Detailed Scope of Work is 47 prepared, if the Contractor and the Owner cannot agree on the quantities required, 48 or for any other reason as determined by the Owner. In all such cases, the Owner 49 shall issue a Supplemental Job Order adjusting the quantities appearing in the 50 Detailed Scope of Work to the actual quantities. 51 52 B. Preparation of the Price Proposal Contract No.: #23-J-05 General Conditions GENERAL BUILDING 23-J-06 00 72 00-12 JOB ORDER CONTRACTS 23-J-07 23-J-08 1 2 The Contractor will prepare Price Proposals in accordance with the following: 3 4 1. Pre-priced Tasks: A Pre-priced Task is a task described and for which a 5 Unit Price is set forth in the Construction Task Catalog°. For Pre-priced 6 Tasks the Contractor shall identify the task and quantities required from 7 the Construction Task Catalog°. 8 9 2. Non Pre-priced Tasks: Units of work not included in the Construction Task 10 Catalog°, but within the general scope and intent of this Contract, may be 11 negotiated into this Contract as needs arise. Such work requirements 12 shall be incorporated into and made a part of this Contract for the Work 13 Order to which they pertain, and may be incorporated into the Construction 14 Task Catalog° if determined appropriate by the County at the negotiated 15 price. Non Pre-Priced Tasks shall be separately identified and submitted 16 in the Proposal. 17 18 a. The Contractor shall break down any Non Pre-price item if the 19 labor, material or equipment required to accomplish the Non Pre- 20 priced task can be used out of the Construction Task Catalog° at 21 a pre-price rate times the Bidder's appropriate Adjustment Factor. 22 Whether a Work requirement is Pre-priced or Non Pre-priced is a 23 final determination by the County, binding and conclusive on the 24 Contractor. 25 26 b. Information submitted in support of Non Pre-priced work shall 27 include, but not be limited to, the following: Complete 28 specifications and technical data, including work unit content, work 29 unit costs data, schedule requirements; quality control and 30 inspection requirements. Pricing data submitted in support of Non 31 Pre-Priced Tasks shall include a cost or price analysis report, 32 establishing the basis for selecting the approach proposed to 33 accomplish the requirements. Unless otherwise directed by the 34 County, cost data shall be submitted demonstrating that the 35 Contractor solicited and received three bids. The Contractor shall 36 provide an installed unit price (or demolition price if appropriate), 37 which shall include all costs required to accomplish the Non Pre- 38 priced Task. 39 40 C. The final price submitted for Non Pre-priced Tasks shall be 41 according to the following formula: 42 43 Contractor Performed Duties 44 A = The number of hours for each labor classification and hourly 45 rates 46 B = Equipment costs (other than small tools) 47 C = Three independent quotes for all materials 48 Total Cost for self-performed work = (A+B+C) x Normal Hours 49 Adjustment Factor (Only if A & B cannot be priced out of the 50 Construction Task Catalog°) Contract No.: #23-J-05 General Conditions GENERAL BUILDING 23-J-06 00 72 00-13 JOB ORDER CONTRACTS 23-J-07 23-J-08 1 For Work performed by Subcontractors: 2 If the Work is to be subcontracted, the Contractor must submit 3 three independent bids from Subcontractors. If three quotes or 4 bids cannot be obtained, the Contractor will provide the reason in 5 writing for the County's approval as to why three quotes cannot be 6 submitted. 7 D = Subcontractor Costs (supported by three quotes) 8 Total Costs of Non Pre-Priced Task = D x Normal Hours 9 Adjustment Factor 10 d. After a Non Pre-priced Task has been approved by the Owner, the 11 Unit Price for such task will be established, and fixed as a 12 permanent Non Pre-priced Task which will no longer require price 13 justification. 14 15 e. The Owner's determination as to whether an item is a Pre-priced 16 Task or a Non Pre-priced Task shall be final, binding and 17 conclusive as to the Contractor. 18 19 3. Whenever, because of trade jurisdiction rules or small quantities, the cost 20 of a minor task in the Price Proposal is less than the cost of the actual 21 labor and material to perform such task, the Owner may permit the 22 Contractor to be paid for such task as a Non Pre-priced Task, or use Pre- 23 priced labor tasks and material component pricing to cover the actual costs 24 incurred. Provided, however, that there is no other work for that trade on 25 the Project or other work for that trade cannot be scheduled at the same 26 time and the final charge does not exceed $1,000. 27 28 4. Contractor shall make the necessary arrangements for and obtain all 29 filings and permits required for the Work, including the preparation of all 30 drawings, sketches, calculations and other documents and information 31 that may be required therefor. If the Contractor is required to pay an 32 application fee for filing a project, a fee to obtain a building permit, or any 33 other permit fee to the City, State or some other governmental or 34 regulatory agency, then the amount of such fee paid by the Contractor for 35 which a receipt is obtained shall be treated as a Reimbursable Task to be 36 paid without mark-up. The cost of expediting services or equipment use 37 fees are not reimbursable. 38 39 5. Design requirements will be determined by the scope of work defined in 40 each Work Order. If the level of Architect/Engineer services for a Work 41 Order requires stamped plans and specifications for the development of 42 the Detailed Scope of Work, the Owner shall be responsible to prepare 43 them. As needed, the contractor may assist with the development of the 44 scope through one or more joint scope meetings and subsequent review 45 of the prepared documents. All shop drawings, submittals and similar 46 documents required in connection with a particular Work Order are 47 considered to be incidental to the Contract and included in the Contractor's 48 Adjustment Factors. 49 50 6. The Contractor's Price Proposal shall include, at a minimum: Contract No.: #23-J-05 General Conditions GENERAL BUILDING 23-J-06 00 72 00-14 JOB ORDER CONTRACTS 23-J-07 23-J-08 1 2 a. Price Proposal; 3 4 b. Back Up for Non Pre-priced Tasks; 5 6 C. Any other documentation requested by the Owner. 7 8 7. The Contractor's Price Proposal shall be submitted by the date indicated 9 on the Request for Proposal. All incomplete Price Proposals shall be 10 rejected. The time allowed for preparation of the Contractor's Price 11 Proposal will depend on the complexity and urgency of the Work Order but 12 should average between seven (7) and fourteen (14) days. On complex 13 Work Orders, such as Work Orders requiring incidental 14 engineering/architectural drawings and approvals and permits, allowance 15 will be made to provide adequate time for preparation and submittal of the 16 necessary documents. 17 18 8. By submitting a Price Proposal to the Owner, the Contractor agrees to 19 accomplish the Detailed Scope of Work in accordance with the Request 20 for Proposal at the price submitted. It is the Contractor's responsibility to 21 include the necessary tasks and quantities in the Price Proposal and apply 22 the appropriate Adjustment Factor(s) prior to delivering it to the Owner. 23 24 9. If the Contractor requires clarifications or additional information regarding 25 the scope of work in order to prepare the Price Proposal, the request must 26 be submitted so that the submittal of the Price Proposal is not delayed. 27 28 C. Review of the Price Proposal 29 30 1. If the Owner finds the Contractor's Price Proposal unacceptable, the 31 Owner may request the Contractor to re-submit its Price Proposal or 32 cancel the Work Order. After the Owner has reviewed the Price Proposal 33 and an agreement has been reached between the Owner and the 34 Contractor as to the nature of the revisions, if any, the Contractor is not 35 allowed to make any changes to the revised Price Proposal other than the 36 agreed upon changes. Unless otherwise specified by the Owner, if the 37 Contractor is required to resubmit the Price Proposal, the revised Price 38 Proposal is due no later than 48 hours after the changes have been agreed 39 upon. 40 41 2. The Contractor may choose the means and methods of construction; 42 subject however, to the Owner's right to reject any means and methods 43 proposed by the Contractor that: 44 45 a) Will constitute or create a hazard to the work, or to persons or 46 property; or 47 48 b) Will not produce finished Work in accordance with the terms of the 49 Contract; or 50 51 c) Unnecessarily increases the price of the Work Order when 52 alternative means and methods are available; or Contract No.: #23-J-05 General Conditions GENERAL BUILDING 23-J-06 00 72 00-15 JOB ORDER CONTRACTS 23-J-07 23-J-08 1 2 d) Deviates from the Detailed Scope of Work. 3 4 3. Once the Price Proposal is accepted by the Owner (by issuance of a 5 Notice to Proceed through the Gordian System), the Work Order becomes 6 a firm fixed, lump sum contract. Unless specifically stated in the Detailed 7 Scope of Work, no adjustment in the proposed Pre-priced Tasks and Non 8 Pre-priced Tasks or quantities is allowed. Inspection of the Contractor's 9 Work shall be against the Detailed Scope of Work including any Technical 10 Specifications and Drawings, not against the Price Proposal. 11 12 D. Preparation of the Proposal Package: 13 14 1. Time for Submittal: Upon acceptance of the Contractor's Price Proposal, 15 the Contractor will be required to submit the Proposal Package within five 16 (5) working days of said acceptance, unless otherwise specified by the 17 Owner. If the Contractor fails to meet the deadline for submittal of the 18 Proposal Package, the Owner may declare the Contractor in default and 19 initiate termination of the Work Order. 20 21 2. The Proposal Package shall include: 22 23 a. Price Proposal as agreed to 24 25 b. Final back-up for any Non Pre-priced Tasks (if applicable) 26 27 C. Subcontractor List, including: 28 29 i. The name, license number and the location of the place of 30 business of each subcontractor who will perform work or 31 labor or render service to the general contractor in or 32 about the construction of the work or improvement in an 33 amount in excess of one-half(1/2) of one percent (1%) of 34 the general contractor's total proposal amount, and 35 36 ii. The portion of the work which will be done by each 37 subcontractor. 38 39 iii. The attention of bidders is directed to the provisions of 40 Public Contract Code Section 4100 et seq which set forth 41 the consequences and possible penalties which may 42 result from a failure to comply strictly with the foregoing 43 requirements for listing of subcontractors. 44 45 d. Final drawings, calculations, specifications (if applicable) 46 47 e. Final catalog cuts, (if applicable) 48 49 f. Special insurance, (if applicable) 50 51 g. For Special equipment and installations, a copy of the warranty 52 document (if applicable) Contract No.: #23-J-05 General Conditions GENERAL BUILDING 23-J-06 00 72 00-16 JOB ORDER CONTRACTS 23-J-07 23-J-08 1 2 h. Any other documentation required for the Work Order as indicated 3 on the RFP (if applicable) 4 5 3. By submitting a Proposal Package to the Owner, the Contractor is 6 agreeing to accomplish the Work outlined in the Request For Proposal and 7 the Detailed Scope of Work for that particular Work Order. 8 9 E. Review of the Proposal Package and Issuance of the Work Order: 10 11 1. The Owner will evaluate the entire Proposal Package. 12 13 2. The Owner reserves the right to reject a Contractor's Proposal Package 14 based on inadequate documentation, unacceptable subcontractors, or 15 other inconsistencies on the Contractor's part. 16 17 3. The Owner reserves the right to reject a Price Proposal or cancel a Project 18 for any reason. The Owner also reserves the right not to issue a Work 19 Order if it is determined to be in the best interests of the Owner.The Owner 20 may perform such work by other means. The Contractor shall not recover 21 any costs arising out of or related to the development of the Work Order 22 including but not limited to the costs to attend the Joint Scope Meeting, 23 review the Detailed Scope of Work, prepare a Proposal (including 24 incidental architectural and engineering services), subcontractor costs, 25 and the costs to review the Work Order Proposal with the Owner. 26 27 4. Each Work Order provided to the Contractor shall reference the Detailed 28 Scope of Work and set forth the Work Order Price and the Work Order 29 Completion Time. All clauses of this Contract shall be applicable to each 30 Work Order. The Work Order, signed by the Owner and delivered to the 31 Contractor constitutes the Owner's acceptance of the Contractor's 32 Proposal Package. A signed copy of the Work Order will be provided to 33 the Contractor. 34 35 5. In the event that immediate emergency response is necessary, the 36 Contractor shall be required to follow alternative procedures as 37 established by the Owner. The Contractor shall begin work as directed 38 notwithstanding the absence of a fully developed Request for Proposal, 39 Detailed Scope of Work, or Work Order. The Contractor shall be 40 compensated in accordance with the Construction Task Catalog°and Non 41 Pre-priced Tasks as if the work had been ordered under the standard 42 procedures. 43 44 F. Review of Contract Documents and Field Conditions 45 46 1. The Contractor shall carefully study and compare the Contract Documents 47 and shall at once report to the Project Manager any discrepancy or 48 inconsistency that may be discovered. The Contractor shall not be liable 49 to the Owner or the Project Manager for any damage resulting from any 50 such inconsistencies or discrepancies in the Contract Documents unless 51 the Contractor recognized such inconsistencies or discrepancies and 52 knowingly failed to report it to the Project Manager, or the Contractor was Contract No.: #23-J-05 General Conditions GENERAL BUILDING 23-J-06 00 72 00-17 JOB ORDER CONTRACTS 23-J-07 23-J-08 1 responsible for the preparation of the Contract Documents. The 2 Contractor shall perform no portion of the Work at any time unless 3 authorized by the Contract Documents or, where required, approved Shop 4 Drawings, Product Data or Samples for such portion of the Work. 5 6 2. Neither the Owner nor the Project Manager or Architect assume any 7 responsibility for an understanding or representation made by any of their 8 agents or representation prior to the execution of the Agreement unless 9 (1) such understanding or representations are expressly stated in the 10 Agreement, and (2) the Agreement expressly provides that responsibility 11 therefore is assumed by the Owner. 12 13 3. Failure by the Contractor to acquaint himself/herself with all available 14 information will not relieve him/her from responsibility for estimating 15 properly the difficulty or cost of successfully performing the Work. 16 17 4. The Contractor shall take field measurements and verify field conditions 18 and shall carefully compare such field measurements and conditions and 19 other information known to the Contractor with the Contract Documents 20 before commencing activities. Any inconsistencies or discrepancies 21 discovered by the Contractor shall be reported to the Project Manager at 22 once. 23 24 5. Before submitting any Request for Information (RFI), or other contractor 25 initiated request for information, the Contractor shall determine that the 26 information requested is not clearly provided in the Contract Documents. 27 RFI's shall be submitted to the Project Manager only from the Contractor, 28 or Owner, and not from any subcontractor, supplier or other vendor, and 29 shall be on a form approved by the Project Manager. The Contractor shall 30 provide a revised and updated RFI Priority Schedule on a weekly basis. 31 The RFI Priority Schedule shall rank RFI's in order of priority and include 32 a brief statement of reason for priority. Owner initiated RFI's will not be 33 listed on the Contractor's RFI Priority Schedule. The Owner will provide 34 the Architect or Engineer a separate list of Owner initiated RFI's upon 35 request of the Architect or Engineer. The Architect or Engineer will 36 endeavor to respect the order of priorities as requested by the Contractor 37 or Owner for the overall benefit of the Project. The RFI process is for 38 information and clarification only and may not be utilized to obtain approval 39 for changes in Work Order Price or time. Also see Division 01 - General 40 Requirements. 41 42 G. Supervision Procedures 43 44 1. The Contractor shall efficiently supervise and direct the Work, using 45 therein the Contractor's best skill and diligence for which he/she is 46 remunerated in the Work Order Price. He/She shall carefully inspect the 47 site and study and compare the Contract Documents, as ignorance of any 48 phase of any of the features or conditions affecting the Contract will not 49 excuse him/her from carrying out its provisions to its full intent. 50 51 2. The Contractor shall employ a competent superintendent and necessary 52 assistants who shall be in attendance at the project site during the Contract No.: #23-J-05 General Conditions GENERAL BUILDING 23-J-06 00 72 00-18 JOB ORDER CONTRACTS 23-J-07 23-J-08 1 progress of the Work. The superintendent shall represent the Contractor 2 and all communications given to the superintendent shall be as binding as 3 if given to the Contractor. Important communications shall be confirmed in 4 writing. Other communications shall be so confirmed upon written request 5 in each case. The Superintendent who begins the project shall remain on 6 the project until the project is completed, as long as the Contractor 7 employs that person. The Superintendent shall not be replaced without the 8 approval of the Owner. 9 10 3. The Contractor shall be responsible to the Owner for the acts and 11 omissions of his/her employees, subcontractors and their agents and 12 employees, and other persons performing any of the Work under a 13 contract with the Contractor. 14 15 4. The Contractor shall at all times enforce strict discipline and good order 16 among his/her employees and shall not employ on the Work any unfit 17 person or anyone not skilled in the task assigned to him/her. 18 19 5. The Contractor shall not be relieved from his/her obligations to perform 20 the Work in accordance with the Contract Documents either by the 21 activities or duties of the Owner or the Architect or Engineer in his/her 22 administration of the Contract, or by inspections, tests or approvals 23 required or performed by persons other than the Contractor. 24 25 6. Contractor shall alert and inform their employees that State law requires 26 that the identities of inmates/wards/patients/clients be kept confidential. 27 Revealing the identities of inmates/wards/patients/clients is punishable 28 by law. 29 30 H. Construction Procedures 31 32 1. For any work that takes place within secured facilities: All access to the 33 construction site shall be coordinated with the appropriate Fresno County 34 department as identified in the Detailed Scope of Work. Security 35 background checks will be required for any employee that performs work 36 within the secure perimeter of a facility. Security background forms can 37 be obtained from the Project Manager. After the acceptance of the 38 Contractor's Work Order Proposal but prior to the Notice to Proceed and 39 the commencement of work, the forms for all required persons shall be 40 submitted to the appropriate department for review. Vendor badges 41 and/or other forms of identification will then been issued which must be 42 worn at all times while within the secured areas of the site. The costs for 43 the required background checks will be borne by the County. 44 45 2. Means and Methods - The Contractor shall be solely responsible for and 46 control of construction means, methods, techniques, sequences, 47 coordination and procedures for all the Work of this contract. Additionally, 48 he/she shall be responsible for safety precautions and programs in 49 connection with the Work. 50 51 3. The Contractor shall coordinate all work with the Project Manager to 52 minimize any interruptions to the normal operation of any affected Contract No.: #23-J-05 General Conditions GENERAL BUILDING 23-J-06 00 72 00-19 JOB ORDER CONTRACTS 23-J-07 23-J-08 1 facilities; particularly interruptions to air conditioning, electrical services, 2 alarm systems, communications and computer systems. The Contractor 3 shall be responsible for all costs incurred by the Owner on a system as a 4 result of work by the Contractor or damage caused by the Contractor's 5 operations, including costs associated with false fire alarms caused by 6 Contractor's operations. 7 8 4. Laws of County and State - The Contractor must comply with all laws, 9 rules, regulations, provisions and ordinances of the County in which the 10 Work is being done, and all State laws pertaining to the Work. 11 12 5. Safeguards - The Contractor shall provide, in conformity with all local 13 codes and ordinances and as may be required, such temporary walls, 14 fences, guard-rails, barricades, lights, danger signs, enclosures, etc., and 15 shall maintain such safeguards until all work is completed. 16 17 6. Housekeeping - Contractor shall keep the premises free of excess 18 accumulated debris. Clean up as required and as directed by the Project 19 Manager. At completion of work all debris shall be removed from the site. 20 Refer to General Requirements for additional requirements. 