HomeMy WebLinkAbout23-02-C Executed Contract.pdf SPECIFICATIONS
COUNTY SERVICE AREA 31 SHAVER LAKE
WASTEWATER TREATMENT PLANT SLUDGE HAULING
AND DISPOSAL
BUDGET / ACCOUNT: 9140 / 8400 / 91781
�.� C O tr�,?
i�6 Department o Public Works and Planning
O� �O p f g
PRE$
CONTRACT NUMBER 23-02-C
coU�
County of Fresno
Q 1856 Q DEPARTMENT OF PUBLIC WORKS AND PLANNING
STEVEN E. WHITE, DIRECTOR
May 26, 2023 Contract No. 23-02-C
ADDENDUM NO. 1 to COUNTY SERVICE AREA 31 SHAVER LAKE WASTEWATER
TREATMENT PLANT SLUDGE HAULING AND DISPOSAL, revising the Bidding and
Contract Documents as follows:
NOTICE TO BIDDERS
DELETE:
http://www.co.fresno.ca.us/planholders
REPLACE with:
http://www.fresnocountyca.gov/planholders
DELETE:
https://www.co.fresno.ca.us/departments/public-works-planning/divisions-of-public-
works-and-planning/design-division/planholders-list-request-to-be-added
REPLACE with:
https://www.fresnocountVca.gov/Departments/Public-Works-and-
Planning/Construction-Bidding-Opportunities/Request-to-Be-Added-to-the-Planholders-
List-Form
DELETE:
http://www.co.fresno.ca.us/departments/public-works-and-planning/construction-
bidding-opportunities/23-02-c-csa-31-shaver-lake-wasterwater-sludge-hauling-and-
disposal/request-for-clarification-form
REPLACE with:
https://www.fresnocountVca.gov/Departments/Public-Works-and-
Planning/Construction-Bidding-Opportunities/23-02-C-County-Service-Area-31-Shaver-
Lake-Wastewater-Treatment-Plant-Sludge-Hauling-and-Disposal/Request-for-
Clarification-Form
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 CA20220018, Dated
04/21/2023, which is incorporated in these special provisions by this reference as if fully
set forth herein and which can be viewed at https://SAM.gov, under CA20230018. Said
Federal wage rates, as well as project plans, special provisions, and bid forms, may also
Addendum No. 1 COUNTY SERVICE AREA 31 SHAVER LAKE WASTEWATER
TREATMENT PLANT SLUDGE HAULING AND DISPOSAL
Contract No. 23-02-C Page 1 of 3
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
04/21/2023, which is incorporated in these special provisions by this reference as if fully
set forth herein and which can be viewed at https://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.
SPECIAL PROVISIONS
1-1.11 WEBSITES, ADDRESSES, AND TELEPHONE NUMBERS
DELETE:
http://www.co.fresno.ca.us/
REPLACE with:
www.fresnocountVca.gov/
2-1.06 BID DOCUMENTS
DELETE:
https://www.co.fresno.ca.us/home/showpublisheddocument/58025
REPLACE with:
https://www.fresnocountVca.gov/files/sharedassets/county/vision-files/files/58025-2015-
standard-specifications.pdf
END OF ADDENDUM NO. 1
Addendum No. 1 COUNTY SERVICE AREA 31 SHAVER LAKE WASTEWATER
TREATMENT PLANT SLUDGE HAULING AND DISPOSAL
Contract No. 23-02-C Page 2 of 3
--------------------------------------------------------------------------------------------------------------------
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.