21 22 7. Labor and Materials - Unless otherwise provided in the Contract 23 Documents, the Contractor shall provide and pay for all labor, materials, 24 equipment, tools, construction equipment and machinery, water, heat, 25 utilities, transportation, and other facilities and services necessary for the 26 proper execution and completion of the Work, whether temporary or 27 permanent and whether or not incorporated or to be incorporated in the 28 Work. 29 30 8. The Contractor shall deliver to the Project Manager, prior to final 31 acceptance of the Work as a whole, signed certificates from suppliers of 32 materials and manufactured items stating that such items conform to the 33 Contract Documents. 34 35 9. The Contractor, immediately upon Notice to Proceed of each individual 36 Work Order (or where shop drawings, samples, etc., are required, 37 immediately upon receipt of review thereof) shall place orders for all 38 materials, work fabrication, and/or equipment to be employed by him/her 39 in that portion of the Work contracted for. The Contractor shall keep all 40 materials, work fabrications and/or equipment specified and shall advise 41 the Project Manager promptly, in writing, of all orders placed and of such 42 materials, work fabrications and/or equipment which may not be available 43 in a timely manner for the purposes of the Contract. 44 45 10. Any worker whose work is unsatisfactory to the Owner or the Architect or 46 Engineer, or are considered by the Owner or Architect or Engineer to be 47 careless, incompetent, unskilled or otherwise unfit shall be dismissed from 48 work under the Contract upon written request to the Contractor from the 49 Owner or the Architect or Engineer. 50 51 11. Temporary Facilities — Contractor may connect to existing water and 52 electricity available on the site provided it is suitable to the Contractor's Contract No.: #23-J-05 General Conditions GENERAL BUILDING 23-J-06 00 72 00-20 JOB ORDER CONTRACTS 23-J-07 23-J-08 1 requirements. Water and electricity used will be paid by the Owner. 2 Contractor shall bear all expenses for carrying the water or electricity to 3 the appropriate locations and to connect or tap into existing lines. Toilet 4 facilities may be available on a site to the workmen engaged in the 5 performance of this contract. It shall be the responsibility of the Contractor 6 to confirm with the Owner the availability of toilet facilities on the site. The 7 use of such facilities may be revoked in the event of excess janitorial 8 requirements. 9 10 12. Contractor shall not perform any fire hazardous operation adjacent to 11 combustible materials. Any fire hazardous operation shall have proper fire 12 extinguisher close by and the adjacent area shall be policed before 13 stopping work for the day. Contractor shall provide not less than one 14 OSHA/NFPA Class 6-ABC fire extinguisher for each 9,000 square feet of 15 project area or fraction thereof. 16 17 13. Contractor shall erect temporary dust separation partitions and floor mats 18 as necessary to confine dust and debris within area of work. Contractor 19 shall post signs, erect and maintain barriers and warning devices for the 20 protection of the general public and Owner personnel. The Contractor 21 shall provide adequate protection for all parts of the present building and 22 its contents and occupants wherever work under this contract is to be 23 performed. The Contractor shall observe that the health and welfare of 24 occupants of the existing building may be affected by noises and fumes 25 produced by the construction. Insofar as is possible, loud and 26 unnecessary noise is to be avoided and noise producing work should be 27 performed as far away from occupied areas as is consistent with the 28 efficient conduct of the work. 29 30 14. Trenching and Excavation - In accordance with Section 7104 of the 31 California Public Contract Code, the following provisions shall apply to any 32 contract involving digging of trenches or other excavations that extend 33 deeper than four feet below the surface: 34 35 a. The contractor shall promptly, and before the following conditions 36 are disturbed, notify the Owner, in writing, of any: 37 38 i. Material that the contractor believes may be material that is 39 hazardous waste, as defined in Section 25117 of the Health 40 and Safety Code that is required to be removed to a Class 41 I, Class II, or Class III disposal site in accordance with 42 provisions of existing law. 43 44 ii. Subsurface or latent physical conditions at the site differing 45 from those indicated. 46 47 iii. Unknown physical conditions at the site of any unusual 48 nature, different materially from those ordinarily 49 encountered and generally recognized as inherent in work 50 of the character provided for in the contract. 51 Contract No.: #23-J-05 General Conditions GENERAL BUILDING 23-J-06 00 72 00-21 JOB ORDER CONTRACTS 23-J-07 23-J-08 1 b. The Owner shall promptly investigate the conditions, and if it finds 2 that the conditions do materially so differ, or do involve hazardous 3 waste, and cause a decrease or increase in the contractor's cost 4 of, or the time required for, performance of any part of the work, 5 shall issue a Supplemental Work Order in accordance with the 6 provisions of Section 2.09 of the General Conditions. 7 8 C. In the event that a dispute arises between the Owner and the 9 contractor whether the conditions materially differ, or involve 10 hazardous waste, or cause a decrease or increase in the 11 contractor's cost of, or time required for, performance of any part 12 of the work, the contractor shall not be excused from any 13 scheduled completion date provided for by the contract, but shall 14 proceed with all work to be performed under the contract. The 15 contractor shall retain any and all rights provided either by contract 16 or by law which pertain to the resolution of disputes and protests 17 between the contracting parties. 18 19 20 2.10 SUBCONTRACTORS 21 22 A. Agreements - Agreements between the Contractor, Subcontractors, and 23 Subcontractors of lower tier shall be subject to the approval of the Owner, but in 24 no case does such approval relieve the Contractor of any conditions imposed by 25 the Contract Documents. The Contractor shall only use subcontractors included 26 in his/her Work Order Proposal unless first approved by the Owner pursuant to 27 statute. The Contractor shall not use any subcontractor who is ineligible to perform 28 work on a Public Works Project pursuant to section 1777.1 or 1777.7 of the Labor 29 Code. Notwithstanding any other provision of the Contract Documents, 30 subcontractors may be added, deleted or substituted only in accordance with the 31 provisions of Public Contract Code Section 4100 et seq. 32 33 B. Relation with Subcontractor— By an appropriate agreement, written where legally 34 required for enforceability, the Contractor shall bind every Subcontractor and 35 require therein that every Subcontractor agrees to be bound by the terms of the 36 Contract Documents to carry out their provisions insofar as applicable to their 37 work; and the Contractor further agrees to pay to each Subcontractor promptly 38 upon issuance of Certificate of Payment, his/her or their due portion. Said 39 agreement shall preserve and protect the rights of the Owner and the Architect 40 under the Contract Documents with respect to the work to be performed by the 41 Subcontractor so that the subcontracting thereof will not prejudice such rights, and 42 shall allow to the Subcontractor, unless specifically provided otherwise in the 43 Contractor-Subcontractor Agreement, the benefit of all rights, remedies and 44 redress against the Contractor that the Contractor, under the Contract 45 Documents, has against the Owner. Where appropriate, the Contractor shall 46 require each Subcontractor to enter into similar agreements with their Sub- 47 subcontractors. The Contractor shall make available to each proposed 48 Subcontractor, prior to the execution of the Subcontract, copies of the Contract 49 Documents to which the Subcontractor will be bound by this Paragraph and 50 identify to the Subcontractor any terms and conditions of the proposed 51 Subcontract which may be at variance with the Contract Documents. Each 52 Subcontractor shall similarly make copies of Contract Documents available to Contract No.: #23-J-05 General Conditions GENERAL BUILDING 23-J-06 00 72 00-22 JOB ORDER CONTRACTS 23-J-07 23-J-08 1 their Sub-subcontractors. Nothing contained herein shall be deemed to create an 2 agency relationship between the Owner and any Subcontractor or material 3 supplier. 4 5 C. Owner's Relation - Neither the acceptance of the name of Subcontractor nor the 6 suggestion of such name nor any other act of the Owner or Architect nor anything 7 contained in any Contract Document is to be construed as creating any 8 contractual relation between the Owner (or Owner's authorized representatives) 9 and any Subcontractor of any tier nor as creating any contractual relation between 10 the Architect and any Subcontractor of any tier. 11 12 D. All Subcontractors employed by the Contractor shall be appropriately licensed in 13 conformity with the laws of the State of California. 14 15 E. Jurisdictional disputes between Subcontractors or between Contractor and 16 Subcontractor shall not be mediated or decided by the Owner or the Architect. 17 The Contractor shall be responsible for the resolution of all such disputes based 18 upon his/her contractual relationship with his/her Subcontractors. 19 20 21 2.11 OWNER'S RIGHT TO PERFORM WORK AND TO AWARD SEPARATE 22 CONTRACTS 23 24 A. The Owner reserves the right to perform work related to the Project with the 25 Owner's own forces, and to award separate contracts in connection with other 26 portions of the Project or other work on the site under these or similar Conditions 27 of the Contract. If the Contractor claims that the Owner's action results in delay, 28 damage or additional cost attributable thereto, the Contractor shall make such 29 claim as provided elsewhere in the Contract Documents. 30 31 B. When separate contracts are awarded for different portions of the Project or other 32 work on the site, the term Contractor in the Contract Documents in each case 33 shall mean the Contractor who executes each separate Owner-Contractor 34 Agreement. 35 36 C. The Owner shall provide for coordination of the activities of the Owner's own 37 forces and of each separate contractor with the Work of the Contractor, who shall 38 cooperate with them. The Contractor shall participate with other separate 39 contractors and the Owner in reviewing their construction schedules when 40 directed to do so. The Contractor shall make any revisions to the construction 41 schedule deemed necessary after a joint review and mutual agreement. The 42 construction schedules shall then constitute the schedules to be used by the 43 Contractor, separate contractors and the Owner until subsequently revised. 44 45 D. Unless otherwise provided in the Contract Documents, when the Owner performs 46 construction or operations related to the Project with the Owner's own forces, the 47 Owner shall be deemed to be subject to the same obligations and to have the 48 same rights which apply to the Contractor under the Conditions of the Contract. 49 50 51 2.12 MUTUAL RESPONSIBILITY 52 Contract No.: #23-J-05 General Conditions GENERAL BUILDING 23-J-06 00 72 00-23 JOB ORDER CONTRACTS 23-J-07 23-J-08 1 A. The Contractor shall afford the Owner and separate contractors reasonable 2 opportunity for introduction and storage of their materials and equipment and 3 performance of their activities and shall connect and coordinate the Contractor's 4 construction and operations with theirs as required by the Contract Documents. 5 6 B. When any part of the Contractor's Work depends upon proper execution or results 7 of the work of the Owner or any separate contractor, the Contractor shall, prior to 8 proceeding with the Work, promptly report to the Project Manager any apparent 9 discrepancies or defects in such other work that render it unsuitable for such 10 proper execution and results. Failure of the Contractor so to report shall constitute 11 an acceptance of the Owner's or separate contractor's work as fit and proper to 12 receive the Work, except as to defects which may subsequently become apparent 13 in such work by others. 14 15 C. If, following the reporting of any discrepancy or defect as required herein above, 16 the Contractor suffers damage due to disruption or delay caused by the separate 17 contractor, without fault by the Owner, the Contractor's remedy shall be limited to 18 seeking recovery from the separate contractor. 19 20 D. Any costs caused by defective or ill-timed work shall be borne by the Contractor 21 responsible therefor. 22 23 E. Should the Contractor cause damage to the work or property of the Owner, or to 24 other work or property on the site, the Contractor shall promptly remedy such 25 damage as provided herein. 26 27 F. Should the Contractor wrongfully delay or cause damage to the work or property 28 of any separate contractor, the Contractor shall, upon due notice, promptly 29 attempt to settle with such other contractor by agreement, or otherwise to resolve 30 the dispute. If such separate contractor sues the Owner on account of any delay 31 or damage alleged to have been caused by the Contractor, the Owner shall notify 32 the Contractor who shall defend such proceedings, and if any judgment or award 33 against the Owner (or Owner's authorized representatives) arises therefrom, the 34 Contractor shall pay or satisfy such judgment or award in full and shall reimburse 35 the Owner for all costs which the Owner has incurred in connection with such 36 matter. 37 38 39 2.13 OWNER'S RIGHT TO CLEAN UP 40 41 If a dispute arises between the Contractor and separate contractors as to their 42 responsibility for cleaning up as required in the Contract Documents, the Owner may 43 clean up and the contractor responsible shall pay Owner such portions of the cost as the 44 Project Manager shall determine to be just. 45 46 47 2.14 GOVERNING LAW 48 49 The Contract shall be governed by the law of the State of California. 50 51 52 2.15 INSPECTION Contract No.: #23-J-05 General Conditions GENERAL BUILDING 23-J-06 00 72 00-24 JOB ORDER CONTRACTS 23-J-07 23-J-08 1 2 A. All material and workmanship (if not otherwise designated by the Contract 3 Documents) shall be subject to inspection, examination, and test by the Owner 4 and Project Manager at any and all times during manufacture and/or construction 5 and at any and all places where such manufacture and/or construction are carried 6 on. The Owner and Project Manager shall have the right to reject defective 7 material and workmanship or require its correction. 8 9 B. The Contractor shall furnish promptly without additional charge, all reasonable 10 facilities, labor, and materials necessary for the safe and convenient inspection 11 and tests that may be required by the Owner and Project Manager. 12 13 C. Where the Contract Documents, instructions by the Owner, laws, ordinances, or 14 any public authority having jurisdiction requires work to be inspected, tested or 15 approved before work proceeds, such work shall not proceed, nor shall it be 16 concealed prior to inspection. 17 18 D. The Contractor shall give the Project Manager at least two (2) business days 19 advance notice of the readiness for any Contract compliance inspection by the 20 Inspector. The Contractor shall give notice as required by all other inspecting and 21 testing agencies of jurisdiction for Code and regular compliance inspection. In all 22 cases, the Contractor shall schedule inspections so as not to delay the Work. 23 24 E. If the Project Manager determines that any work requires additional special 25 inspection beyond that identified in the specifications, the Project Manager will, 26 upon written authorization from the Owner, instruct the Contractor to order such 27 special inspection, testing or approval, and the Contractor shall give notice as 28 provided above. If such special inspection or testing reveals a failure of the Work 29 to comply with the requirements of the Contract Documents, the Contractor shall 30 bear all costs thereof, including compensation for the Project Manager's additional 31 services, testing or inspections made necessary by such failure; otherwise the 32 Owner shall bear such costs, and an appropriate Supplemental Work Order shall 33 be issued. 34 35 F. Should it be considered necessary or advisable by the Project Manager at any 36 time either before acceptance of the entire Work or after acceptance and within 37 the guaranty period to make an examination of work already completed, by 38 removing or tearing out same, the Contractor shall on request promptly furnish all 39 necessary facilities, labor, and material. If such work is found to be defective in 40 any material respect, due to the fault of the Contractor or his/her Subcontractors, 41 he/she shall defray all the expenses of such examination and of satisfactory 42 reconstruction. If, however, such work is found to meet the requirements of the 43 contract, any compensation deemed appropriate shall be handled by issuance of 44 a Contract Change Order to the Contractor and he/she shall, in addition, if 45 completion of the work has been delayed thereby, be granted a suitable extension 46 of Work Order Time on account of the additional work involved. 47 48 G. Required certificates of inspection, testing or approval shall be secured by the 49 Contractor and the Contractor shall promptly deliver them to the Project Manager 50 for review and evaluation of compliance with the appropriate specifications and 51 standards. 52 Contract No.: #23-J-05 General Conditions GENERAL BUILDING 23-J-06 00 72 00-25 JOB ORDER CONTRACTS 23-J-07 23-J-08 1 H. When the work is completed the Contractor shall notify the Project Manager in 2 writing that the work will be ready for final inspection and test on a definite date 3 which shall be stated in such notice. 4 5 6 2.16 TAXES, PERMITS, FEES, AND INDEMNIFICATION FOR PATENT INFRINGEMENT 7 CLAIM 8 9 A. The Contractor shall pay for and include all Federal, State and local taxes direct 10 or indirect for the work or portions thereof provided by the Contractor which are 11 legally enacted at the time the Notice to Proceed is issued, whether or not yet 12 enacted, and secure and pay all fees and charges for permits and licenses, unless 13 otherwise specified. 14 15 B. Royalty and license fees incidental to the use of any patented material, device or 16 process shall be paid by the Contractor and in the event of a claim of alleged 17 infringement of patent copyright, or Trade Secret rights, the Contractor shall 18 indemnify, save the Owner (and Owner's authorized representatives) free and 19 harmless, and defend, at the Contractor's own expense, any and all suits that may 20 be brought in such connection. 21 22 C. Unless otherwise provided in the Contract Documents, the Owner shall secure 23 and pay for the building permit, permanent utility connection fees, and right-of- 24 way encroachment permit. The Contractor shall secure and pay for temporary 25 construction utilities, and all other permits and governmental fees, licenses and 26 inspections necessary for the proper execution and completion of the Work. 27 28 D. The Contractor shall give all notices and comply with all laws, ordinances, rules, 29 regulations and lawful orders of any public authority bearing on the performance 30 of the Work. 31 32 E. It is not the responsibility of the Contractor to make certain that the Contract 33 Documents are in accordance with applicable laws, statutes, building codes and 34 regulations. If the Contractor observes that any of the Contract Documents are 35 at variance therewith in any respect, the Contractor shall promptly notify the 36 Project Manager in writing, and any necessary changes shall be accomplished by 37 appropriate Modification. 38 39 F. If the Contractor performs any work knowing it to be contrary to any laws, 40 ordinances, rules and regulations, without notice to the Project Manager, the 41 Contractor shall assume full responsibility therefore and shall bear all costs 42 attributable thereto. 43 44 G. Any reference in the Contract Documents to codes, standard specifications or 45 manufacturer's instructions shall mean the latest printed edition of each in effect 46 at the Contract date. 47 48 49 2.17 CONTRACTOR'S CONSTRUCTION SCHEDULE 50 51 A. Within seven (7) calendar days after receipt of Notice to Proceed for each 52 individual Work Order, the Contractor shall submit a Construction Schedule in Contract No.: #23-J-05 General Conditions GENERAL BUILDING 23-J-06 00 72 00-26 JOB ORDER CONTRACTS 23-J-07 23-J-08 1 CPM (Critical Path Method) form to the Project Manager for approval. The 2 Construction Schedule shall be sufficiently detailed to accurately depict all the 3 work required by the Contract. CPM Construction Schedule shall reflect shop 4 drawings; submittals due and return dates, fabrication and delivery times, cost 5 loading, crew mix, and equipment loading data. The Contractor shall thereafter 6 adhere to the Construction Schedule, as updated monthly, or as necessary in 7 accordance with the Contract Documents including any scope changes, or 8 changes in the work approved by the Owner during the course of construction. 9 "Slack" or "float" time on the CPM Construction Schedule is neither for the sole 10 benefit of the Owner or Contractor. 11 12 13 B. Within fourteen (14) calendar days after the pre-construction conference, the 14 Contractor shall provide a Submittal and Procurement Schedule indicating time 15 periods for review of Shop Drawings, Data, Samples, and procurement of material 16 and equipment required for the Work. Contractor shall allow time for submittal 17 review in accordance with the General Requirements Section — Construction 18 Progress Documentation. All items that require review by the Project Manager 19 and/or are not readily available from stock and requiring more than thirty-five (35) 20 days lead-time shall be included in the Submittal and Procurement Schedule. 21 Items listed in the Submittal and Procurement Schedule shall also be identified as 22 activities on the CPM Construction Schedule. Contractor shall identify items 23 requiring coordination with work of separate contractors. The working day to 24 calendar date correlation shall be based upon the Contractor's proposed work 25 week with adequate allowance for legal holidays, days lost due to abnormal 26 weather, and any special requirements of the Project. 27 28 C. The Construction Schedule shall be prepared and maintained by the Contractor. 29 30 D. The Owner, Project Manager, Contractor and other Contractor(s) shall jointly 31 review the progress of the work weekly. Should this review, in the opinion of the 32 Project Manager, indicate that the work is behind the schedule established by 33 currently reviewed Construction Schedule, the Contractor shall either (1) provide 34 a plan to the Project Manager indicating the steps the Contractor intends to take 35 in order to recover the time behind schedule and conform to the reviewed 36 Construction Schedule; or (2) submit a revised Construction Schedule for 37 completion of the work, remaining within the Work Order Completion Time, to the 38 Project Manager for review by the next weekly meeting. If the Contractor's 39 recovery or revised schedule requires work to occur during Other Than Normal 40 Working Hours, the Contractor will be responsible for any resulting costs incurred 41 by the Owner, including but not limited to, the costs for construction management, 42 contract administration, inspection, testing and staffing. 43 44 E. The Contractor shall deliver copies of his/her daily job logs to the Project Manager 45 and Owner on a weekly basis or as otherwise agreed to by Owner. At a minimum, 46 the Contractor's daily job log should include the sub-contractors working onsite, 47 number of workers and their trade classification, description of work, visitors, 48 temperature and weather conditions, accidents, delays, and any other important 49 information pertaining to the project that day. The Contractor will schedule and 50 coordinate the Work of all sub-contractors on the Project. The Contractor will 51 keep the Sub-contractors informed of the Construction Schedule to enable the 52 Contractor to plan and perform the Work properly. Contract No.: #23-J-05 General Conditions GENERAL BUILDING 23-J-06 00 72 00-27 JOB ORDER CONTRACTS 23-J-07 23-J-08 1 2 3 2.18 RECORDS, DOCUMENTS AND SAMPLES AT THE SITE 4 5 A. The Contractor shall maintain all records of required Review Agencies, County or 6 State inspections and shall promptly notify the Project Manager of the results of 7 any inspection. Copies of all such records shall be provided to the Owner. 8 9 B. The Contractor shall secure and maintain required certificates of inspection, 10 testing or approval and shall promptly deliver them to the Project Manager. 11 12 C. The Contractor shall maintain at the Project site, on a daily basis, one (1) record 13 copy of all Drawings, Specifications, Addenda, Work Orders and other 14 Modifications, in good order and marked currently to record all changes made 15 during construction, and reviewed Shop Drawings, Product Data and Samples. 16 These shall be available to the Project Manager and the Owner and reviewed 17 weekly, and shall be delivered to the Project Manager for forwarding to the Owner 18 upon completion of the Project. The Contractor shall advise the Project Manager 19 on a current basis of all changes in the Work made during construction. Payment 20 may be withheld from Contractor for failure to maintain current Record 21 Documents. 22 23 24 2.19 USE OF SITE 25 26 A. The Contractor shall confine operations at the site to areas permitted by law, 27 ordinances, permits and the Contract Documents, and shall not unreasonably 28 encumber the site with any materials or equipment. 29 30 B. The Contractor shall coordinate all of the Contractor's operations with, and secure 31 approval from, the Project Manager before using any portion of the site. Also see 32 Technical Specifications, Division I, General Requirements. 33 34 35 2.20 CUTTING AND PATCHING OF WORK 36 37 A. The Contractor shall be responsible for all cutting, fitting or patching that may be 38 required to complete the Work or to make its several parts fit together properly. 39 40 B. The Contractor shall not damage or endanger any portion of the Work or the work 41 of the Owner or any separate contractors by cutting, patching or otherwise altering 42 any work, or by excavation. The Contractor shall not cut or otherwise alter the 43 work of the Owner or any separate contractor except with the written consent of 44 the Owner and of such separate contractor. The Contractor shall not 45 unreasonably withhold from the Owner or any separate contractor consent to 46 cutting or otherwise altering the Work. 47 48 C. The Contractor in all cases shall exercise extreme care in any cutting operations, 49 and perform such operations under adequate supervision by competent 50 mechanics skilled in the applicable trade. Openings shall be neatly cut and shall 51 be kept as small as possible to avoid unnecessary damage. Careless and/or Contract No.: #23-J-05 General Conditions GENERAL BUILDING 23-J-06 00 72 00-28 JOB ORDER CONTRACTS 23-J-07 23-J-08 1 avoidable cutting damage, etc., will not be tolerated, and the Contractor will be 2 held responsible for such avoidable or willful damage. 3 4 D. All replacing, patching and repairing of all materials and surfaces cut or damaged 5 in the execution of the Work shall be performed by experienced mechanics of the 6 several trades involved. All work of such nature shall be done with the applicable 7 materials, in such a manner that all surfaces so replaced, repaired, or patched, 8 will, upon completion of the Work, match the surrounding similar surfaces. 9 10 11 2.21 CLEANING UP 12 13 A. The Contractor shall at all times keep the premises free from accumulation of 14 waste materials or rubbish caused by the Contractor's operations. At the 15 completion of the Work, the Contractor shall remove all the Contractor's waste 16 materials and rubbish from and about the Project as well as all the Contractor's 17 tools, construction equipment, machinery and surplus materials. 18 19 B. If the Contractor fails to clean up at the completion of the Work, the Owner may 20 do so and the cost thereof shall be paid by the Contractor. 21 22 23 2.22 INDEMNIFICATION 24 25 A. To the fullest extent permitted by law, Contractor agrees to and shall indemnify, 26 save, hold harmless and at Owner's request, defend Owner and its officers, 27 agents and employees, and the Architect and Consultants and their respective 28 officers, agents and employees, from any and all costs and expenses, attorney 29 fees and court costs, damages, liabilities, claims and losses occurring or resulting 30 to Owner, the Architect or Consultants in connection with the performance, or 31 failure to perform, by Contractor, its officers, agents or employees under this 32 Agreement, and from any and all costs and expenses, attorney fees and court 33 costs, damages, liabilities, claims and losses occurring or resulting to any person, 34 firm or corporation who may be injured or damaged by the performance, or failure 35 to perform, of Contractor, its officers, agents or employees under this Agreement. 36 In addition, Contractor agrees to indemnify Owner for Federal, State of California 37 and/or local audit exceptions resulting from non-compliance herein on the part of 38 Contractor. 39 40 B. In any and all claims against the Owner, the Architect or Consultants, or any of 41 their respective officers, agents or employees, initiated by any employee of the 42 Contractor, any Subcontractor, anyone directly or indirectly employed by any of 43 them or anyone for whose acts any of them may be liable, the indemnification 44 obligation set forth in the immediately preceding paragraph shall not be limited in 45 any way by any limitation on the amount or type of damages, compensation or 46 benefits payable by or for the Contractor or any Subcontractor under workmen's 47 compensation acts, disability benefit acts or other employee benefit acts. 48 49 1. Independent Contractor: In performance of the work, duties and 50 obligations assumed by Contractor under this Agreement, it is mutually 51 understood and agreed that Contractor, including any and all of the 52 Contractor's officers, agents, and employees will at all times be acting and Contract No.: #23-J-05 General Conditions GENERAL BUILDING 23-J-06 00 72 00-29 JOB ORDER CONTRACTS 23-J-07 23-J-08 1 performing as an independent contractor, and shall act in an independent 2 capacity and not as an officer, agent, servant, employee,joint venturer, 3 partner, or associate of the Owner. Furthermore, Owner shall have no right 4 to control or supervise or direct the manner or method by which Contractor 5 shall perform its work and function. However, Owner shall retain the right to 6 administer this Agreement so as to verify that Contractor is performing its 7 obligations in accordance with the terms and conditions thereof. 8 9 Contractor and Owner shall comply with all applicable provisions of law 10 and the rules and regulations, if any, of governmental authorities having 11 jurisdiction over matters the subject thereof. 12 13 Because of its status as an independent contractor, Contractor shall 14 have absolutely no right to employment rights and benefits available to 15 Owner employees. Contractor shall be solely liable and responsible for 16 providing to, or on behalf of, its employees all legally-required employee 17 benefits. In addition, Contractor shall be solely responsible and save 18 Owner harmless from all matters relating to payment of Contractor's 19 employees, including compliance with Social Security withholding and all 20 other regulations governing such matters. It is acknowledged that during 21 the term of this Agreement, Contractor may be providing services to 22 others unrelated to the Owner or to this Agreement 23 24 2.23 FAIR EMPLOYMENT PRACTICES CLAUSE 25 26 Nondiscrimination: In connection with the performance of Work under the contract, the 27 Contractor agrees (as prescribed in Chapter 6 of Division 3 of Title II of the Government 28 Code of the State of California, commencing at Section 12900 and by Labor Code 29 Section 1735) not to discriminate against any employee or applicant for employment 30 because of race, religious creed, color, national origin, ancestry, physical disability, 31 mental disability, medical condition, marital status or sex. The aforesaid provisions shall 32 include, but not be limited to, the following: employment, upgrading, demotion or 33 transfer, recruitment or recruitment advertising, layoff or termination, rates of pay or 34 other forms of compensation, and selection for training, including apprenticeship. The 35 Contractor agrees to post hereafter in conspicuous places, available for employees and 36 applicants for employment, Notices to be provided by the County, setting forth the 37 provisions of this discrimination clause. The Contractor further agrees to insert the 38 foregoing provisions in all subcontracts hereunder, except subcontracts for standard 39 commercial supplies of raw materials. 40 41 42 2.24 PAYMENT 43 44 A. The Owner shall make one payment for all Work Orders that have a Work Order 45 Completion Time of 45 days or less, or a Work Order Price of$25,000 or less. For 46 all other Work Orders, the Owner may make partial, monthly payments based on 47 a percentage of the work completed. 48 49 B. SCHEDULE OF VALUES 50 51 Before the first Application for Payment, the Contractor shall submit to the Project 52 Manager a Schedule of Values allocated to the various portions of the Work, Contract No.: #23-J-05 General Conditions GENERAL BUILDING 23-J-06 00 72 00-30 JOB ORDER CONTRACTS 23-J-07 23-J-08 1 prepared in such form and supported by such data to substantiate its accuracy as 2 the Project Manager may require. This schedule, unless objected to by the Project 3 Manager, shall be used only as a basis for the Contractor's Applications for 4 Payment. 5 6 C. APPLICATIONS FOR PAYMENT 7 8 The Owner will make progress payments to the Contractor upon completion of 9 portions of the Work, as covered by the Contract Documents, in accordance with 10 established Owner procedures. Before submitting an Application for Payment 11 (Final or Partial) the Contractor shall reach an agreement with the Project 12 Manager(in consultation with the Architect) concerning the percentage complete 13 of the Detailed Scope of Work and the dollar value for which the Application for 14 Payment may be submitted. 15 16 1. On or about the twentieth (20th) of the month in which the work was 17 performed, the Contractor shall submit to the Project Manager an itemized 18 Application for Payment, notarized if required, supported by such data 19 substantiating the Contractor's right to payment as the Owner or the 20 Project Manager may require, including appropriate updates to the 21 Construction Schedule, and reflecting retainage, if any, as provided 22 elsewhere in the Contract Documents. Payment is expressly conditioned 23 upon submission by the Contractor of conditional and unconditional 24 waivers and release of lien rights upon progress payment as the Owner or 25 the Architect may require. Waiver and Release forms must be submitted 26 on forms approved by the Owner. Copies of said forms shall comply with 27 Civil Code Section 8132 through 8138, inclusive. 28 29 2. Unless otherwise provided in the Contract Documents, payments may be 30 made on account of materials or equipment not incorporated in the Work 31 but delivered and suitably stored at the site and, if approved in advance 32 by the Owner, payments may similarly be made for materials or equipment 33 suitably stored at some other location agreed upon in writing. Payments 34 for materials or equipment stored on or off the site shall be conditioned 35 upon submission by the Contractor of bills of sale or such other procedures 36 satisfactory to the Owner to establish the Owner's title to such materials 37 or equipment or otherwise protect the Owner's interest, including 38 applicable insurance and transportation to the site for those materials and 39 equipment stored off the site. 40 41 3. The Contractor warrants that title to all work, materials and equipment 42 covered by an Application for Payment will pass to the Owner either by 43 incorporation in the construction or upon receipt of payment by the 44 Contractor, whichever occurs first, free and clear of all liens, stop notices, 45 claims, security interest or encumbrances, hereinafter referred to as 46 "liens"; and that no work, materials or equipment covered by an 47 Application for Payment will have been acquired by the Contractor, or by 48 any other person performing work at the site or furnishing materials and 49 equipment for the Project, subject to an agreement under which an interest 50 therein or an encumbrance thereon is retained by the seller or otherwise 51 imposed by the Contractor or such other person. 52 Contract No.: #23-J-05 General Conditions GENERAL BUILDING 23-J-06 00 72 00-31 JOB ORDER CONTRACTS 23-J-07 23-J-08 1 4. On or about the twentieth (20th) day of the month following the month in 2 which the work was performed, the Owner shall pay to the Contractor 3 ninety-five percent (95%) of the value of said work in place, as checked 4 and approved by the Project Manager. The balance of five percent (5%) 5 of the estimate shall be retained by the Owner until the time of final 6 acceptance of said work. In lieu of the five percent (5%) retainage, the 7 Contractor may substitute securities as provided herein below. 8 9 a. If the Owner does not pay the Contractor within thirty (30) days 10 after receipt of an undisputed and properly submitted payment 11 request for a progress payment, excluding that portion of the final 12 payment designated by the contract as retention earnings, then the 13 Owner shall pay interest to the Contractor as provided by Public 14 Contract Code Section 20104.50. Said interest penalty is the sole 15 recourse of Contractor and Contractor shall have no right to stop 16 the Work until payment of the amount owing has been received, 17 nor shall the Work Order Completion Time be extended, nor shall 18 the Work Order Price be increased in any way, including by reason 19 of any costs incurred by Contractor, except to the extent of said 20 interest payment. 21 22 b. Pursuant to Public Contract Code Section 7107, in the event of a 23 dispute between the Owner and Contractor, the Owner may 24 withhold from the final payment an amount not to exceed one 25 hundred and fifty percent (150%) of the disputed amount. Except 26 as so provided, the Owner shall release the retention withheld 27 within sixty (60) days after the date of Work Order completion of 28 the work of improvement, as "completion" is defined in Public 29 Contract Code Section 7107. In the event that retention payments 30 are not made within the time periods required by Public Contract 31 Code Section 7107, the Owner may be subject to the interest 32 provisions of Public Contract Code Section 7107. 33 34 5. Security Substitutions and Escrow for Moneys Withheld to Insure 35 Contractor's Performance. Pursuant to Public Contract Code section 36 22300, the Contractor may deposit in an escrow, equivalent securities for 37 any moneys withheld to ensure performance and have said moneys paid 38 directly to Contractor, or, in the alternative, have the Owner deposit such 39 moneys directly into an escrow. Upon the closing of any such escrow, 40 Contractor shall pay to each Subcontractor, not later than twenty(20)days 41 after receipt of the closing payment, the respective amount of interest 42 earned, net of costs attributed to retention withheld from each 43 Subcontractor, on the amount of retention withheld to insure the 44 performance of the Contractor. Any escrow established pursuant to this 45 article shall be with a state or federally chartered bank, shall be at the sole 46 expense of the Contractor, and shall be established using an escrow 47 agreement in substantially the following form: Contract No.: #23-J-05 General Conditions GENERAL BUILDING 23-J-06 00 72 00-32 JOB ORDER CONTRACTS 23-J-07 23-J-08 1 (Begin Escrow Agreement) 2 3 ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION 4 5 This Escrow Agreement is made and entered into by and between the County of Fresno, 6 (hereinafter called "Owner"), 7 (hereinafter called "Contractor"); and 8 a state or federally chartered bank in California, (hereinafter called "Escrow Agent"). 9 10 11 For the consideration hereinafter set forth, the Owner, Contractor, and Escrow Agent agree as 12 follows: 13 14 1. Pursuant to Section 22300 of the Public Contract Code of the State of California, 15 Contractor has the option to deposit securities with Escrow Agent as a substitute for 16 retention earnings required to be withheld by Owner pursuant to the Construction 17 Contract entered into between the Owner and Contractor for 18 in the amount of 19 $ and dated (hereinafter referred to as 20 the "Contract"). Alternatively, on written request of the contractor, the owner shall make 21 payments of the retention earnings directly to the escrow agent. When Contractor 22 deposits the securities as a substitute for Contract earnings, the Escrow Agent shall notify 23 the Owner within ten (10) days of the deposit. The market value of the securities at the 24 time of the substitution, as valued by the Owner, shall be at least equal to the cumulative 25 total cash amount then required to be withheld as retention under the terms of the contract 26 between Owner and Contractor. If the Owner determines that the securities are not 27 adequate it will notify Contractor and Escrow Agent, and Contractor shall deposit 28 additional security as further determined by the Owner. Securities shall be held in the 29 name of the Owner and shall designate the Contractor as the beneficial owner. 30 31 2. Securities eligible for investment under subdivision (c) of the above-referenced Section 32 22300 shall include those listed in Section 16430 of the Government Code, and shall also 33 include bank or savings and loan certificates of deposit, interest-bearing demand deposit 34 accounts, and standby letters of credit. Deposit of any other type of security may be 35 permitted only by mutual agreement of the Contractor and the Owner, evidenced by an 36 amendment to this agreement executed by all of the parties hereto. 37 38 3. Upon the deposit of adequate securities, Owner shall make progress payments to the 39 Contractor for such funds which otherwise would be withheld from progress payments 40 pursuant to the Contract provisions. 41 42 4. When the Owner, at Contractor's written request, makes payment of retentions earned 43 directly to the Escrow Agent, the Escrow Agent shall hold them for the benefit of the 44 Contractor until such time as the escrow created under this contract is terminated. The 45 Contractor may direct the investment of the payments into securities. All terms and 46 conditions of this agreement and the rights and responsibilities of the parties shall be 47 equally applicable and binding when the Owner pays the Escrow Agent directly. 