QROF ESS/p�,
\AN I � Ej zG ZoZ3
CID F 1 �' ate Signed
�No. C76724 r
Exp.12/31/24
�TF OFIVIL
CAS\F����
Supervising Engineer:
FRESNO COUNTY Sebastian Artal, PE C76724
Department of Public Works and Planning
m/a 2220 Tulare Street, Suite 720
Fresno, CA 93721-2106
Addendum No. 1 COUNTY SERVICE AREA 31 SHAVER LAKE WASTEWATER
TREATMENT PLANT SLUDGE HAULING AND DISPOSAL
Contract No. 23-02-C . Page 3 of 3
TABLE OF CONTENTS
COVER SHEET
BOARD ADOPTION AND ACKNOWLEDGMENT
Engineer's Signature
NOTICE TO BIDDERS
SPECIAL PROVISIONS
FEDERAL REQUIREMENTS
FEMA Contract Provisions
Federal Requirements for Federal Aid Construction Projects
PROJECT DETAILS / DRAWINGS
Project Drawings/Details
Location Map
Self-Dealing Transactions Disclosure Form
BID BOOK
Bidder's Declaration
Bid Form
Abbreviations Used
Signature Page
Noncollusion Declaration
Public Contract Code
Subcontractor List
Certifications
Guaranty
AGREEMENT
Agreement
Exhibit A — Required Federal Aid Contract Language (Form 1273)
Exhibit B — Minimum Federal Wage Rates Determination
PLANS
Contract Number 22-23-C
PROJECT: COUNTY SERVICE AREA 31 SHAVER LAKE WASTEWATER TREATMENT
PLANT SLUDGE HAULING AND DISPOSAL
CONTRACT NUMBER: 23-02-C
Nathan Magsig, Chairman 5th District
Ernest Buddy Mendes, Vice Chairman 4th District
Brian Pacheco 1 st District
Steve Brandau 2nd District
Sal Quintero 3rd District
Paul Nerland, County Administrative Officer
Steven E. White, Director
Department of Public Works and Planning
Steve WhiteA()�pr 9,202411:26 PDT)
12/14/2023
OPNSSTo��F Date Signed:
�;
No. C76724 r
Exp.12/31/24
s9TF VIL
OF CAUF����P
Supervising Engineer:
Sebastian Artal, PE 76724
FRESNO COUNTY
Department of Public Works and Planning
m/a 2220 Tulare Street, Suite 720
Fresno, CA 93721-2106
BOARD OF SUPERVISORS COUNTY OF FRESNO STATE OF CALIFORNIA
NOTICE TO BIDDERS
Sealed proposals will be received at:
https://www.bidexpress.com/businesses/36473/home
and at the Fresno County Department of Public Works and Planning (Department), Office of the
Design Engineer, Seventh Floor, Fresno County Plaza Building, 2220 Tulare Street, Fresno, CA
93721 until
2:00 P.M., (1400 hours and 00 seconds)
Thursday, June 1, 2023
If you have any questions about bid submission, please contact us at
Des ignServices(a-)-fresnocountyca.gov or calling (559) 600-4241.
Promptly following the closing of the bidding all timely submitted bids will be publicly opened and
viewable via a livestream (the link for which will be posted at
http://www.co.fresno.ca.us/planholders) for construction in accordance with the project
specifications therefor, to which special reference is made as follows:
COUNTY SERVICE AREA 31 SHAVER LAKE WASTEWATER TREATMENT
PLANT SLUDGE HAULING AND DISPOSAL
CONTRACT NUMBER 23-02-C
The work to be done consists, in general, of pumping, hauling and properly disposing approximately
800,000 gallons of sludge and scarifying and hauling and properly disposing approximately 700 tons
of soil from the bottom of the existing aeration sewer treatment pond.
A pre-bid conference will be held at 10:00 a.m., on Tuesday, May 16, 2023. A discussion of the
project will be held and the project site will be open for examination. Contractors should meet at
39360 Solitude Lane Shaver Lake CA, 93664. Attendance at the pre-bid is not mandatory; however,
the scheduled pre-bid will be the only opportunity for prospective bidders to visit the site in the
presence of County staff, and requests for individual site visits with County staff will not be granted.
The County of Fresno affirms that in any contract entered into pursuant to this advertisement,
disadvantaged business enterprises will be afforded full opportunity to submit bids in response to
this invitation. Bidders are advised that requirements for contracting with small and minority
businesses, women's business enterprises, and labor surplus area firms are found in 2 CFR
200.321.
This project is subject to the "Buy America" provisions of the Surface Transportation
Assistance Act Of 1982 as amended by the Intermodal Surface Transportation Efficiency Act
Of 1991 and the OMB Memo M-22-11 effective May 14, 2022.