48 49 5. Contractor shall be responsible for paying all fees for the expenses incurred by Escrow 50 Agent in administering the Escrow Account and all expenses of the Owner. The Owner, 51 Contractor and Escrow Agent shall determine these expenses and payment terms. 52 Contract No.: #23-J-05 General Conditions GENERAL BUILDING 23-J-06 00 72 00-33 JOB ORDER CONTRACTS 23-J-07 23-J-08 1 6. The interest earned on the securities or the money market accounts held in escrow and 2 all interest earned on that interest shall be for the sole account of Contractor and shall be 3 subject to withdrawal by Contractor at any time and from time to time without notice to 4 the Owner. 5 6 7. Contractor shall have the right to withdraw all or any part of the principal in the Escrow 7 Account only by written notice to Escrow Agent accompanied by written authorization 8 from Owner to the Escrow Agent that Owner consents to the withdrawal of the amount 9 sought to be withdrawn by Contractor. 10 11 8. The Owner shall have the right to draw upon the securities or any amount paid directly to 12 Escrow Agent in the event of default by the Contractor. Upon seven (7) days written 13 notice to the Escrow Agent from the Owner of the default, the Escrow Agent shall 14 immediately convert the securities to cash and shall distribute the cash, including any 15 amounts paid directly to Escrow Agent, as instructed by the Owner. Escrow Agent shall 16 not be concerned with the validity of any notice of default given by Owner pursuant to this 17 paragraph, and shall promptly comply with Owner's instructions to pay over said 18 escrowed assets. Escrow Agent further agrees not to interplead the escrowed assets in 19 response to conflicting demands and hereby waives any present or future right of 20 interpleader. 21 22 9. Upon receipt of written notification from the Owner certifying that the Contract is final and 23 complete, and that the Contractor has complied with all requirements and procedures 24 applicable to the Contract, Escrow Agent shall release to Contractor all securities and 25 interest on deposit less escrow fees and charges of the Escrow Account. The escrow 26 shall be closed immediately upon disbursement of all moneys and securities on deposit 27 and payment of fees and charges. 28 29 10. Escrow Agent shall rely on the written notifications from the Owner and Contractor 30 pursuant to Sections (6), (7), (8) and (9) of this Agreement and the Owner and Contractor 31 shall hold Escrow Agent harmless from Escrow Agent's release and disbursement of the 32 securities and interest as set forth above. 33 34 11. Securities eligible for investment under this Agreement, as provided by Public Contract 35 Code Section 22300, shall be those listed in Section 16430 of the Government Code, 36 bank or savings and loan certificates of deposit, interest bearing demand deposit 37 accounts, standby letters of credit, or any other security mutually agreed to by the 38 Contractor and Owner. 39 40 12. The venue of any litigation concerning the rights and obligations of the parties to this 41 agreement shall be the County of Fresno and the parties hereto waive the removal 42 provisions of Code of Civil Procedure Section 394. 43 44 13. The names of the persons who are authorized to give written notice or to receive written 45 notice on behalf of the Owner and on behalf of Contractor in connection with the 46 foregoing, and exemplars of their respective signatures are as follows: 47 48 49 50 51 52 On behalf of Owner: On behalf of Contractor: Contract No.: #23-J-05 General Conditions GENERAL BUILDING 23-J-06 00 72 00-34 JOB ORDER CONTRACTS 23-J-07 23-J-08 1 2 Title — Business Manager Title 3 4 Name — Lemuel Asprec Name 5 6 Signature Signature 7 8 Address- 2220 Tulare, 6' Floor Address 9 Fresno, CA 93721 10 11 On behalf of Escrow Agent: 12 13 Title 14 Name 15 Signature 16 Address 17 18 At the time the Escrow Account is opened, the Owner and Contractor shall deliver to the Escrow 19 Agent a fully executed counterpart of this Agreement. 20 21 22 IN WITNESS WHEREOF, the parties have executed this Agreement by their proper 23 officers on the date first set forth above. 24 25 Owner: Contractor: 26 27 Title — Steven White, Director Title 28 Department of Public Works and Planning Name 29 30 Signature Signature 31 32 Address- 2220 Tulare, 6t" Floor Address 33 Fresno, CA 93721 34 35 Escrow Agent: 36 37 Title 38 39 Name 40 41 Signature 42 43 Address 44 45 46 (End Escrow Agreement) 47 48 49 50 51 6. Itemized Breakdown: The Contractor shall submit a financial breakdown 52 of the work, itemized by crafts or sections as designated by the Owner. Contract No.: #23-J-05 General Conditions GENERAL BUILDING 23-J-06 00 72 00-35 JOB ORDER CONTRACTS 23-J-07 23-J-08 1 The Contractor's payment shall be based upon the monthly percentage of 2 completion of these items. 3 4 7. Lien Waivers: The Owner may require the Contractor to submit, along with 5 the progress payment request, notarized lien waivers from each 6 Subcontractor, materials or equipment supplier. Lien waivers shall comply 7 with Civil Code Section 8132, et seq., and the aggregate sum thereof shall 8 reflect all progress payments previously made. 9 10 D. CERTIFICATES FOR PAYMENT 11 12 1. The Project Manager shall, within seven (7) days after the receipt of the 13 Project Application for Payment, review the Project Application for 14 Payment and either issue a Project Certificate for Payment to the Owner 15 for such amounts as the Project Manager determines are properly due, or 16 notify the Contractor in writing of the reasons for withholding a Certificate 17 provided in Part F of this Section 2.24. 18 19 2. The issuance of a Project Certificate for Payment will constitute a 20 representation by the Project Manager to the Owner that, based on the 21 Project Manager's observations at the site as provided herein and the data 22 comprising the Project Application for Payment, the Work has progressed 23 to the point indicated and that, to the best of the Project Manager's 24 knowledge, information and belief, the quality and timeliness of the Work 25 is in accordance with the Contract Documents (subject to an evaluation of 26 the Work for conformance with the Contract Documents upon Completion 27 of the Work, to the results of any subsequent tests required by or 28 performed under the Contract Documents, to minor deviations from the 29 Contract Documents correctable prior to completion, and to any specific 30 qualifications stated in the Certificate); and that based upon all currently 31 available information, the Contractor is entitled to payment in the amount 32 certified. However, by issuing a Project Certificate for Payment, the 33 Project Manager shall not thereby be deemed to represent that the Project 34 Manager has made exhaustive or continuous on-site inspections to check 35 the quality or quantity of the Work, has reviewed the construction means, 36 methods, techniques, sequences or procedures, or has made any 37 examination to ascertain how or for what purpose the Contractor has used 38 the monies previously paid on account of the Work Order Price. 39 40 E. PROGRESS PAYMENTS 41 42 1. After the Project Manager has issued a Project Certificate for Payment, 43 the Owner shall make payment in the manner and within the time provided 44 in the Contract Documents. 45 46 2. The Contractor shall promptly pay each Subcontractor upon receipt of 47 payment from the Owner, out of the amount paid to the Contractor on 48 account of such Subcontractor's Work, the amount to which Subcontractor 49 is entitled, reflecting the percentage actually retained, if any, from 50 payments to the Contract on account of such Subcontractor's Work. The 51 Contractor shall, by an appropriate agreement with each Subcontractor, Contract No.: #23-J-05 General Conditions GENERAL BUILDING 23-J-06 00 72 00-36 JOB ORDER CONTRACTS 23-J-07 23-J-08 1 require each Subcontractor to make payments to their Sub-subcontractors 2 in similar manner. 3 4 3. The Project Manager may on request of any Subcontractor, at the Project 5 Manager's discretion, furnish to that Subcontractor, if practicable, 6 information regarding the percentages of completion or the amounts 7 applied for by the Contractor and the action taken thereon by the Project 8 Manager on account of Work done by such Subcontractor. 9 10 4. Neither the Owner nor the Project Manager shall have any obligation to 11 pay or to see to the payment of any monies to any Subcontractor or 12 Material Suppliers except as may otherwise be required by law. 13 14 5. Neither certification of a progress payment, delivery of a progress 15 payment, nor partial or entire use or occupancy of the Project by the 16 Owner, shall constitute an acceptance of any Work not performed in 17 accordance with the Contract Documents. 18 19 F. PAYMENTS WITHHELD 20 21 1. The Project Manager may decline to certify payment and may withhold the 22 Certificate in whole or in part to the extent necessary to reasonably protect 23 the Owner, if, in the Project Manager's opinion, the Project Manager is 24 unable to make representations to the Owner as provided herein above 25 for Certificates for Payment. If the Project Manager is unable to make 26 representations to the Owner and certify payment in the amount of the 27 Project Application, the Project Manager will notify the Contractor as 28 provided herein. If the Contractor and the Project Manager cannot agree 29 on a revised amount, the Project Manager will promptly issue a Project 30 Certificate for Payment for the amount for which the Project Manager is 31 able to make such representations to the Owner. The Project Manager 32 may also decline to certify payment or, because of subsequently 33 discovered evidence or subsequent observations, the Project Manager 34 may nullify the whole or any part of any Project Certificate for Payment 35 previously issued to such extent as may be necessary, in the Project 36 Manager's opinion, to protect the Owner from loss because of: 37 38 a. Defective Work not remedied; 39 b. Third party claims filed or reasonable evidence indicating probable 40 filing of such claims, including claims by separate contractors; 41 C. Failure of the Contractor to make payments properly to 42 Subcontractors, or for labor, materials or equipment; 43 d. Architect's determination, based upon reasonable evidence, that 44 the Work cannot be completed for the unpaid balance of the 45 Contract Sum; 46 e. Damage to the Owner or another contractor; 47 f. Architect's determination, based upon reasonable evidence, that 48 the Work will not be accomplished in compliance with the Work 49 Order Completion Time; 50 g. Persistent failure to carry out the Work in accordance with the 51 Contract Documents; Contract No.: #23-J-05 General Conditions GENERAL BUILDING 23-J-06 00 72 00-37 JOB ORDER CONTRACTS 23-J-07 23-J-08 1 h. Failure of the Contractor to submit Construction Schedules or 2 Submittal and Procurement Schedules as required; 3 i. Failure of the Contractor to maintain record drawings on a current 4 basis; 5 j. Failure of the Contractor to submit notarized lien waivers from each 6 Subcontractor, materials or equipment supplier; 7 k. Failure of the Contractor to submit certified payroll reports; 8 I. Stop notice served upon the Owner. 9 10 2. A retention in the amount of one-thousand dollars ($1,000)will be withheld 11 from the Contractor's monthly progress payment for each and every 12 required document not submitted in a timely manner by the Contractor or 13 its subcontractors up to a maximum of ten-thousand dollars ($10,000). For 14 purposes of this Paragraph, the term "required document" includes, but is 15 not limited to, certified payrolls, labor compliance documents, 16 Disadvantaged Business Enterprise documents, and any other 17 information or documents required to be submitted by the Contractor or 18 any of its subcontractors under the terms of this Agreement or pursuant to 19 applicable federal, state or local laws or regulations. The retention 20 provided for in this Paragraph shall be in addition to any other deduction 21 or retention allowed under this Agreement, and shall be in addition to any 22 other remedy or consequence provided by law for untimely submission of 23 any required document. Such retention shall remain in effect only until 24 such time as the required documents have been submitted by the 25 Contractor or its subcontractor(s)and have been determined by the Owner 26 to be both complete and acceptable as to form. 27 28 3. When the grounds as noted above are removed, payment shall be made 29 for amounts withheld on the basis thereof. 30 31 G. COMPLETION AND FINAL PAYMENT 32 33 1. Following the Contractor's completion of the Work of each individual Work 34 Order, the Contractor shall forward to the Project Manager a written notice 35 that the Work is ready for final inspection and acceptance, and shall also 36 forward to the Project Manager a final Application for Payment. Upon 37 receipt, the Project Manager will promptly make such inspection. When 38 the Project Manager finds the Work acceptable under the Contract 39 documents and the Contract fully performed, the Project Manager will 40 issue a Project Certificate for Payment which will certify the final payment 41 due the Contractor. This certification will constitute a representation that, 42 to the best of the Project Manager's knowledge, information and belief, 43 and on the basis of observations and inspections, the Work has been 44 completed in accordance with the Terms and Conditions of the Contract 45 Documents and that the entire balance found to be due the Contractor, 46 and noted in said Certificate, is due and payable. The Project Manager's 47 certification of said Project Certificate for Payment will constitute a further 48 representation that the conditions precedent to the Contractor's being 49 entitled to final payment as set forth herein below have been fulfilled. 50 51 2. Neither the final payment on each individual Work Order nor the remaining 52 retainage shall become due until the Contractor submits to the Project Contract No.: #23-J-05 General Conditions GENERAL BUILDING 23-J-06 00 72 00-38 JOB ORDER CONTRACTS 23-J-07 23-J-08 1 Manager(1)an affidavit that all payrolls, bills for materials and equipment, 2 and other indebtedness connected with the Work for which the Owner or 3 the Owner's property might in any way be responsible, have been paid or 4 otherwise satisfied, (2) consent of surety, if any, to final payment, and (3) 5 other data establishing payment or satisfaction of all such obligations, 6 such as receipts, releases and waivers of liens arising out of the Contract, 7 to the extent and in such form as may be designated by the Owner. If any 8 Subcontractor refuses to furnish a release or waiver required by the 9 Owner, the Contractor may furnish a bond satisfactory to the Owner to 10 indemnify the Owner against any such lien. The bond cannot be from the 11 original surety insurer for the project or any affiliate of the original surety. 12 If any such lien remains unsatisfied after all payments are made, the 13 Contractor shall refund to the Owner all monies that the latter may be 14 compelled to pay in discharging such lien. 15 16 3. All provisions of this Agreement, including without limitation those 17 establishing obligations and procedures, shall remain in full force and 18 effect notwithstanding the making or acceptance of final payment, and the 19 making of final payment shall not constitute a waiver of any claims by the 20 Owner. 21 22 4. Upon completion and acceptance of all work whatsoever required on each 23 individual Work Order, and upon the release of all claims against the 24 Owner as specified, the Owner shall file a written Notice of Completion 25 with the County Recorder as to the entire amount of work performed for 26 each individual Project. 27 28 5. Final payment will be released within sixty (60) days after the date of 29 acceptance of the Work as reflected in the Notice of Completion filed with 30 the County Recorder's Office; provided, that Owner may withhold from the 31 final payment, in the event of a dispute between Owner and Contractor, 32 retentions in and amount not exceeding 150 percent of the disputed 33 amount. At the Contractor's option, the Owner may release retention upon 34 receipt of an unconditional lien release for the full value of the Work Order 35 and any of its Supplemental Work Orders. 36 37 6. All manufacturers' warranties required by the Contract Documents shall 38 commence on the date of the Notice of Completion for the Work. It shall 39 be the Contractor's responsibility, through appropriate contractual 40 arrangements with all subcontractors, materialmen and suppliers, to 41 ensure compliance with this requirement. 42 43 7. The acceptance by the Contractor of the final payment, after the date of 44 Notice of Completion of the Project, shall be and shall operate as a release 45 to the Owner of all claims and of all liability to the Contractor, under the 46 Contract Documents or otherwise, for all things done or furnished in 47 connection with this Work, excepting only the Contractor's claims for 48 interest upon final payment, if such final payment be improperly delayed. 49 No payments, however, final or otherwise, shall operate to release the 50 Contractor or his/her sureties from any obligations under the Contract 51 Documents, including but not limited to the Performance and Payment 52 Bonds. Contract No.: #23-J-05 General Conditions GENERAL BUILDING 23-J-06 00 72 00-39 JOB ORDER CONTRACTS 23-J-07 23-J-08 1 2 2.25 CHANGES TO THE WORK 3 4 A. The Owner, without invalidating the Contract or a Work Order, may order changes 5 in the Work within the general scope of the Contract consisting of additions, 6 deletion or other revisions. All such changes in the Work shall be authorized by a 7 Supplemental Work Order, and shall be performed under the applicable 8 conditions of the Contract Documents. 9 10 B. SUPPLEMENTAL Work ORDER: A Work Order issued to add or delete Work 11 from an existing, related Work Order. Only an executed Supplemental Work 12 Order will effectuate change in either the Work Order Price and/or the Work Order 13 Time. 14 15 C. All claims for additional compensation to the Contractor shall be presented in 16 writing before the expense is incurred and will be adjusted as provided herein. No 17 work shall be allowed to lag pending such adjustment, but shall be promptly 18 executed as directed, even if a disputed claim arises. No claim will be considered 19 after the work in question has been done unless a Supplemental Work Order has 20 been issued or a timely written notice of claim has been made by Contractor. 21 22 D. Supplemental Work Orders are developed by the same method as a Work Order 23 as provided under Section 2.09.A, Procedures for Developing a Work Order. 24 25 E. The value of tasks deleted from the Detailed Scope of Work shall be calculated 26 according to the standard procedures for calculating all Pre-priced Tasks and Non 27 Pre-priced Tasks. The result is that a credit for Tasks that have been deleted from 28 the Detailed Scope of Work will be given at 100% of the value at which they were 29 included in the original Price Proposal. 30 31 32 2.26 NOT USED 33 34 35 2.27 SITE CONDITIONS 36 37 A. Where investigations have been conducted by the Owner of existing conditions 38 on a site, including subsurface conditions, such investigations are made for the 39 purpose of design only and for the information of bidders. The results of such 40 investigations represent only the statement by the Owner as to the circumstance 41 and character of materials actually encountered by the Owner during the 42 investigations. The Owner makes no guarantee or warranty, express or implied, 43 that the conditions indicated are representative of conditions existing throughout 44 the site of a Project or any part of it, or that unanticipated conditions might not 45 occur. 46 47 B. All excavation work shall be performed on an "unclassified basis"; that is, such 48 work shall include the removal of all material encountered including earth or rock 49 formations, regardless of the type or hardness thereof, or groundwater conditions 50 in the excavation, the cost of such excavations being included in the Work Order 51 Price. Unclassified excavation Work includes drilling or blasting operations. Contract No.: #23-J-05 General Conditions GENERAL BUILDING 23-J-06 00 72 00-40 JOB ORDER CONTRACTS 23-J-07 23-J-08 1 2 C. If site conditions are discovered that materially differ from previous information 3 that the Contractor has received, and that could not have been discovered by the 4 Contractor through prudent and reasonable investigation prior to developing the 5 Work Order Price Proposal for the work, the Contractor shall be compensated for 6 additional costs incurred in working with the unknown site conditions, but only to 7 the extent that such previously unknown and undiscoverable site conditions cause 8 the Contractor to incur costs in addition to the Work Order price for that portion of 9 the work. The Contractor must be able to demonstrate clearly the original Work 10 Order price for that portion of the work (plus any Supplemental Work Orders 11 applicable to that portion of the work) and the additional costs incurred as a direct 12 result of the unknown site conditions. Only additional costs over and above the 13 amount of the Work Order price for that portion of the work will be compensated 14 upon a recommendation of approval by the Project Manager. 15 16 17 2.28 REQUEST FOR EQUITABLE ADJUSTMENT 18 19 A. If the Contractor considers a Request for Equitable Adjustment is justified for any 20 increase in the Work Order Time, the Contractor shall promptly, upon first 21 observance of the condition giving rise to the request, provide the Project 22 Manager and Owner written notice of such condition and circumstance. This 23 notice shall be given by the Contractor before proceeding to execute the Work, 24 except in emergency endangering life or property, in which case the Contractor 25 shall proceed in accordance with the Emergency provisions of these General 26 Conditions. No such request shall be valid unless so made. A Supplemental Work 27 Order shall be required to authorize any change in the Work Order Time resulting 28 from such request for equitable adjustment. 29 30 B. If the Contractor requests that additional cost or time is involved because of, but 31 not limited to, (1) any written interpretation pursuant to Section 2.07.G, (2) any 32 order by the Owner to stop the Work pursuant to Section 2.08 where the 33 Contractor was not at fault, or any such order by the Project Manager as the 34 Owner's agent, (3) any written order for a minor change in the Work issued 35 pursuant to Section 2.29, the Contractor shall make such request for equitable 36 adjustment as provided in Section 2.28.A. 37 38 39 2.29 MINOR CHANGES IN THE WORK 40 41 The Project Manager will have authority to order minor changes in the Work not involving 42 an adjustment in the Work Order Price or extension of the Work Order Time and not 43 inconsistent with the intent of the Contract Documents. Such changes shall be enacted 44 by written order issued through the Project Manager, and shall be binding on the Owner 45 and the Contractor. The Contractor shall carry out such written orders promptly. 46 47 48 2.30 SUCCESSORS AND ASSIGNS 49 50 The Owner and the Contractor, respectively, bind themselves, their partners, successors, 51 assigns and legal representatives to the other party hereto and to the partners, 52 successors, assigns and legal representatives of such other party with respect to all Contract No.: #23-J-05 General Conditions GENERAL BUILDING 23-J-06 00 72 00-41 JOB ORDER CONTRACTS 23-J-07 23-J-08 1 covenants, agreements and obligations contained in the Contract Documents. Neither 2 party to the Contract shall assign the Contract or sublet it as a whole without the written 3 consent of the other. 4 5 6 2.31 ASSIGNMENT OF MONEYS 7 8 The Contractor shall not assign moneys due or to become due him/her under the contract 9 without the written consent of the Auditor-Controller of Fresno County. Any assignment 10 of moneys shall be subject to all proper set-offs in favor of the County of Fresno and to 11 all deductions provided for in the contract and particularly all money withheld, whether 12 assigned or not, shall be subject to being used by the County of Fresno for the completion 13 of the work in the event that the Contractor should be in default therein. 14 15 16 2.32 GUARANTEE OF WORK 17 18 A. The Contractor warrants to the Owner that all materials and equipment and the 19 work as a whole furnished under this Contract will be new unless otherwise 20 specified, and that all Work will be of good quality, free from faults and defects 21 and in conformance with the Contract Documents, for one (1) year from the date 22 of Notice of Completion of each Project, unless a longer period is otherwise 23 specified. All manufacturer's warranties required by the Contract Documents shall 24 commence on the date of the filing of the Notice of Completion for the Work(which 25 date necessarily will follow the performance under separate contracts. It shall be 26 the Contractor's responsibility, through appropriate contractual arrangements with 27 all subcontractors, material manufacturers and suppliers, to ensure compliance 28 with this requirement. All Work not conforming to these requirements, including 29 substitutions not properly reviewed and authorized, may be considered defective. 30 If required by the Project Manager, the Contractor shall furnish satisfactory 31 evidence as to the kind and quality of materials and equipment. 32 33 B. If repairs or changes are required in connection with guaranteed work within any 34 guaranteed period, which, in the opinion of the Project Manager is rendered 35 necessary as the result of the use of materials, equipment or workmanship which 36 are inferior, defective, or not in accordance with the Contract Documents, the 37 Contractor shall, promptly upon receipt of notice from the Owner, and without 38 expense to the Owner (1) place in satisfactory condition in every particular all of 39 such guaranteed work, correct all defects therein, and (2) make good all damage 40 to the building or site, or equipment or contents thereof, which, in the opinion of 41 the Project Manager, is the result of the use of materials, equipment or 42 workmanship which are inferior, defective, or not in accordance with the Contract 43 Documents; and (3) make good any work or materials, or the equipment and 44 contents of said building or site disturbed in fulfilling any such guarantee. 45 46 C. If the Contractor disturbs any work guaranteed under another contract in fulfilling 47 the requirements of the contract or of any guarantee, embraced in or required 48 thereby, he/she shall restore such disturbed work to a condition satisfactory to the 49 Project Manager and guarantee such restored work to the same extent as it was 50 guaranteed under such other contract. 51 Contract No.: #23-J-05 General Conditions GENERAL BUILDING 23-J-06 00 72 00-42 JOB ORDER CONTRACTS 23-J-07 23-J-08 1 D. The Owner may have the defects corrected if the Contractor, after notice, fails to 2 proceed promptly to comply with the terms of the guarantee and the Contractor 3 and his/her surety shall be liable for all costs and expenses incurred in connection 4 therewith. 5 6 E. All special guarantees applicable to definite parts of the work that may be 7 stipulated in the Contract Documents shall be subject to the terms of this Article 8 2.32 during the first (1st) year (365 Calendar Days) of the life of such special 9 guarantee. 10 11 12 2.33 RESPONSIBILITY FOR DAMAGE 13 14 A. Neither the Owner, the Architect, nor any officer or employee of the County, or 15 officer or employee thereof, within the limits of which the work is being performed, 16 shall be answerable or accountable in any manner, for any loss or damage that 17 may happen to the work or any part thereof; or for any of the materials or other 18 things used or employed in performing the work; or for injury to any person or 19 persons, either workmen or the public, for damage to property from any cause 20 which might have been prevented by the Contractor, or his/her workmen, or 21 anyone employed by him/her, against all of which injuries or damages to persons 22 and property the Contractor having control over such work must properly guard. 23 24 B. The Contractor shall be responsible for any liability imposed by law for any 25 damage to any person or property resulting from defects or obstructions or from 26 any cause whatsoever during the progress of the work or at any time before the 27 issuance of the Notice of Completion. 28 29 C. The Contractor shall indemnify and hold harmless the Owner, the Project 30 Manager, the Architect, and all of their respective officers and employees, from 31 all claims, lawsuits or actions of every kind and nature whatsoever, brought for, or 32 on account of any injuries or damages received or sustained by any person or 33 persons, resulting from any act or admission by the Contractor or his/her servants 34 or agents, in the construction of the work or by or in consequence of any 35 negligence in guarding the same, in improper materials used in its construction, 36 or by or on account of any act or omission of the Contractor or his/her agents in 37 the performance of Contractor's obligations under the Contract Documents. In 38 addition to any remedy authorized by law, so much of the money due the 39 Contractor under and by virtue of the contract as shall be considered necessary 40 by the Owner may be retained by the Owner until disposition has been made of 41 such claims, lawsuits or actions for damages as aforesaid. 42 43 44 45 46 2.34 WRITTEN NOTICE 47 48 Subject to any additional requirements that may be applicable to claims under the 49 immediately following Article 2.35 RESOLUTION OF CONTRACT CLAIMS AND 50 DISPUTES, formal service, when required, of written notice shall be deemed to have 51 been duly served if delivered in person, to the individual or member of the firm or entity Contract No.: #23-J-05 General Conditions GENERAL BUILDING 23-J-06 00 72 00-43 JOB ORDER CONTRACTS 23-J-07 23-J-08 1 or to an officer of the corporation for whom it was intended, or if sent by registered or 2 certified mail to the listed address of that entity for the attention of such individual. 3 4 5 2.35 RESOLUTION OF CONTRACT CLAIMS AND DISPUTES 6 7 A. A Claim is a demand or assertion sent by registered mail or certified mail with 8 return receipt requested by one (1) of the parties seeking, as a matter of right, 9 adjustment or interpretation of Contract terms, payment of money, extension of 10 time, or a request for equitable adjustment or Supplemental Work Order which 11 cannot be resolved per provisions of Section 2.25 - CHANGES TO THE WORK. 12 Any Claim shall be reduced to writing and filed with the Project Manager, within 13 ten (10) calendar days after the Contractor has notice of the condition giving rise 14 to the Claim, and final action per Section 2.25 - CHANGES TO THE WORK 15 procedures has taken place or has been declared as such in writing, by either 16 party. Such ten (10)-day notice of an asserted claim is in addition to the 17 requirement for prompt notice required per Section 2.25 - CHANGES TO THE 18 WORK. 19 20 B. The Contractor shall not claim or recover any overhead cost administrative or 21 otherwise, particularly 'Home Office' expenses, 'Extended site overhead', or any 22 other overhead cost on the basis of any'Home Office'damages formula, 'Eichleay' 23 formula, 'Total Cost' recovery formula or any other such formula. 24 25 C. REQUIREMENTS FOR FILING A CLAIM. Claims shall be submitted to the 26 Project Manager. Claims must be filed within the time specified above, but in no 27 event shall any claim be considered by the Project Manager that is filed later than 28 the date of final payment of the Project. The claim shall be in writing and shall be 29 a sum certain if known. If unknown, Contractor shall specify the basis for 30 establishing the sum certain. Claim shall include a statement of the reasons for 31 the asserted entitlement, and include the documents necessary to substantiate 32 the claim. Such documents may include but are not limited to payroll records, 33 purchase orders, quotations, invoices, estimates, subcontracts, daily logs, 34 supplier contracts, subcontract billings, bid takeoffs, equipment rental invoices, 35 ledgers, journals, daily reports, job diaries, and any documentation related to the 36 requirements of Section 2.25 - CHANGES TO THE WORK. In the case of a 37 continuing delay, only one (1) claim is necessary. If adverse weather conditions 38 are the basis for a claim for additional time, such claim shall be documented by 39 data substantiating that weather conditions were abnormal for the period of time 40 and could not have been reasonably anticipated, and that weather conditions had 41 an adverse effect on the critical activities on the construction schedule. The 42 Contractor shall certify, at the time of submission of a claim, as follows: 43 44 "I, being the 45 (MUST BE AN OFFICER) of 46 (GENERAL CONTRACTOR), 47 declare under penalty of perjury under the laws of the State of California, 48 and do personally certify and attest that: I have thoroughly reviewed the 49 attached claim for additional compensation and/or extension of time, and 50 know its contents, and said claim is made in good faith; The supporting 51 data is truthful and accurate; That the amount requested accurately 52 reflects the contract adjustment for which the Contractor believes the Contract No.: #23-J-05 General Conditions GENERAL BUILDING 23-J-06 00 72 00-44 JOB ORDER CONTRACTS 23-J-07 23-J-08 1 Owner is liable; and, further, that I am familiar with California Penal Code 2 Section 72 and California Government Code Section 12560, et seq, 3 pertaining to false claims, and further know and understand that 4 submission or certification of a false claim may lead to fines, imprisonment 5 and/or other severe legal consequences. 6 7 By: 8 (Contractor's signature) (Date) 9 10 D. Nothing in this Article is intended to extend the time limit or supersede notice 11 requirements otherwise provided by this contract or by applicable law for the filing 12 of claims. Any formal claim shall be processed in accordance with the provisions 13 of Public Contract Code Section 9204 and Section 20104 et. seq., each of which 14 establishes a process for resolution of claims, the provisions of which are 15 consistent with and effectively summarized by the following 16 17 1. The Owner (or his/her designee), shall review the facts pertinent to the 18 claim, obtain additional information deemed necessary for a decision (if 19 any), review recommendations of the Project Manager, coordinate with the 20 contract administrator (if any) and secure assistance from legal and other 21 advisors, and render a written decision on the claim within forty-five (45) 22 days of receipt of the claim. If additional information or documentation is 23 thereafter required, it shall be requested and provided pursuant to this 24 subdivision, upon mutual agreement of the Owner (or his/her designee) 25 and claimant. The Owner's (or his/her designee's)written response to the 26 claim, as supplemented by any additional information and/or 27 documentation provided by claimant, shall be submitted to the claimant 28 within fifteen (15) days after receipt of the further information and/or 29 documentation or within a period of time no greater than that taken by the 30 claimant in producing the additional information, whichever is greater. 31 32 2. If the claimant disputes the written response of Owner (or his/her 33 designee), or Owner fails to respond within the time prescribed, the 34 claimant may so notify the Owner (or his/her designee), in writing, either 35 within fifteen (15) days of receipt of the Owner (or his/her designee's) 36 response or within fifteen (15) days of the Owner (or his/her designee's) 37 failure to respond within the time prescribed, respectively, and demand an 38 informal conference to meet and confer for settlement of the issues in 39 dispute. Upon a demand, the Owner (or his/her designee) shall schedule 40 a meet and confer conference within thirty (30) days for settlement of the 41 dispute. 42 43 3. Within ten (10) business days following conclusion of the meet and confer 44 conference, any unpaid portion of the claim remaining in dispute shall be 45 submitted to nonbinding mediation, as that term is defined by Public 46 Contract Code Section 9204(d((2)(C). 47 48 4. If following the conclusion of the meet and confer conference and 49 mediation process, the claim or any portion thereof remains in dispute, the 50 claimant may file a claim pursuant to Chapter 1 (commencing with Section 51 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 52 3.6 of Title 1 of the Government Code. For purposes of those provisions, Contract No.: #23-J-05 General Conditions GENERAL BUILDING 23-J-06 00 72 00-45 JOB ORDER CONTRACTS 23-J-07 23-J-08 1 the running of the period of time within which a claim must be filed shall 2 be tolled from the time the claimant submits his/her written claim pursuant 3 to subdivision (a) until the time the claim is denied, including any period of 4 time utilized by the meet and confer conference and mediation process as 5 described in the immediately preceding Paragraphs 2 and 3 of this Section 6 D. 7 8 5. In the event of any perceived conflict between the summary of the 9 procedure set forth in this Article and the actual provisions of the Public 10 Contract Code Section 9204 and Section 20104, et seq., the statutory 11 provisions shall control; and in the event of any perceived conflict 12 between the provisions of Section 9204 and Section 20104, et seq., the 13 provisions of Section 9204 shall control. 14 15 E. Procedures for Civil Actions to Resolve Disputed Claims: Non-binding Mediation: 16 Within sixty (60) days, but no earlier than thirty (30) days, following the filing of a 17 responsive pleading, the court shall submit the matter to non-binding mediation 18 unless waived by mutual stipulation by both parties. The mediation process shall 19 provide for the selection within fifteen (15) days by both parties of a disinterested 20 third person as mediation, shall be commenced within thirty (30) days of the 21 submittal, and shall be concluded within fifteen (15)days from the commencement 22 of the mediation unless a time requirement is extended upon a good cause shown 23 to the court. If the parties fail to select a mediator within the 15-day period, any 24 party may petition the court to appoint the mediator. 25 26 Judicial Arbitration: If the matter remains in dispute, the case shall be submitted 27 to judicial arbitration pursuant to Chapter 2.5 (commencing with Section 1141.10) 28 of Title 3 of Part 3 of the Code of Civil Procedure, notwithstanding Section 1141.11 29 of the code. The Civil Discovery Act of 1986 (Article 3 (commencing with Section 30 2016) of Chapter 3 of Title 3 of Part 4 of the Code of Civil Procedure) shall apply 31 to any proceeding brought under this subsection consistent with the rules 32 pertaining to judicial arbitration. Arbitrators shall be experienced in construction 33 law. 34 35 Appeals: As provided by statute (specifically Public Contract Code section 36 20104.4(b)(3) and Code of Civil Procedure section 1141.21), any party appealing 37 an arbitration award who does not obtain a more favorable judgment shall, in 38 addition to payment of costs and fees, also pay the attorneys' fees on appeal of 39 the other party. 40 41 F. CLAIMS AND DISPUTES EXEMPT FROM FILING REQUIREMENTS. The 42 requirements and procedures imposed by this Article do not apply to: 43 44 1. Any claims by the Owner; or 45 46 2. Any claim for or respecting personal injury or death or reimbursement or 47 other compensation arising out of or resulting from liability for personal 48 injury or death; or 49 50 3. Any claim or dispute relating to stop payment requests or stop notices; or 51 Contract No.: #23-J-05 General Conditions GENERAL BUILDING 23-J-06 00 72 00-46 JOB ORDER CONTRACTS 23-J-07 23-J-08 1 4. Any claim or dispute related to the approval, refusal to approve, or 2 substitution of Subcontractors, regardless of tier, and suppliers. 3 4 5 G. PAYMENT OF UNDISPUTED PORTION OF CLAIM. Owner shall pay claimant 6 such portion of a claim that is undisputed except as otherwise provided in the 7 contract. 8 9 H. CONTINUE WORK DURING DISPUTE. In the event of any disputed claim or 10 other dispute between the Owner and the Contractor, the Contractor will not stop 11 work but will prosecute the work diligently to completion in his/her manner directed 12 by the Owner, and the dispute shall be resolved by a court of law after completion 13 of the Work. However, Contractor must submit all disputes in accordance with 14 the provisions of this Section 2.35. 15 16 I. SUIT IN FRESNO COUNTY ONLY. Any litigation arising out of this Contract shall 17 be brought in Fresno County and Contractor hereby waives the removal 18 provisions of California Code of Civil Procedure Section 394. 19 20 21 2.36 PERFORMANCE BOND, LABOR AND MATERIAL PAYMENT BOND AND 22 WARRANTY BOND 23 24 A. The Contractor shall furnish Performance Bond in the amount of one hundred 25 percent (100%) of the Contract Sum, and Payment Bond in the amount of one 26 hundred percent (100%)of the Contract Sum and One Year Warranty Bond in the 27 amount of ten percent (10%) of the Final Contract Sum, which is the cumulative 28 amount that will have been paid to Contractor for all of the Work performed under 29 the Contract once the Project has been completed and the Work has been 30 accepted by the County. 31 32 B. All bonds required, whether Bid bonds, Performance, Payment, Warranty or other 33 bonds, shall be issued by an admitted surety insurer authorized by the California 34 Insurance Commissioner to transact surety insurance in the state. The same 35 admitted surety insurer must issue the Bid Bond, Performance Bond, Payment 36 Bond, and Warranty Bond. The payment, performance and warranty bonds 37 required by these specifications will neither be accepted nor approved by the 38 Owner unless the bonds are underwritten by an admitted surety and the 39 requirements of California Code of Civil Procedure section 995.630 are met. The 40 bonds must include a physical mailing address, phone number, FAX number, and 41 contract person for the admitted surety insurer. The Owner further reserves the 42 right to satisfy itself as to the acceptability of the surety and the form of bond. 43 Upon request of the Owner, the bidder must submit the following documents: 44 45 1. The original, or a certified copy, of the unrevoked appointment, power of 46 attorney, bylaws, or other instrument authorizing the person who executed 47 the bond to do so. 48 49 2. A certified copy of the certificate of authority of the insurer issued by the 50 California Insurance Commissioner. 51 Contract No.: #23-J-05 General Conditions GENERAL BUILDING 23-J-06 00 72 00-47 JOB ORDER CONTRACTS 23-J-07 23-J-08 1 3. A certificate from the county clerk that the certificate of authority has not 2 been surrendered, revoked, canceled, annulled, or suspended, or in the 3 event that it has, that renewed authority has been granted. 