This project is subject to the Cargo Preference Act and implementing regulations (46 CFR
Part 381) to the Federal Highway Program.
Bidders may fill out a Request to be Added to Planholders list:
https://www.co.fresno.ca.us/departments/public-works-planning/divisions-of-public-works-and-
planning/design-division/planholders-list-request-to-be-added
Requesters will then be listed as a planholder for the project on the website and receive notifications
and addenda issued for the project.
Prospective bidders may also select the project on www.BidExl)ress.com. Those that demonstrate
interest in the project will be added to the planholders list, and receive notifications and addenda
issued for the project.
Planholder and exchange/publication names may be obtained from the Fresno County website at
http://www.co.fresno.ca.us/planholders.
Electronic copies, in ".pdf' file format, of the official project specifications, bid books and proposal
sheets, and such additional supplemental project information as may be provided, are available to
view, download, and print at http://www.co.fresno.ca.us/planholders.
If a bidder is unable to submit a bid via Bid Express, Bid Books, which contain bid proposal sheets
necessary to submit a bid, may be obtained within the Specifications documents posted on the
Fresno County website.
Electronic bids shall be submitted via the BidExpress website. Hardcopy bids shall be submitted in
a sealed envelope addressed to the Department and labeled with the name of the bidder, the name
of the project and the statement "Do Not Open Until The Time Of Bid Opening."
Bid security in the amount of ten (10) percent of the amount of the bid, and in the form of a bid bond
issued by an admitted surety insurer licensed by the California Department of Insurance, cash,
cashier's check or certified check shall accompany the bid. You must either attach an electronic bid
bond or provide an original bid bond (or other form of bid security authorized by Public Contract
Code Section 20129(a)), prior to the bid opening. Bid security shall be made in favor of the County
of Fresno.
Hardcopy bid bonds shall be submitted in a sealed envelope addressed to the Department and
labeled with the name of the bidder, the name of the project and the statement "Do Not Open Until
The Time Of Bid Opening — BID BOND"
A Summary of Bids and a list of subcontractors for the apparent low bidder will be posted at the
above listed website, generally within 24 hours of the Bid Opening.
All questions regarding this project shall be in writing and shall be received by the Department of
Public Works and Planning, Design Division, no later than 2:00 P.M. on the seventh (7th) calendar
day before bid opening. Any questions received after this deadline will not receive a response
unless the Department of Public Works and Planning elects to issue an addendum to revise the bid
opening date. In the event that the bid opening date is revised, the deadline for questions will be
extended to no later than 2:00 P.M. on the seventh (7th) calendar day before the revised bid opening
date. Questions shall be submitted on the "Request for Clarification Form" provided on our website:
http://www.co.fresno.ca.us/departments/public-works-and-planning/construction-biddinq-
opportunities/23-02-c-csa-31-shaver-lake-wasterwater-sludge-hauling-and-disposal/request-for-
clarification-form
Any changes to, or clarification of, the project plans and specifications shall be in the form of a
written addendum issued to planholders of record. Questions that prompt a change or clarification
shall be included in the addendum with the subsequent answer.
Contract Number 23-02-C Notice to Bidders - 2
Any oral explanation or interpretations given to this project are not binding.
No contract will be awarded to a contractor who has not been licensed in accordance with the
provisions of the Contractors State License Law, California Business and Professions Code,
Division 3, Chapter 9, as amended, or whose bid is not on the proposal form included in the contract
document. A valid California Contractor's License, Class A (General Engineering) or Class C-42
(Sanitation System Contractor) is required for this project.
Pursuant to Section 1773 of the Labor Code, the general prevailing wage rates in the county, or
counties, in which the work is to be done have been determined by the Director of the California
Department of Industrial Relations. These wages are set forth in the General Prevailing Wage
Rates for this project, available at County of Fresno, Department of Public Works and Planning,
2220 Tulare Street, Sixth Floor, Fresno CA 93721-2104 and available from the California
Department of Industrial Relations' Internet web site at http://www.dir.ca.gov/DLSR/PWD. Future
effective general prevailing wage rates, which have been predetermined and are on file with the
California Department of Industrial Relations are referenced but not printed in the general prevailing
wage rates.