4 5 4. A financial statement of the assets and liabilities of the insurer to the end 6 of the quarter calendar year prior to thirty (30) days next preceding the 7 date of the execution of the bond, in the form of an officers' certificate as 8 defined in Corporations Code section 173. 9 10 11 2.37 RIGHTS AND REMEDIES 12 13 A. The duties and obligations imposed by the Contract Documents and the rights 14 and remedies available hereunder shall be in addition to, and not a limitation of, 15 any duties, obligations, rights and remedies otherwise imposed or available by 16 law. 17 18 B. No action or failure to act by the Owner, or by the Project Manager or Architect, 19 regarding any deficiency, breach or default in performance by the Contractor 20 under the Contract Documents, shall be deemed or construed to constitute 21 acquiescence of the Owner in connection therewith or with regard to any 22 subsequent deficiency, breach or default in performance by the Contractor; nor 23 shall any such prior act of failure to act by or on behalf of Owner be deemed or 24 construed as a waiver of any rights in favor of Owner regarding any such 25 deficiency, breach or default in performance by the Contractor, regardless of the 26 similarity to the prior incident or circumstance when no action was taken regarding 27 any alleged deficiency, breach or default in performance by the Contractor. 28 29 30 2.38 TIME, DELAYS AND LIQUIDATED DAMAGES 31 32 A. DEFINITIONS 33 34 1. Unless otherwise provided, the Work Order Completion Time is the period 35 of time allotted in the Contract Documents for completion of the Work of 36 an individual work Order, including authorized adjustments thereto. 37 38 2. The Date of Commencement of the Work is the date established in the 39 Notice to Proceed. 40 41 3. The Date of Completion of the Work is the date of which the work is 42 certified as complete by the Project Manager as specified in the Notice of 43 Completion. 44 45 4. The term "day" as used in the Contract Documents shall mean calendar 46 day unless specifically designated otherwise. 47 48 B. PROGRESS AND COMPLETION 49 50 1. Time is of the essence regarding all time limits stated in the Work Order 51 Notice to Proceed. By executing the Work Order, the Contractor confirms Contract No.: #23-J-05 General Conditions GENERAL BUILDING 23-J-06 00 72 00-48 JOB ORDER CONTRACTS 23-J-07 23-J-08 1 that the Work Order Completion Time is a reasonable period for 2 performing the Work of the individual Work Order. 3 4 2. The Contractor shall begin the Work on the Date of Commencement. The 5 Contractor shall not knowingly, except by agreement or instruction of the 6 Owner in writing, prematurely commence operations on the site or 7 elsewhere prior to the effective date of insurance required herein to be 8 furnished by the Contractor. The Date of Commencement of the Work 9 shall not be changed by the effective date of such insurance. 10 11 3. The Contractor shall carry the Work forward expeditiously with adequate 12 forces and shall achieve Completion of the Work within the Work Order 13 Completion Time. 14 15 C. DELAYS AND EXTENSIONS OF TIME 16 17 1. Delays in prosecution of parts or classes of the Work that are not 18 demonstrated to prevent or delay completion of an entire Project or 19 specific milestones within the Work Order Completion Time are not 20 "unavoidable delays" for purposes of this section. 21 22 2. In all cases, the time authorized for extension of the Work Order 23 Completion Time shall be no greater than the number of days directly 24 attributable to the event or circumstances which causes unavoidable delay 25 in the completion of a Project. Contractor shall be entitled, in the case of 26 unavoidable delays, to an extension in the Work Order Completion Time, 27 but not to any increase to the Work Order Price. "Unavoidable delay" for 28 this purpose shall be defined as follows: 29 30 a. Unavailable Materials. That materials or articles called for in the 31 Contract Documents are not obtainable within the time required for 32 timely completion; provided that such materials or articles were 33 listed by the Contractor in the schedule required by Section 2.17 - 34 CONTRACTOR'S CONSTRUCTION SCHEDULE; that the 35 Contractor demonstrates that the unavailability of the materials is 36 in fact the cause for the delay, and could not have been avoided 37 by an appropriate adjustment in the Construction Schedule; and 38 that the unavailability of such materials is due to circumstances 39 beyond the Contractor's control. If good cause for delay is 40 demonstrated pursuant to this subsection, the Owner, at its sole 41 discretion, may grant a time extension. 42 43 b. Force Maieure. That delays in construction have resulted from 44 circumstances beyond the control of the Contractor and which the 45 Contractor could not have provided against by the exercise of 46 reasonable care, prudence, foresight, and diligence. Unavoidable 47 delays within the meaning of this subparagraph shall be those 48 caused by acts of God, war, insurrection, civil disorder, fire, floods, 49 epidemic, or strikes. 50 51 C. Unseasonable Weather. An extension of Work Order Completion 52 Time may be granted due to weather which is unsuitable for the Contract No.: #23-J-05 General Conditions GENERAL BUILDING 23-J-06 00 72 00-49 JOB ORDER CONTRACTS 23-J-07 23-J-08 1 Work currently in progress, upon the determination of the Owner 2 that the weather conditions in fact caused the delay in completion 3 of a Project and that such weather conditions were not, and could 4 not in the exercise of reasonable diligence, have been foreseen by 5 the Contractor. Seasonable weather that, in the exercise of 6 reasonable foresight and diligence, should be expected in the area 7 at the time of year in question is not cause for an extension of time. 8 9 d. Time Extensions Due to Supplemental Work Orders or Work 10 Authorizations. A time extension may be granted due to additional 11 work that results in a delay in a Project caused by the approval by 12 the Owner of a Supplemental Work Order or Work Authorization. 13 The Contractor shall be entitled to a Work Order Completion Time 14 extension Supplemental Work Order only when the extra Work is 15 demonstrated by the Contractor to have caused a delay in a 16 Project. 17 18 e. Owner Caused Delays. In the event that a Project is delayed by 19 acts of the Owner not authorized by the Contract Documents which 20 the Contractor demonstrates will or have caused an unavoidable 21 delay, the Contractor shall be entitled to a Work Order Completion 22 Time Supplemental Work Order to offset the extra time incurred by 23 the Contractor. The Contractor will not be entitled to adjustments 24 in the Work Order Price. Extra time shall be limited to that which 25 is directly identified as critical by the delay. 26 27 4. The Contractor specifically agrees that a time extension as provided 28 herein is its sole remedy for Owner-caused delays, and agrees to make 29 no claim or demand for additional damages, nor claim an acceleration of 30 the time for performance. 31 32 5. The Contractor shall not be entitled to any Work Order Completion Time 33 extension nor Work Order Price adjustment for alleged Owner delays if the 34 Owner has acted within the time limits specified by the Contract 35 Documents. 36 37 D. NOTICE OF DELAYS 38 39 1. Contractor shall notify the Project Manager promptly whenever the 40 Contractor foresees any event or circumstance that may delay the 41 prosecution of the Work and in Contractor's opinion may provide grounds 42 for an extension, and shall in any event notify the Project Manager 43 immediately upon the occurrence of any such delay. The Contractor shall 44 take immediate steps to prevent, if possible, the occurrence or 45 continuance of the delay. If this cannot be done, the Project Manager shall 46 determine how long the delay shall continue and to what extent the 47 prosecution and completion of the Work are being delayed thereby. Such 48 notification shall specify with detail the cause asserted by the Contractor 49 to constitute grounds for an extension. Failure of the Contractor to submit 50 such a notice within ten (10) days after the initial occurrence of the event- 51 giving rise to the delay shall constitute a waiver by the Contractor of any Contract No.: #23-J-05 General Conditions GENERAL BUILDING 23-J-06 00 72 00-50 JOB ORDER CONTRACTS 23-J-07 23-J-08 1 request for a time extension, and no extension shall be granted as a 2 consequence of such delay. 3 4 2. If the Contractor believes that the delay in prosecution in the Work will 5 result in an unavoidable delay in completion of the entire Project, the 6 Contractor shall submit evidence to support that belief, together with its 7 request for a time extension. Such evidence shall include a demonstration 8 that the delayed portion of the Work will affect the Critical Path Scheduling 9 of the entire Project. The Contractor shall also submit a proposed revised 10 Construction Schedule, which accounts for the delay in completion of the 11 entire Project caused by the delay in prosecution of part of the Project, and 12 includes a revised Critical Path demonstrating how the Project will be 13 completed within the proposed revised Work Order Completion Time. 14 15 E. INVESTIGATION; PROCEDURE. 16 17 1. Upon receipt of a request for Time extension, the Project Manager shall 18 conduct an investigation of the facts asserted by the Contractor to 19 constitute grounds for an extension. The results of this investigation shall 20 be reported by the Project Manager to the Contractor and shall indicate 21 whether he/she will recommend for or against such extension to the 22 Owner. The performance of this investigation by the Project Manager shall 23 not be construed as direction or recommendation to the Contractor 24 regarding scheduling of the work. Scheduling this work is the sole 25 responsibility of the Contractor. 26 27 2. The Project Manager may, in his/her sole discretion, defer this 28 recommendation to allow the accumulation of time extensions due to Work 29 Authorizations into a periodic or final Supplemental Work Order request. 30 31 3. Upon receiving the Project Manager's recommendation to the Owner 32 regarding the Contractor's request for a time extension, the Contractor 33 may either withdraw its application for extension or request that it be 34 scheduled for action by the Owner. If the Owner disallows the request, 35 there shall be no allowance made for the time during which the request 36 was pending, and the Contractor shall remain obligated to complete the 37 Work in the time specified. 38 39 4. If the Owner approves the time extension Supplemental Work Order, the 40 new Construction Schedule submitted by the Contractor and approved by 41 the Owner shall be deemed to amend the original Construction Schedule 42 approved by the Owner; thereafter, the amended Construction Schedule 43 shall have the same force and effect as the originally approved Progress 44 Schedule. 45 46 5. The revised Construction Schedule must be submitted within seven (7) 47 calendar days of the date in which the Owner approves the change. 48 49 6. The Contractor agrees that the Owner's determination as to the existence 50 of grounds for an extension and, the duration of any such extension, shall 51 be final and binding upon both Owner and Contractor. 52 Contract No.: #23-J-05 General Conditions GENERAL BUILDING 23-J-06 00 72 00-51 JOB ORDER CONTRACTS 23-J-07 23-J-08 1 F. DISCRETIONARY TIME EXTENSION FOR BEST INTEREST OF OWNER 2 3 1. The Owner reserves the right to extend the Work Order Completion Time 4 for completion of the Work if the Director of Public Works and Planning or 5 designee determines that such extension is in the best interest of the 6 Owner. 7 8 2. In the event that such discretionary extension is made at the request of 9 the Contractor, the Owner shall have the right to charge to the Contractor 10 all or any part, as the Board may deem proper, of the actual cost to the 11 Owner for engineering, inspection, supervision, contract administration, 12 incidental and other overhead expenses that accrue during period of such 13 extension, and to deduct all or any portion of such amounts from the final 14 payment for the Work Order. 15 16 3. In the event such extension is ordered over the objection of the Contractor, 17 the Contractor shall be entitled to a Supplemental Work Order adjusting 18 the price paid to reflect the actual costs incurred by the Contractor as a 19 direct and proximate result of the delay, upon his/her written application 20 therefor, accompanied by such verification of costs as the Project Manager 21 requires. Only additional direct costs incurred at the site will be 22 reimbursable by Supplemental Work Order. 23 24 G. LIQUIDATED DAMAGES 25 26 1. If the Work is not completed by Contractor in the time specified in the Work 27 Order or within any period of extension authorized pursuant to this Article, 28 the Contractor acknowledges and admits that the Owner will suffer 29 damage, and that it is impracticable and infeasible to fix the amount of 30 actual damages. Therefore, it is agreed by and between the Contractor 31 and the Owner that the Contractor shall pay to the Owner as fixed and 32 liquidated damages, and not as a penalty, the sum specified in Section 33 005213, Agreement, Article III for each calendar day of delay until the 34 Work is completed and accepted, and that both the Contractor and the 35 Contractor's surety shall be liable for the total amount thereof, and that the 36 Owner may deduct said sums from any monies due or that may become 37 due to the Contractor. 38 39 2. This liquidated damages provision shall apply to all delays of any nature 40 whatsoever, save and except only unavoidable delays approved by the 41 Owner pursuant to the provisions of Article 2.38.C.2 hereinabove, or 42 discretionary time extensions approved by the Board of Supervisors 43 pursuant to the provisions of Article 2.38.E hereinabove. 44 45 H. EXTENSION OF TIME NOT A WAIVER. 46 47 1. Any extension of a Work Order Completion Time granted pursuant to this 48 Article shall not constitute a waiver by the Owner, nor a release of the 49 Contractor, from his/her obligations to perform a Work Order within the 50 allotted Work Order Completion Time. 51 Contract No.: #23-J-05 General Conditions GENERAL BUILDING 23-J-06 00 72 00-52 JOB ORDER CONTRACTS 23-J-07 23-J-08 1 2. Granting of a time extension due to one (1) circumstance on one (1) 2 request therefore shall not constitute a granting by the Owner of an 3 extension of time for any other circumstance or the same circumstance 4 occurring at some other time, and shall not be interpreted as a precedent 5 for any other request for extension. 6 7 8 2.39 PROTECTION OF PERSONS AND PROPERTY 9 10 A. SAFETY PRECAUTIONS AND PROGRAMS 11 12 The Contractor shall be responsible for initiating, maintaining and supervising all 13 safety precautions and programs in connection with the Work. 14 15 B. SAFETY OF PERSONS AND PROPERTY 16 17 The Contractor shall take all reasonable precautions for the safety of, and shall 18 provide all reasonable protection to prevent damage, injury or loss to: 19 20 1. All employees on the Work and all other persons who may be affected 21 thereby; 22 23 2. All the work and all materials and equipment to be incorporated therein, 24 whether in storage or off the site, and that is under the care, custody or 25 control of the Contractor or any of the Contractor's Subcontractors or Sub- 26 subcontractors; 27 28 3. Other property at the site or adjacent thereto, including trees, shrubs, 29 lawns, walks, pavements, roadways, structures and utilities not 30 designated for removal, relocation or replacement in the course of 31 construction; and 32 33 4. The work of the Owner or other separate contractors. 34 35 C. The Contractor shall give all notices and comply with all applicable laws, 36 ordinances, rules, regulations and lawful orders of any public authority bearing on 37 the safety of persons or property or their protection from damage, injury or loss. 38 39 D. The Contractor shall erect and maintain, as required by existing conditions and 40 the progress of the Work, all reasonable safeguards for safety and protection, 41 including posting danger signs and other warnings against hazards, promulgating 42 safety regulations and notifying owners and users of adjacent facilities. 43 44 E. When the use or storage of explosives or other hazardous materials or equipment 45 is necessary for the execution of the Work, the Contractor shall exercise the 46 utmost care and shall carry on such activities under the supervision of properly 47 qualified personnel. 48 49 F. The Contractor shall promptly remedy all damage or loss to any property referred 50 to above caused in whole or in part by the Contractor, any Subcontractor, any 51 Sub-subcontractor, anyone directly or indirectly employed by any of them, or any 52 one for whose acts any of them may be liable, and for which the Contractor is Contract No.: #23-J-05 General Conditions GENERAL BUILDING 23-J-06 00 72 00-53 JOB ORDER CONTRACTS 23-J-07 23-J-08 1 responsible under the above noted clauses, except damage or loss attributable 2 solely to the acts or omissions of the Owner, the Project Manager, or anyone 3 directly or indirectly employed by any of them, or by anyone for whose acts any 4 of them may be liable, and not attributable in any degree to the fault or negligence 5 of the Contractor. The foregoing obligations of the Contractor are in addition to 6 the Contractor's obligations under the Indemnification provisions provided herein. 7 8 G. The Contractor shall designate a responsible member of the Contractor's 9 organization at the site whose duty shall be the prevention of accidents. This 10 person shall be the Contractor's superintendent unless otherwise designated by 11 the Contractor in writing to the Owner and the Project Manager. 12 13 H. The Contractor shall not load or permit any part of the Work to be loaded 14 in a manner that could endanger its safety or pose a risk to anyone working at 15 the Project site. 16 17 I. EMERGENCIES 18 In any emergency affecting the safety of persons or property the Contractor shall 19 act, at the Contractor's discretion, to prevent threatened damage, injury or loss. 20 Any additional compensation or extension of time claimed by the Contractor on 21 account of emergency work shall be determined as provided in the provisions 22 herein for Changes in the Work. 23 24 25 2.40 INSURANCE 26 27 A. CONTRACTOR'S INSURANCE 28 29 1. Bidders' attention is directed to the insurance requirements below. It is 30 highly recommended that Bidders confer with their respective insurance 31 carriers or brokers to determine in advance of bid submission the 32 availability of the insurance certificates and endorsements required below. 33 A bidder who is awarded a contract and thereafter fails to comply strictly 34 with the insurance requirements, will be deemed to be in default of its 35 obligations. 36 37 2. Contractor shall procure, and maintain for the duration of the Contract, and 38 for 3 years thereafter, insurance against claims for injuries to persons or 39 damage to property which may arise from or in connection with the 40 performance of the work hereunder by the Contractor, his/her agents, 41 representatives, employees or Subcontractors. The cost of such 42 insurance shall be included in the Contractor's bid. 43 44 3. No later than ten (10) calendar days following the Award of the Contract, 45 and prior to execution of the Agreement for Construction by the Owner, 46 the Contractor shall submit certificates of insurance, signed by an 47 authorized agent of the insurer, attesting to insurance coverage of the 48 Contractor as required by this Article. 49 50 B. MINIMUM SCOPE OF INSURANCE. 51 Contract No.: #23-J-05 General Conditions GENERAL BUILDING 23-J-06 00 72 00-54 JOB ORDER CONTRACTS 23-J-07 23-J-08 1 Coverage shall be at least as broad as: 2 3 1. Insurance Services Office Commercial General Liability coverage 4 ("occurrence" form CG0001). 5 6 2. Insurance Services Office Business Auto Coverage form number CA 0001 7 0187 covering Automobile Liability, code 1 "any auto". 8 9 3. Workers' Compensation insurance as required by the Labor Code of the 10 State of California and Employers Liability insurance. 11 12 13 C. MINIMUM LIMITS OF INSURANCE. 14 15 Contractor shall maintain limits no less than: 16 17 1. General Liability: One million dollars ($1,000,000.00)combined single limit 18 per occurrence for bodily injury, personal injury and property damage. If 19 Commercial General Liability Insurance or other form with a general 20 aggregate limit is used, either the general aggregate limit shall apply 21 separately to this project/location or the general aggregate limit shall be 22 three times the required occurrence limit. 23 24 2. Automobile Liability: One million dollars ($1,000,000.00) combined single 25 limit per accident for bodily injury and property damage. 26 27 3. Workers' Compensation and Employers Liability: Workers' compensation 28 limits as required by the Labor Code of the State of California and 29 Employers Liability limits of one million dollars ($1,000,000.00) per 30 accident. 31 32 D. DEDUCTIBLES AND SELF-INSURED RETENTIONS. 33 34 Any deductibles or self-insured retentions must be declared to and approved by 35 the Owner. If approved at the option of the Owner, either: the insurer shall reduce 36 or eliminate such deductibles or self-insured retentions as respects the Owner, its 37 officers, officials, employees and volunteers; or the Contractor shall procure a 38 bond guaranteeing payment of losses and related investigations, claim 39 administration and defense expense. 