This project is subject to compliance monitoring and enforcement by the Department of Industrial
Relations.
No contractor or subcontractor may be listed on a bid proposal for a public works project unless
registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 [with
limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)].
No contractor or subcontractor may be awarded a contract for public work on a public works project
unless registered with the Department of Industrial Relations pursuant to Labor Code section
1725.5.
This contract is subject to state contract nondiscrimination and compliance requirements pursuant
to Government Code, Section 12990.
The Federal minimum wage rates for this project as predetermined by the United States Secretary
of Labor are set forth in General Decision Number CA20220018, Dated 04/21/2023, which is
incorporated in these special provisions by this reference as if fully set forth herein and which can
be viewed at https://SAM.gov, under CA20230018. Said Federal wage rates, as well as project
plans, special provisions, and bid forms, may also be examined at the County of Fresno office
described in the preceding paragraph. Addenda to modify the reference to Federal minimum wage
rates to reflect revisions thereto, if necessary, will be issued to planholders of record.
Attention is directed to the provisions in the "Federal Requirements" section of these specifications.
If there is a difference between the minimum wage rates predetermined by the Secretary of Labor
and the general prevailing wage rates determined by the Director of the California Department of
Industrial Relations for similar classifications of labor, the Contractor and subcontractors shall pay
not less than the higher wage rate. The Department will not accept lower State wage rates not
specifically included in the Federal minimum wage determinations. This includes "helper" (or other
classifications based on hours of experience) or any other classification not appearing in the Federal
wage determinations. Where Federal wage determinations do not contain the State wage rate
determination otherwise available for use by the Contractor and subcontractors, the Contractor and
subcontractors shall pay not less than the Federal minimum wage rate, which most closely
approximates the duties of the employees in question.
The U.S. Environmental Protection Agency (EPA) provides a toll-free "hotline" (Telephone No. 1-
888-546-8740)service to report bid rigging activities. Anyone with knowledge of possible bid rigging,
bidder collusion, or other fraudulent activities should use the "hotline" to report these activities. The
"hotline" is part of the EPA's continuing effort to identify and investigate contract fraud and abuse
and is operated under the direction of the EPA Inspector General. All information will be treated
Contract Number 23-02-C Notice to Bidders - 3
confidentially and caller anonymity will be respected. Additional information may be obtained at
https://www.epa.gov/office-inspector-general/epa-oig-hotline#file now.
Bids are required for the entire work described herein. Bids will be compared on the basis of the
cumulative sum of the bid amounts listed for the individual line items.
The successful bidder shall furnish a faithful performance bond in the amount of 100 percent of the
contract amount and a payment bond in the amount of 100 percent of the contract amount. Each
bond specified in this Notice (bid bond, faithful performance bond and payment bond) shall meet
the requirements of all applicable statutes, including but not limited to those specified in Public
Contract Code section 20129 and Civil Code section 3248.
Each bond specified in this Notice shall be issued by a surety company designated as an admitted
surety insurer in good standing with and authorized to transact business in this state by the
California Department of Insurance, and acceptable to the County of Fresno. Bidders are cautioned
that representations made by surety companies will be verified with the California Department of
Insurance. Additionally, the County of Fresno, in its discretion, when determining the sufficiency of
a proposed surety company, may require the surety company to provide additional information
supported by documentation. The County generally requires such information and documentation
whenever the proposed surety company has either a Best's Key Rating Guide of less than A and a
financial size designation of less than VIII. Provided, however, that the County expressly reserves
its right to require all information and documentation to which the County is legally entitled from any
proposed surety company.
Pursuant to Public Contract Code Section 22300, substitution of securities for any moneys withheld
by the County of Fresno to ensure performance under the contract shall be permitted.
The Board of Supervisors reserves the right to reject any or all bids.
Board of Supervisors, County of Fresno
Paul Nerland, County Administrative Officer
Bernice E. Seidel, Clerk of the Board
Issue Date: May 2, 2023
Contract Number 23-02-C Notice to Bidders - 4
Special Provisions
Contract Number 23-02-C
DIVISION I GENERAL PROVISIONS
1 GENERAL
1-1.01 GENERAL
Add to the beginning of Section 1:
The work is done in accordance with the 2015 Standard Specifications, 2015 Standard Plans and the
following special provisions.
Where these special provisions indicate to replace, add to, delete, delete from, or otherwise modify a
"section," or a portion thereof, the section or portion thereof to which such modification is to be applied is
the section or portion thereof with the corresponding numbering in the 2015 Standard Specifications.
Except to the extent that they may conflict with these special provisions, revised standard specifications
apply if included in the project details section of the book entitled "Specifications."
Revised standard plans apply if listed on the "List of Revised Standard Plans," if any, in these special
provisions; or if shown or referenced on the project plans or in the project details section of the book
entitled "Specifications."
In case of conflict between the Standard Specifications and these special provisions, the special
provisions shall take precedence over and be used in lieu of such conflicting portions.
In case of conflict between applicable revised standard specifications and these special provisions, the
special provisions shall take precedence over and be used in lieu of such conflicting portions.
Add to the end of section 1-1.01:
Bid Items and Applicable Sections
Item description Applicable section
SUPPLEMENTAL WORK 9
PREPARE & IMPLEMENT WATER POLLUTION CONTROL PROGRAM 13
CONSTRUCTION SITE MANAGEMENT 13
TRAFFIC CONTROL SYSTEM 12
SLUDGE REMOVAL AND HAULING 100
SOIL HAULING 100
Add to the 1st table of section 1-1.06:
SJVAPCD San Joaquin Valley air pollution control district
AQMD air quality management district
CISS cast-in-steel shell
CSL crosshole sonic logging
GGL gamma-gamma logging
METS Caltrans Material Engineering and Testing Services
Add to section 1-1.06:
Abbreviations in the Bid Items and Applicable Sections are also used in the Bid Item List- Proposal 2.
Replace Section 1-1.07 with:
1-1.07 DEFINITIONS
1-1.07A General
Interpret terms as defined in the Contract documents.
1-1.07113 Glossary
abandon: Render unserviceable in place.
acts of God: Acts of God as defined in Pub Cont Code § 7105.
activity: Task, event, or other project element on a schedule that contributes to completing the project.
An activity has a description, start date, finish date, duration, and one or more logic ties.
adjust: Raise or lower a facility to match a new grade line.
aerially deposited lead: Lead primarily from vehicle emissions deposited within unpaved areas or
formerly unpaved areas.
Authorized Facility Audit List: Caltrans-developed list of facilities. For the Authorized Facility Audit List,
go the METS website.
authorized laboratory: Independent testing laboratory (1) not employed or compensated by any
subcontractor or subcontractor's affiliate providing other services for the Contract and (2) authorized
by the Department.
Authorized Material List: Caltrans-developed list of authorized materials. For the Authorized Material
List go to the METS website.
Authorized Material Source List: Caltrans-developed list of authorized source materials. For the
Authorized Material Source List go to the METS website.
base: Layer of specified material of planned thickness placed immediately below the pavement or
surfacing.
basement material: Material in an excavation or embankment under the lowest layer to be placed.
bid item: Work unit for which the Bidder provides a price.
Bid Item List: List of bid items, units of measure, and the associated quantities. The verified Bid Item List
is the Bid Item List with verified prices. The Contract Proposal (Proposal 2)of Low Bidder at the
Department's website is the verified Bid Item List. After contract award, interpret a reference to the
Bid Item List as a reference to the verified Bid Item List.
borrow: Fill acquired from an excavation source outside the described cut area.
1. local borrow: Material obtained by widening cuts or excavating from sources outside the planned or
authorized cross section on the job site. The location of the local borrow is described or designated
by the Engineer.
2. imported borrow: Borrow that is not local borrow.
bridge: Structure that:
1. Has a bridge number
2. Carries a (1) utility, (2) railroad, or(3)vehicle, pedestrian, or other traffic over, under, or around
obstructions or waterways
building-construction contract: Contract that has Building Construction on the cover of the Notice to
Bidders and Special Provisions.
California Test: Caltrans-developed test for determining work quality. For California Tests, go to the
METS website.