40 41 E. OTHER INSURANCE PROVISIONS. 42 43 The policies are to contain, or be endorsed to contain, the following provisions: 44 45 1. Fire Insurance / Builders Risk Insurance. 46 47 a. At the Owner's option, the Contractor shall secure "All Risk" type 48 Builder's Risk Insurance for the Work to be performed pursuant to 49 this Agreement for an individual Work Order. The policy shall cover 50 not less than losses due to fire, explosion, vehicle damage, theft, 51 flood, earthquake and civil commotion with no coinsurance penalty 52 provision. Contract No.: #23-J-05 General Conditions GENERAL BUILDING 23-J-06 00 72 00-55 JOB ORDER CONTRACTS 23-J-07 23-J-08 1 2 b. The Contractor shall obtain and keep in force insurance against 3 loss or damage by fire and the customary extended perils including 4 windstorm, hail, explosion, aircraft, vehicle, smoke, riot, and civil 5 commotion, vandalism, sprinkler leakage (including earthquake) 6 as covered under the standard forms of California Standard Fire 7 Insurance Policy for school projects or Factory Insurance 8 Association and/or Factory Mutual Insurance Company for projects 9 other than schools. The policy shall cover the entire structure on 10 which the work of this contract is to be done, up to the full insurable 11 value thereof, including items of labor and materials connected 12 therewith on the site, materials in place or to be used as part of the 13 permanent construction including materials stored and partially 14 paid for by the Owner as provided in Division 01 — General 15 Requirements, surplus materials, shanties, protective fences, 16 bridges, or temporary structures, miscellaneous materials and 17 supplies incident to the work, and such scaffolding, staging, 18 towers, forms and equipment as are not owned or rented by the 19 Contractor, the cost of which is included in the cost of the work. 20 EXCLUDED: This insurance does not cover any tools owned by 21 mechanics, any tools, equipment, scaffolding, staging, towers, and 22 forms owned or rented by the Contractor, the capital value of which 23 is not included in the cost of the Work, or any structures erected 24 for the Contractor's administration of the Project. The loss, if any, 25 is to be adjustable with and payable to the Owner as trustee for the 26 insured as their interests may appear, except in such cases as may 27 require payment of all or a proportion of said insurance to be made 28 to a mortgagee or trustee as its interest may appear. 29 30 C. The Owner shall be named as insured jointly with the Contractor 31 and other proper parties, all as their respective interests may 32 appear. All subcontractors shall be insured to the extent of their 33 portion of the work under the Contractor. The Owner, Contractor 34 and all subcontractors waive all rights, each against the others, for 35 damages caused by fire or other perils covered provided under the 36 terms of this article, except such rights as they may have to the 37 proceeds of the insurance held by the party obtaining and 38 maintaining the insurance policy in force who acts as trustee of 39 said policy. Certificates of such insurance shall be filed with the 40 Owner. If the Contractor fails to effect or maintain insurance as 41 above and so notifies the Owner, the Owner may insure his own 42 interest and charge the cost thereof to the Contractor. 43 44 d. In the event of a partial or total destruction by the perils insured 45 against, of any or all of the work and/or materials herein provided 46 for, at any time prior to the final completion of the Contract and the 47 final acceptance by the Owner of the Work or materials to be 48 performed or supplied thereunder, the Contractor shall promptly 49 reconstruct, repair, replace, or restore all work or materials so 50 destroyed or injured at his sole cost and expense. Nothing herein 51 provided for shall in any way excuse the Contractor or his surety 52 from the obligation of furnishing all the required materials and Contract No.: #23-J-05 General Conditions GENERAL BUILDING 23-J-06 00 72 00-56 JOB ORDER CONTRACTS 23-J-07 23-J-08 1 completing the work in full compliance with the terms of the 2 Contract. 3 4 2. Commercial General Liability and Automobile Liability Coverages. 5 6 a. The Contractor shall secure Commercial General Liability 7 Insurance with limits of not less than One Million Dollars 8 ($1,000,000.00) per occurrence and an annual aggregate of Three 9 Million Dollars ($3,000,000.00). This policy shall be issued on a per 10 occurrence basis. The Owner may require specific coverage 11 including completed operations, product liability, contractual 12 liability, XCU, fire legal liability or any other liability insurance 13 deemed necessary because of the nature of the contract. The 14 Owner, its officers, officials, employees, agents, including 15 Consulting Engineers while performing contract administration 16 services, and volunteers are to be covered as insured as respects 17 all of the following: liability arising out of activities performed by or 18 on behalf of the Contractor, including the insured's general 19 supervision of the Contractor; products and completed operations 20 of the Contractor; premises owned, occupied or used by the 21 Contractor; or automobiles owned, leased, hired or borrowed by or 22 on behalf of the Contractor. The coverage shall contain no special 23 limitations on the scope of protection afforded to the Owner, its 24 officers, officials, employees or volunteers. 25 26 b. The Contractor's insurance coverage shall be primary insurance 27 as respects the owner, its officers, officials, employees, agents, 28 Consulting Engineers, and volunteers. Any insurance or self- 29 insurance maintained by the Owner, its officers, officials, 30 Employees, agents, Consulting Engineers, or volunteers shall be 31 in excess of the Contractor's insurance and shall not contribute 32 with it. 33 34 C. Any failure to comply with reporting provisions of the policies shall 35 not affect Coverage provided to the Owner, its officers, officials, 36 employees, agents, Engineers, Consulting Engineers, or 37 volunteers. 38 39 d. The Contractor's insurance shall apply separately to each insured 40 against whom claim is made or suit is brought, except with respect 41 to the limits of the insurer's liability. 42 43 e. Such Commercial General Liability insurance shall name the 44 County of Fresno, its officers, agents, and employees, individually 45 and collectively, as additional insured, but only insofar as the 46 operations under this Agreement are concerned. Such coverage 47 for additional insured shall apply as primary insurance and any 48 other insurance, or self-insurance, maintained by Owner, its 49 officers, agents and employees shall be excess only and not 50 contributing with insurance provided under Contractor's policies 51 herein. This insurance shall not be cancelled or changed without 52 a minimum of thirty (30) days advance written notice given to Contract No.: #23-J-05 General Conditions GENERAL BUILDING 23-J-06 00 72 00-57 JOB ORDER CONTRACTS 23-J-07 23-J-08 1 Owner. Contractor shall obtain endorsements to the Commercial 2 General Liability insurance policy naming Owner as an additional 3 insured and providing for a thirty (30) day prior written notice of 4 cancellation or change in terms or coverage 5 6 f. Comprehensive Automobile Liability Insurance with limits of not 7 less than One Million Dollars ($1,000,000) per accident for bodily 8 injury and property damage. Coverage should include owned and 9 non-owned vehicles used in connection with this Agreement and 10 all applicable endorsements. 11 12 3. Professional Liability Coverage. 13 14 If Contractor employs licensed professional staff, (e.g., Ph.D., R.N., 15 L.C.S.W., M.F.C.C.) in providing services, the Contractor shall secure 16 Professional Liability Insurance with limits of not less than one million 17 dollars ($1,000,000.00) per occurrence, and three million dollars 18 ($3,000,000.00) annual aggregate, with a provision for three (3) year tail 19 coverage. 20 21 4. Worker's Compensation and Employers Liability Coverage. 22 23 The Contractor shall obtain a policy of Worker's Compensation insurance 24 in accordance with applicable provisions of the California Labor Code. 25 The insurer shall agree to waive all rights of subrogation against the 26 Owner, its officers, officials, employees and volunteers for losses arising 27 from work performed by the Contractor for the Owner. Contractor shall 28 supply the Owner with certificates of insurance in triplicate, evidencing that 29 Workers Compensation Insurance is in effect and providing that the Owner 30 will receive 30 days' notice of cancellation. If Contractor self-insures 31 Workers Compensation, Certificate of Consent to Self-Insure shall be 32 provided to the Owner. 33 34 5. All Coverages. 35 36 Prior to the commencement of performing its obligations under this 37 Agreement, Contractor shall provide certificates of insurance and upon 38 request from Owner, formal endorsements for the foregoing policies, as 39 required herein, to the Owner, listing the name and address of the official 40 who will administer this contract, and stating that such insurance coverage 41 have been obtained and are in full force; that the County of Fresno, its 42 officers, agents and employees will not be responsible for any premiums 43 on the policies; that such Commercial General Liability insurance names 44 the County of Fresno, its officers, agents and employees, individually and 45 collectively, as additional insured, but only insofar as the operations under 46 this Agreement are concerned; that such coverage for additional insured 47 shall apply as primary insurance and any other insurance, or 48 self-insurance, maintained by Owner, its officers, agents and employees, 49 shall be excess only and not contributing with insurance provided under 50 Contractor's policies herein; and each insurance policy required by this 51 Section 2.40 shall be endorsed to state that coverage shall not be 52 suspended, voided, canceled by either party, reduced in coverage or in Contract No.: #23-J-05 General Conditions GENERAL BUILDING 23-J-06 00 72 00-58 JOB ORDER CONTRACTS 23-J-07 23-J-08 1 limits except after thirty (30) days' prior written notice has been given to 2 the Owner. 3 4 F. ACCEPTABILITY OF INSURERS 5 6 Contractor shall obtain the policies and coverages specified herein from an 7 admitted insurer in good standing with and authorized to transact business in this 8 state by the California Department of Insurance, and having a Best's rating of 9 no less than A FSC VIII. 10 11 G. VERIFICATION OF COVERAGE 12 13 Contractor shall furnish the Owner with certificates of effecting coverage required 14 by this clause. The certificates for each insurance policy are to be signed by a 15 person authorized by that insurer to bind coverage on its behalf. All certificates 16 are to be received and approved by the owner before work commences. The 17 Owner reserves the right to require complete, certified copies of all required 18 insurance policies, at any time. In the event Contractor fails to keep in effect at all 19 times insurance coverage as herein provided, the Owner may, in addition to other 20 remedies it may have, suspend or terminate this Agreement upon the occurrence 21 of such event. The Certificate of Insurance shall be issued in triplicate, and 22 provided to the Owner within ten (10) days of award, and also shall be provided 23 to all other participating agencies who contribute to the cost of the work or have 24 jurisdiction over areas in which the work is to be performed and all officers and 25 employees of said agencies while acting within the course and scope of their 26 duties and responsibilities. 27 28 H. SUBCONTRACTORS 29 30 Contractor shall include all Subcontractors as insured under its policies or shall 31 furnish separate certificates and endorsements for each Subcontractor. All 32 coverages for Subcontractors shall be subject to all of the requirements stated 33 herein. 34 35 36 2.41 UNCOVERING WORK 37 38 A. This Section shall apply to any Work installed and covered up by the Contractor 39 that is required by the Building Code or other statutory or regulatory 40 requirement to undergo inspection or special inspection and/or testing approval 41 by an appropriate official representing the Owner or other public authority 42 having jurisdiction to conduct such inspection and/or testing or by any 43 requirements specifically expressed in the Contract Documents. Work covered 44 up by the Contractor, Contractor's Subcontractor's or Suppliers prior to 45 inspection/special inspection and/or testing approval shall be uncovered and 46 repaired or replaced after inspection approval at the sole expense of the 47 Contractor. This shall apply to all labor and material needed to complete both 48 physical and cosmetic repairs, and any additional inspection costs associated 49 with restoring the Work. 50 51 B. This Section also shall apply to any Work installed and covered up by the 52 Contractor, Contractor's Subcontractor's or Suppliers that is determined by the Contract No.: #23-J-05 General Conditions GENERAL BUILDING 23-J-06 00 72 00-59 JOB ORDER CONTRACTS 23-J-07 23-J-08 1 Owner or its Project Manager, during construction or within the Warranty period, 2 to be defective, broken or inoperative. Work covered up by the Contractor, 3 Contractor's Subcontractor's or Suppliers that is found to be defective, broken or 4 inoperative shall be uncovered and repaired or replaced at the sole expense of 5 the Contractor. This shall apply to all labor and material needed to complete both 6 physical and cosmetic repairs, and any additional inspection costs associated with 7 restoring the Work. 8 9 10 2.42 CORRECTION OF WORK 11 12 A. The Contractor shall promptly correct all Work rejected by the Project Manager as 13 defective or as failing to conform to the Contract Documents, whether or not 14 fabricated, installed or completed. The Contractor shall submit a plan of action, 15 within twenty-four (24) hours of notification of the rejected work by the Project 16 Manager, for correcting the rejected work. The Contractor shall bear all costs of 17 correcting such rejected Work, including compensation for the Engineer's and 18 Architect's additional services made necessary thereby. 19 20 B. If, within one (1) year after the date of acceptance of the Work as specified in the 21 Notice of Completion, or designated portion thereof, or within one (1) year after 22 acceptance by the Owner of designated equipment, or within such longer period 23 of time as may be prescribed by the terms of any applicable special warranty 24 required by the Contract Documents, any of the Work is found by Owner to be 25 defective or not in accordance with the Contract Documents, the Contractor shall 26 correct it promptly after receipt of a written notice from the Owner to do so, unless 27 the Owner has previously given the Contractor a written acceptance of such 28 condition. This obligation shall survive both final payment for the Work or 29 designated portion thereof and termination of the Contract. The Owner shall give 30 such notice promptly after discovery of the condition. 31 32 C. The Contractor shall, at his/her sole expense, remove from the site all portions of 33 the Work that are defective or nonconforming and which have not been corrected 34 under Articles 2.32, 2.42.A, and 2.42.13, unless the Owner waives removal. 35 36 D. If the Contractor fails to submit a plan of action, within twenty-four (24) hours of 37 notification of the rejected work by the Project Manager, for correcting the rejected 38 work, or fails to correct defective or nonconforming Work as provided herein in 39 Articles 2.32, 2.42.A, and 2.42.B, the Owner may correct it in accordance with 40 Article 2.08.C. 41 42 E. If the Contractor does not take action under the plan to initiate such correction of 43 such defective or nonconforming Work within ten (10) days of written notice from 44 the Project Manager, the Owner may remove it and may store the materials or 45 equipment at the expense of the Contractor. If the Contractor does not pay the 46 cost of such removal and storage within ten (10) days thereafter, the Owner may, 47 upon ten (10)additional days'written notice, sell such Work at auction or at private 48 sale and shall account for the proceeds thereof, after deducting all the costs that 49 should have been borne by the Contractor, including compensation for the Project 50 Manager, Architect, or other Professional's additional services made necessary 51 thereby. If such proceeds of sale do not cover all costs that the Contractor should 52 have borne, the difference shall be charged to the Contractor and an appropriate Contract No.: #23-J-05 General Conditions GENERAL BUILDING 23-J-06 00 72 00-60 JOB ORDER CONTRACTS 23-J-07 23-J-08 1 Supplemental Work Order shall be issued. If the payments then or thereafter due 2 the Contractor are not sufficient to cover such amount, the Contractor shall pay 3 the difference to the Owner. 4 5 F. The Contractor shall bear the cost of making good all work of the Owner or 6 separate contractors destroyed or damaged by such correction or removal. 7 8 G. Nothing contained in this Section 2.42 shall be construed to establish a period of 9 limitation with respect to any other obligation which the Contractor might have 10 under the Contract Documents, including Section 2.32 hereof. The establishment 11 of the time periods noted in this Section 2.42, or such longer period of time as 12 may be prescribed by law or by the terms of any warranty required by the Contract 13 Documents, relates only to the specific obligation of the Contractor to correct the 14 defective or nonconforming Work, and has no relationship to the time within which 15 the Contractor's obligation to comply with the Contract Documents may be sought 16 to be enforced, nor to the time within which proceedings may be commenced to 17 establish the Contractor's liability with respect to the Contractor's obligations other 18 than specifically to correct the defective or nonconforming Work. 19 20 21 2.43 ACCEPTANCE OF DEFECTIVE OR NONCONFORMING WORK 22 23 If the Owner prefers to accept defective or nonconforming Work, the Owner may do so 24 instead of requiring its removal and correction, in which case a Supplemental Work Order 25 will be issued to reflect a reduction in the Work Order Price where appropriate and 26 equitable. Such adjustment shall be effected whether or not final payment has been 27 made. Project Manager shall determine the amount of reduction in the Work Order Price. 28 29 30 2.44 TERMINATION BY THE OWNER 31 32 A. If the Contractor is adjudged bankrupt, or makes a general assignment for the 33 benefit of creditors, or if a receiver is appointed on account of the Contractor's 34 insolvency, or stop notices are served upon the Owner, or if the Contractor 35 persistently or repeatedly refuses or fails, except in cases for which extension of 36 time is provided, to supply enough properly skilled workers or proper materials, or 37 fails to make prompt payment to Subcontractors or for materials or labor, or 38 persistently disregards applicable laws, ordinances, rules, regulations or orders 39 of any public authority having jurisdiction, or otherwise is guilty of a substantial 40 violation of a provision of the Contract Documents, and fails after written notice to 41 commence and continue correction of such default, neglect or violation with 42 diligence and promptness, the Owner upon certification by the Project Manager 43 that sufficient cause exists to justify such action, may, after an additional written 44 notice and without prejudice to any other remedy the Owner may have, terminate 45 the Contract and take possession of all materials, equipment, tools, construction 46 equipment and machinery thereon owned by the Contractor and may finish the 47 Work by whatever methods the Owner may deem expedient. In such case the 48 Contractor shall not be entitled to receive any further payment until the Work is 49 finished. 50 51 B. If the unpaid balance of the Work Order Price exceeds the costs of finishing the 52 Work, including compensation for the Project Manager's and Architect's additional Contract No.: #23-J-05 General Conditions GENERAL BUILDING 23-J-06 00 72 00-61 JOB ORDER CONTRACTS 23-J-07 23-J-08 1 services made necessary thereby, Contractor will only be paid for his/her actual 2 unpaid costs from such excess. If such costs exceed the unpaid balance, the 3 contractor shall pay the difference to the Owner. The amount to be paid to the 4 Contractor or to the Owner, as the case may be, shall be certified by the Project 5 Manager, upon application, in the manner provided in Section 2.24 and this 6 obligation for payment shall survive the termination of the Contract. 7 8 9 2.45 SUBSTITUTION OF MATERIALS 10 11 A. When a specific manufacturer, trade name or material is specified, or indicated, it 12 is to establish a standard of quality and shall not be construed as limiting 13 competition. The intent of the Contract Documents is to specify high-grade 14 standard material and equipment, and it is not the intent of these Contract 15 Documents to exclude or omit the products of any responsible manufacturer, if 16 such products are equally acceptable in terms of quality, finish, performance, 17 durability, and serviceability, in the judgment of the Owner and the Architect, to 18 those specified herein. Wherever an article, or any class of materials, is specified 19 by the trade name or by the name of any particular patentee, manufacturer or 20 dealer, it shall be taken as intending to mean and specify the article of material 21 described or any other equal thereto in quality, finish, performance, durability, and 22 serviceability, in the judgment of the Owner and the Architect, for the purpose for 23 which it is or they are intended. 