Caltrans: State of California Department of Transportation
certificate of compliance: Certificate stating the material complies with the Contract.
Certified Industrial Hygienist: Industrial hygienist certified in comprehensive practice by the American
Board of Industrial Hygiene.
change order work: Work described in a Change Order, including extra work and work described in the
Contract as change order work.
closure: Closure of a traffic lane or lanes, including shoulder, ramp, or connector lanes, within a single
traffic control system.
commercial quality: Quality meeting the best general practices.
commercial source: Established business operating as a material source for the general public.
Contract: Written and executed contract between the Department and the Contractor.
Contract acceptance: Director's written acceptance of a completed Contract.
Contract time: Number of original working days as adjusted by any time adjustment.
Contractor: Person or business or its legal representative entering into a Contract with the Department
for performance of the work.
controlling activity: Construction activity that will extend the scheduled completion date if delayed.
County: The County of Fresno
critical path: Longest continuous chain of activities for the project that has the least amount of total float
of all chains. In general, a delay on the critical path extends the scheduled completion date.
critical path method: Network-based planning technique using activity durations and relationships
between activities to calculate a schedule for the entire project.
culvert: Structure other than a bridge that provides an opening under a roadway.
data date: Day after the date through which a schedule is current. Everything occurring earlier than the
data date is as-built and everything on or after the data date is planned.
day: 24 consecutive hours running from midnight to midnight; calendar day.
1. business day: Day on the calendar except a Saturday and a holiday.
2. working day: Time measure unit for work progress. A working day is any 24-consecutive-hour period
except:
2.1. Saturday and a holiday.
2.2. Day during which you cannot perform work on the controlling activity for at least 50 percent of
the scheduled work shift with at least 50 percent of the scheduled labor and equipment due to
any of the following:
2.2.1. Adverse weather-related conditions.
2.2.2. Traffic maintenance under the Contract.
2.2.3. Suspension of a controlling activity that you and the Engineer agree benefits both
parties.
2.2.4. Unanticipated event not caused by either party, such as:
2.2.4.1. Act of God
2.2.4.2. Act of a public enemy.
2.2.4.3. Epidemic.
2.2.4.4. Fire.
2.2.4.5. Flood.
2.2.4.6. Governor-declared state of emergency.
2.2.4.7. Landslide.
2.2.4.8. Quarantine restriction.
2.2.5. Issue involving a third party, including:
2.2.5.1. Industry or area-wide labor strike.
2.2.5.2. Material shortage.
2.2.5.3. Freight embargo.
2.2.5.4. Jurisdictional requirement of a law enforcement agency.
2.2.5.5. Workforce labor dispute of a utility or nonhighway facility owner resulting in
a nonhighway facility rearrangement not described and not solely for the
Contractor's convenience. Rearrangement of a nonhighway facility includes
installation, relocation, alteration, or removal of the facility.
2.3. Day during a concurrent delay.
3. original working days:
3.1. Working days to complete the work shown on the Notice to Bidders for a non-cost-plus-time-
based bid
3.2. Working days bid to complete the work for a cost-plus-time-based bid
Where working days is specified without the modifier original in the context of the number of working
days to complete the work, interpret the number as the number of original working days as adjusted
by any time adjustment.
deduction: Money permanently taken from a progress payment or the final payment. Deductions are
cumulative and are not retentions under Pub Cont Code § 7107.
delay: Event that extends the completion of an activity.
1. excusable delay: Delay caused by the Department and not reasonably foreseeable when the work
began, such as:
1.1. Change in the work
1.2. Department action that is not part of the Contract
1.3. Presence of an underground utility main not described in the Contract or in a location
substantially different from that specified
1.4. Described facility rearrangement not rearranged as described, by the utility owner by the date
specified, unless the rearrangement is solely for the Contractor's convenience
1.5. Department's failure to obtain timely access to the right-of-way
1.6. Department's failure to review a submittal or provide notification in the time specified
2. critical delay: Excusable delay that extends the scheduled completion date
3. concurrent delay: Occurrence of at least 2 of the following events in the same period of time, either
partially or entirely:
3.1. Critical delay
3.2. Delay to a controlling activity caused by you
3.3. Non—working day
Department: The Fresno County Board of Supervisors and its authorized representatives.
District Office: County of Fresno Department of Public Works and Planning
detour: Temporary route for traffic around a closed road part. A passageway through a job site is not a
detour.
Director: Department's Chairman
disadvantaged business enterprise: Disadvantaged business enterprise as defined in 49 CFR 26.5.
dispose of: Remove from the job site.
divided highway: Highway with separated traveled ways for traffic, generally in opposite directions.
Engineer: The County's Director of Public Works and Planning, acting through their authorized
designees.
early completion time: Difference in time between an early scheduled completion date and the work
completion date.
environmentally sensitive area: Area within or near construction limits where access is prohibited or
limited to protect environmental resources.
estimated cost: Estimated cost of the project as shown on the Notice to Bidders.
extra work: Any work, desired or performed, but not included in the original Contract.
federal-aid contract: Contract that has a federal-aid project number on the cover of the Specifications.
final pay item: Bid item whose quantity shown on the Bid Item List is the quantity paid.
finished grade: Final surface of the completed facility. If the work under the Contract includes stage
construction, the relation between the finished grade and the work under the Contract is shown.
fixed cost: Labor, material, or equipment cost directly incurred by the Contractor as a result of performing
or supplying a particular bid item that remains constant regardless of the item's quantity.
float: Difference between the earliest and latest allowable start or finish times for an activity.
1. Department-owned float: Time saved on the critical path by actions of the Department. It is the last
activity shown on the schedule before the scheduled completion date.
force account work: Work ordered on a construction project without an existing agreement on its cost,
and performed with the understanding that the contractor will bill the owner according to the cost of
labor, materials, and equipment, plus a certain percentage for overhead and profit.
grading plane: Basement material surface on which the lowest layer of subbase, base, pavement,
surfacing, or other specified layer is placed.
highway: Whole right-of-way or area reserved for use in constructing the roadway and its appurtenances.
holiday: Holiday shown in the following table:
Holidays
Holiday Date observed
Every Sunday Every Sunda
New Year's Day January 1st
Birthday of Martin Luther King, Jr. 3rd Monday in January
Presidents' Day 3rd Monday in February
Cesar Chavez Day March 31 st
Memorial Day Last Monday in May
Independence Day July 4t"
Labor Day 1st Monday in September
Veterans Day November 11t"
Thanksgiving Day 4th Thursday in November
Day after Thanksgiving Day Day after Thanksgiving Da
Christmas Day December 25t"
If January 1st, March 31st, July 4th, November 11th, or December 25th fall on a Sunday, the Monday
following is a holiday. If January 1st, March 31st, July 4th, November 11th, or December 25th fall on a
Saturday, the preceding Friday is a holiday.
hours of darkness: Hours of darkness as defined in Veh Code § 280.
idle equipment: Equipment:
1. On the job site at the start of a delay
2. Idled because of the delay
3. Not operated during the delay
informal-bid contract: Contract that has Informal Bid Authorized by Pub Cont Code§ 10122 on the
cover of the Notice to Bidders and Special Provisions.
job site: Area within the defined boundaries of a project.
Labor Surcharge and Equipment Rental Rates: Caltrans publication that lists labor surcharge and
equipment rental rates.
landscaping: Practice of a landscaping contractor under 16 CA Code of Regs § 832.27.
material: Any product or substance specified for use in the construction of a project.
material shortage:
1. Shortage of raw or produced material that is area-wide and caused by an unusual market condition
except if any of the following occurs:
1.1. Shortage relates to a produced, nonstandard material
1.2. Supplier's and the Contractor's priority for filling an order differs
1.3. Event outside the United States for a material produced outside the United States
2. Unavailability of water that delays a controlling activity
material source facility audit: Self-audit and a Caltrans audit evaluating a facility's capability to
consistently produce materials that comply with Caltrans standards.
median: Portion of a divided highway separating the traveled ways including inside shoulders.
milestone: Event activity that has zero duration and is typically used to represent the start or end of a
certain stage of the project.
mobilization: Preparatory work that must be performed or costs incurred before starting work on the
various items on the job site (Pub Cont Code § 10104).
modify: Add to or subtract from an appurtenant part.
narrative report: Document submitted with each schedule that discusses topics related to project
progress and scheduling.
near critical path: Chain of activities with total float exceeding that of the critical path but having not
more than 10 working days of total float.
obliterate: Place an earth cover over or root, plow, pulverize, or scarify.