24 25 B. If the Contractor desires to use material or equipment other than that specified, 26 he/she shall submit a request for approval of such substitution, in writing, to the 27 Project Manager by no later than 10 days prior to bid opening. Substitution 28 requests will not be considered if received after the time stipulated. 29 30 C. The Owner does not guarantee that alternative articles, components, materials or 31 equipment other than the item specified by trade name or other specific 32 identification, will fit within the design parameters of the project without alteration 33 of the project design by the Contractor. 34 35 D. The Owner has the right to reject any proposed alternative material which requires 36 alteration of the project design which impacts the safety of the public or the user 37 of a completed facility. If the proposed alternative material requires alteration of 38 the design of the Project or any aspect thereof and said alterations are acceptable 39 to the Owner, the Contractor shall be responsible for performing said alterations 40 at no additional cost to the Owner. 41 42 E. Submittals for approval of substitute materials shall contain sufficient detailed 43 information, descriptive brochures, drawings, samples or other data as is 44 necessary to provide a detailed side-by-side comparison to the specified 45 materials. It is the sole responsibility of the Contractor to submit complete 46 descriptive and technical information so the Project Manager can make proper 47 appraisal. Lack of either proper or sufficient information shall constitute cause for 48 rejection. Reference to product data will not be acceptable. 49 50 F. It is the Contractor's responsibility to confirm and correlate all quantities and 51 dimensions and coordinate with all trades whose work may be affected by the 52 requested substitution. Contract No.: #23-J-05 General Conditions GENERAL BUILDING 23-J-06 00 72 00-62 JOB ORDER CONTRACTS 23-J-07 23-J-08 1 2 3 2.46 REFERENCE TO STANDARDS 4 5 A. Reference to known standards shall mean and intend the latest edition or 6 amendment published prior to date of these Specifications, unless specifically 7 indicated otherwise, and to such portions of it that relate and apply directly to the 8 material or installation called for on the Project. 9 10 B. Where material is specified solely by reference to standard specifications, the 11 Contractor shall, if requested by the Project Manager, submit to the Project 12 Manager for his/her approval, data on all such material proposed to be 13 incorporated into the Work of the Contractor, listing the name and address of the 14 vendor, the manufacturer or producer, and the trade or brand names of such 15 materials. 16 17 18 2.47 SPECIFICATIONS 19 20 A. The Specifications are organized into Divisions, Sections, and Trade headings 21 based on the Construction Specifications Institute's Master format and the Master 22 format numbering system. This organization shall not control the Contractor in 23 dividing the Work among Subcontractors or in establishing the extent of the Work 24 to be performed by any trade. The Contractor shall be responsible for examining 25 all Sections of the Specifications for inter-related items of the Work, and for 26 furnishing each item identified or specified. 27 28 B. No responsibility will be assumed by the Owner, Architect or the Project Manager 29 for omissions or duplications by the Contractor in the completion of the Contract 30 due to any alleged discrepancy in the arrangement of the material in these 31 Specifications, nor shall any such segregation of work and materials operate to 32 make the Project Manager an arbiter in defining the limits to the agreements 33 between the Contractor and his/her Subcontractors or suppliers. 34 35 C. The misplacement, addition or omission of any letter, word or punctuation mark 36 shall in no way damage the true spirit, intent or meaning of these Specifications. 37 38 D. The words "shown", "indicated", "noted", "scheduled" or words of that effect shall 39 be understood to mean that reference is made to Drawings accompanying these 40 Specifications. 41 42 E. Where reference herein is made to colors or finishes "as selected", the reference 43 is to the Architect with concurrence by the Owner. 44 45 46 2.48 APPROVED APPLICATORS 47 48 A. Where specific instructions in these Specifications require that a particular product 49 and/or materials be installed and/or applied by an "approved applicator" of the 50 manufacturer, it shall be the Contractor's responsibility to insure that any 51 Subcontractors used for such work be approved applicators. 52 Contract No.: #23-J-05 General Conditions GENERAL BUILDING 23-J-06 00 72 00-63 JOB ORDER CONTRACTS 23-J-07 23-J-08 1 B. Contractor accordingly shall bear any and all costs, and shall reimburse Owner 2 for any such costs incurred by Owner, resulting from Contractor's failure to insure 3 the use of an "approved applicator". 4 5 6 2.49 DELIVERY AND STORAGE OF MATERIALS 7 8 A. Deliver all manufactured materials in the original packages, containers or bundles 9 (with the seals intact), bearing the name or identification mark of all 10 manufacturers. 11 12 B. Deliver fabrications in as large assemblies as practicable and where specified to 13 be shop-primed or shop-finished; they shall be packaged or crated as required to 14 preserve such priming or finish intact and free from abrasion. 15 16 C. Store all materials in such manner as necessary to properly protect same from 17 damage, as materials or equipment damaged by handling, weather, dirt or from 18 any other cause will not be acceptable. 19 20 D. Store materials so as to cause no obstructions (i.e. stored off all sidewalks and 21 other walkways, roadways, and underground services). The Contractor shall be 22 responsible for protecting from damage all material and equipment furnished 23 under the Contract. 24 25 26 2.50 QUALITY OF WORK 27 28 A. Where not more specifically described in any of the various Sections of these 29 Specifications, the quality of work shall conform to all of the methods and 30 operations of best standards and accepted practices of the trade or trades 31 involved, and shall include all items of fabrication, construction, or installation 32 regularly furnished or required for completion of the work (including any finish), 33 and for successful operation as intended of the project and the component thereof 34 corresponding to that work. 35 36 B. All Work shall be executed by mechanics skilled in their respective lines of work. 37 38 C. When completed, all parts shall have been durably and substantially built and 39 shall present a neat, finished appearance. 40 41 42 2.51 HOURS OF WORK 43 44 A. Eight (8) hours of labor shall constitute a legal day's work upon all work done 45 hereunder, and it is expressly stipulated that no worker employed at any time by 46 the Contractor, or by a Subcontractor under this Contract, upon the Work, shall 47 be required or permitted to work thereon more than eight (8) hours in any one (1) 48 calendar day and forty (40) hours in any one (1) calendar week, except as 49 provided in Sections 1810-1815 inclusive, of the Labor Code of the State of 50 California, all the provisions of which are deemed to be incorporated herein as if 51 set forth in full; and it is further expressly stipulated that for each and every 52 violation of said last named stipulation, said Contractor shall forfeit, as a penalty Contract No.: #23-J-05 General Conditions GENERAL BUILDING 23-J-06 00 72 00-64 JOB ORDER CONTRACTS 23-J-07 23-J-08 1 to the Owner, fifty dollars ($50.00)for each worker employed by the Contractor in 2 the execution of this Contract, for each calendar day during which said worker is 3 required or permitted to labor more than eight (8) hours in any one (1) calendar 4 day and forty (40) hours in any one (1) calendar week in violation of any of said 5 provisions of the Labor Code. 6 7 B. Notwithstanding the above stipulations, pursuant to Section 1815 of the Labor 8 Code, work performed by employees of contractors in excess of eight (8) hours 9 per day and forty (40) hours during any one (1) week shall be permitted on the 10 Project upon compensation for all hours worked in excess of eight (8) hours per 11 day at not less than one and a half(1 1/2) times the basic rate of pay. 12 13 14 2.52 WAGE RATES 15 16 A. All projects under this Contract shall be subject to compliance monitoring and 17 enforcement by the Department of Industrial Relations (DIR), including the 18 obligation to submit certified payroll records directly to the DIR Compliance 19 Monitoring Unit (CMU) at least monthly using the CMU's eCPR system. Detailed 20 information may be obtained on the State of California's Department of Industrial 21 Relations website, www.dir.ca..qov/dlse/cmu/CMU. 22 23 The Contractor shall also submit certified payroll records of the Contractor, 24 Subcontractors and all Sub-subcontractors of any tier to the Project Manager at 25 least monthly. 26 27 B. Contractor shall, and shall cause each of its Subcontractors (as defined in Labor 28 Code section 1722.1) to provide written proof that they are currently registered 29 with the California Department of Industrial Relations at the time of bid submittal, 30 and have paid the applicable annual fee and are thereby qualified to submit a bid 31 and to perform public work pursuant to Labor Code section 1725.5, prior to award 32 of this Contract or any subcontract hereunder. No bid shall be accepted, nor shall 33 this Contract or any subcontract hereunder, be entered into without such proof. 34 35 C. Pursuant to Section 1770-1780 of the Labor Code of the State of California, the 36 Director of the Department of Industrial Relations has determined the general 37 prevailing rates of wages and rates for legal holidays and overtime in the locality 38 in which this work is to be performed, which under Labor Code Section 1773.1 39 are deemed to include employer payments for health and welfare, pension, 40 vacation, travel time and subsistence pay, and apprenticeship or other authorized 41 training programs, for each craft or type of worker or mechanic needed to perform 42 this contract. Said wage rates are available only at the Fresno County Department 43 of Public Works and Planning, Design Division, and will be made available to any 44 interested person upon request. Minimum wage rates for this Project, as 45 predetermined by the Secretary of Labor, are set forth in the Special Provisions. 46 If there is a difference between the minimum wage rates predetermined by the 47 Secretary of Labor and the Prevailing Wage Rates predetermined by the Director 48 of the Department of Industrial Relations of the State of California for similar 49 classifications of labor, the contractor and his subcontractors shall pay not less 50 than the higher wage rate. 51 Contract No.: #23-J-05 General Conditions GENERAL BUILDING 23-J-06 00 72 00-65 JOB ORDER CONTRACTS 23-J-07 23-J-08 1 D. It shall be mandatory upon the Contractor to whom the Contract is awarded, and 2 upon any Subcontractor under him/her to pay not less than the said specified rates 3 to all laborers, workers, and mechanics employed by them in the execution of the 4 Contract, and to pay all laborers, workers and mechanics not less often than once 5 weekly. The Contractor to whom the Contract is awarded shall post a copy of the 6 determination of prevailing wages at the job site. The Contractor shall require all 7 Subcontractors to comply with Sections 1770-1780 of the Labor Code of the State 8 of California and shall insert into every subcontract the requirements contained 9 therein. 10 11 E. The Contractor shall comply with Labor Code Section 1775. In accordance with 12 said Section 1775, it is hereby further agreed that the Contractor shall forfeit to 13 the Owner, as a penalty, fifty dollars ($50.00) for each laborer, worker, or 14 mechanic employed for each calendar day or portion thereof, who is paid less 15 than the said stipulated rates for any work done under the Contract, by him/her or 16 by any Subcontractor under him/her. The difference between said stipulated rates 17 and the amount paid to each worker for each calendar day or portion thereof for 18 which each worker was paid less than said stipulated rate shall be paid to each 19 worker by the Contractor. The Contractor, and each Subcontractor, shall keep or 20 cause to be kept an accurate record showing the name, address, social security 21 number, work classification, straight time and overtime hours worked each day 22 and week, and the actual per diem wages paid to each journeyman, apprentice, 23 worker or other employee employed by him/her or her in connection with the public 24 work. The records shall be open at all reasonable hours to the inspection of the 25 Owner, to its officers and agents, and to the Division of Labor Law Enforcement 26 of the State Department of Industrial Relations, its deputies and agents, or as 27 otherwise provided by applicable law (including but not limited to Labor Code 28 1776). 29 30 F. In case it becomes necessary for the Contractor or any Subcontractor to employ 31 on the Work under this Contract any person in a trade or occupation (except 32 executive, supervisory, administrative, clerical or other non-manual workers as 33 such) for which no minimum wage rate is specified, the Contractor shall 34 immediately notify the Owner who shall promptly thereafter determine the 35 prevailing rate for such additional trade or occupation from the time of the initial 36 employment of the person affected and during the continuance of such 37 employment. 38 39 40 2.53 APPLICATION OF HIGHEST STANDARDS AND REQUIREMENTS 41 42 Whenever two (2)or more standards or requirements appear in these General Conditions 43 or in any other part of the Contract Documents that form the Contract, the highest 44 standard or requirement shall be applied and followed in the performance under this 45 Contract. 46 47 48 2.54 NONDISCRIMINATION IN EMPLOYMENT 49 50 Contractor shall comply with all Federal and State Laws prohibiting discrimination in 51 employment, including the following: 52 Contract No.: #23-J-05 General Conditions GENERAL BUILDING 23-J-06 00 72 00-66 JOB ORDER CONTRACTS 23-J-07 23-J-08 1 A. California Fair Labor Code Section 1735, which prohibits discrimination in 2 employment on any basis listed in subdivision (a) of Section 12940 of the 3 Government Code, as those bases are defined in Sections 12926 and 12926.1 of 4 the Government Code, except as otherwise provided in Section 12940 of the 5 Government Code, and applies to all employers, employment agencies and labor 6 organizations. 7 8 B. Title VII of the Federal 1964 Civil Rights Act (42 U.S.C. Section 9 2000e - 2000e - 17) which prohibits employment discrimination on the basis of 10 race, color, sex, religion, or national origin, and applies to all employers that 11 employ at least fifteen (15) workers during each working day in each of twenty 12 (20) or more calendar weeks in the current or preceding year. 13 14 C. In addition to these two (2) laws of general application listed in the immediately 15 preceding paragraphs A and B, there are other Federal and State laws that 16 prohibit employment discrimination in particular cases. 17 18 D. The Owner is an Affirmative Action Employer and expects all of its contractors 19 and suppliers to familiarize themselves with, and comply with, all applicable laws 20 relating to employment discrimination. 21 22 E. To the extent required by law, the Contractor shall meet all requirements of law 23 relating to the participation of minority, women, and disabled veteran business 24 enterprise contracting goals, and shall comply with Public Contract Code 10115 25 et seq. and all applicable regulations. Contractor further agrees that, when 26 required, Contractor shall ensure compliance by all Subcontractors and shall 27 complete all forms required by all agencies exercising jurisdiction over the project. 28 29 30 2.55 APPRENTICES 31 32 A. Pursuant to Sections 1770-1780 of the Labor Code of the State of California, the 33 Director of the Department of Industrial Relations has determined the general 34 prevailing rate of wages in the locality for each craft or type of worker needed to 35 execute the work. Said wage rates pursuant to Section 1773.2 of the Labor Code 36 are on file with the Clerk to the Fresno County Board of Supervisors, and will be 37 made available to any interested person on request. A copy of this wage scale 38 may also be obtained at the following Web Site: www.dir.ca.gov/dlsr. 39 40 B. Pursuant to Section 1775 of the Labor Code of the State of California, nothing in 41 this Article shall prevent the employment of properly registered apprentices upon 42 public works. Every such apprentice shall be paid the standard wage paid to 43 apprentices under the regulations of the craft or trade at which he/she is 44 employed, and shall be employed only at the work of the craft or trade to which 45 he/she is registered. 46 47 C. Only apprentices, as defined in Section 3077, who are in training under 48 apprenticeship standards and written apprentice agreements under Chapter 4 49 (commencing at Section 3070), Division 3, of the Labor Code, are eligible to be 50 employed on public works. The employment and training of each apprentice shall 51 be in accordance with the provisions of the apprenticeship standards and 52 apprentice agreements under which he/she is training. Contract No.: #23-J-05 General Conditions GENERAL BUILDING 23-J-06 00 72 00-67 JOB ORDER CONTRACTS 23-J-07 23-J-08 1 2 3 2.56 PROVISIONS REQUIRED BY LAW DEEMED INSERTED 4 5 Every provision of law and clause required by law to be inserted in this contract shall be 6 deemed to be inserted, and this contract shall be read and enforced as though it were 7 included, and if through mistake or otherwise any provision is not inserted or is not 8 correctly inserted, upon application of either party the contract shall be amended to make 9 the insertion or correction. 10 11 12 2.57 DRUG FREE WORKPLACE CERTIFICATION 13 14 A. The Contractor shall comply with Government Code Section 8355 in matters 15 relating to providing a drug-free workplace. 16 17 B. The Contractor shall publish a statement notifying employees that unlawful 18 manufacture, distribution, dispensation, possession, or use of controlled 19 substance is prohibited and specifying actions to be taken against employees for 20 violations, as required by Government Code Section 8355(a). 21 22 C. The Contractor shall establish a Drug-Free Awareness Program as required by 23 Government Code 8355(a)(2), to inform employees about all of the following: 24 25 1. The dangers of drug abuse in the workplace, 26 27 2. The Contractor's policy for maintaining a drug-free workplace, 28 29 3. Any available counseling, rehabilitation and employee assistance 30 programs, 31 32 4. Penalties that may be imposed upon employees for drug abuse violations. 33 34 D. Provide as required by Government Code 8355(c), that everyone who provides 35 work under the Agreement. 36 37 1. Will receive a copy of the company's drug-free policy statement, and 38 39 2. Will agree to abide by the terms of the Contractor's statement as a 40 condition of employment on the contract. 41 42 43 2.58 BUILDING PERMIT AND OTHER PERMITS 44 45 The Building permit shall be obtained and paid for by the Owner. All other required 46 permits are the responsibility of the Contractor to obtain. Fees for all other required 47 permits shall be reimbursed to the Contractor at actual cost when the County is presented 48 with a valid receipt. 49 50 51 2.59 CODES AND REGULATIONS 52 Contract No.: #23-J-05 General Conditions GENERAL BUILDING 23-J-06 00 72 00-68 JOB ORDER CONTRACTS 23-J-07 23-J-08 1 All work, materials and equipment shall be in full compliance with the California Building 2 Code; California Plumbing Code; California Electrical Code; California Mechanical Code; 3 California Fire Code; California Energy Code; as those codes may be amended from time 4 to time; Cal/OSHA Safety Regulations; all Federal, State and Local laws, ordinances, 5 regulations and Fresno County Charter provisions in effect and applicable in the 6 performance of the work. 7 8 9 2.60 JOB ORDER CONTRACTING SOFTWARE AND LICENSE 10 11 A. Job Order Contracting Software: 12 13 The County of Fresno (County) selected The Gordian Group's (Gordian) Job 14 Order Contracting (JOC) system for the execution of the JOC program. The 15 Gordian JOC system includes Gordian's proprietary eGordian® and Gordian 16 Cloud JOC Applications and Construction Task Catalog®, which shall be used by 17 the Contractor to prepare and submit Job Order Proposals, subcontractor lists, 18 and other requirements specified in the general conditions and as may be 19 requested by the County. The Contractor shall be required to execute Gordian's 20 JOC System License and User Agreement, and shall pay a 1% JOC System 21 License Fee on all work awarded to the JOC contractor by the County for access 22 to the Gordian JOC System. 23 24 25 END OF SECTION Contract No.: #23-J-05 General Conditions GENERAL BUILDING 23-J-06 00 72 00-69 JOB ORDER CONTRACTS 23-J-07 23-J-08 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 Opaortunity_ 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 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 Exhibit B 1/30/24,7:56AM 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