Office engineer: The Director of Public Works and Planning for the County of Fresno
pavement: Uppermost layer of material placed on a traveled way or shoulder.
plans: Standard plans, revised standard plans, and project plans.
1. standard plans: Drawings standard to Department construction projects. These plans are in a
book titled Standard Plans.
2. revised standard plans: New or revised standard plans. These plans are listed in the List of
Revised Standard Plans in a book titled Specifications.
3. project plans: Drawings specific to the project, including authorized shop drawings. These plans
also include a section titled Project Details of a book titled Specifications.
plant establishment period: Number of days shown on the Notice to Bidders for plant establishment.
quality characteristic: Characteristic of a material that is measured to determine conformance with a
given requirement.
quality control plan: Contractor's plan to ensure QC.
reconstruct: Remove and disassemble and construct again at an existing or new location.
relocate: Remove and install or place in a new location.
remove: Remove and dispose of.
reset: Remove and install or place laterally at the same station location.
roadbed: Roadway portion extending from the curb line to curb line or the shoulder line to shoulder line.
A divided highway has 2 roadbeds.
roadside: Area between the outside shoulder edge and the right-of-way limits.
roadway: Portion of the highway within the outside lines of curbs, sidewalks, slopes, ditches, channels,
or waterways. A roadway includes the structures and features necessary for safety, protection of
facilities, and drainage.
salvage: Remove, clean, and haul to a specified location.
schedule:
1. baseline schedule: Initial schedule showing the original work plan starting on the date of Contract
approval. This schedule shows no completed work to date and no negative float or negative lag to
any activity.
2. revised schedule: Schedule that incorporates a proposed or past change to logic or activity
durations.
3. updated schedule: Current schedule developed from the accepted baseline and any subsequent
accepted updated or revised schedules through regular monthly review to incorporate actual past
progress.
scheduled completion date: Planned work completion date shown on the current schedule.
shoulder: Roadway portion contiguous with the traveled way for accommodation of a stopped vehicle,
emergency use, and lateral support of base and surface courses.
small tool: Tool or piece of equipment not listed in Labor Surcharge and Equipment Rental Rates that
has a replacement value of$500 or less.
specifications: Standard specifications, revised standard specifications, and special provisions.
1. standard specifications: Specifications standard to Department construction projects. These
specifications are in a book titled Standard Specifications.
2. revised standard specifications: New or revised standard specifications. These specifications
are in a section titled Revised Standard Specifications of a book titled Specifications.
3. special provisions: Specifications specific to the project. These specifications are in a section
titled Special Provisions of a book titled Specifications.
State: State of California, including its agencies, departments or divisions whose conduct or action is
related to the work.
Structure Design: Offices of Structure Design of the Department of Transportation.
subbase: Layer of material between a base and the basement material.
subgrade: Roadbed portion on which pavement, surfacing, base, subbase, or a layer of any other
material is placed.
submittal:
1. action submittal: Written and graphic information and samples that require the Department's
response.
2. informational submittal: Written information that does not require the Department's response.
substantial defects: Defects plainly seen as damaged, displaced, or missing parts or improper
functioning of materials, parts, equipment, or systems.
substructure: Bridge parts below the bridge seats, pier tops, and haunches for rigid-framed bridges or
spring lines for arched bridges; includes abutment backwalls, abutment parapets, and wingwalls.
superstructure: Bridge parts except the substructure.
supplemental project information: Information relevant to the project, specified as supplemental project
information, and made available to bidders.
surfacing: Uppermost layer of material placed on a traveled way or shoulders; pavement.
time impact analysis: Analysis using a CPM schedule developed specifically to demonstrate the effect a
proposed or past change or delay has on the current scheduled completion date.
time-scaled network diagram: Graphic depiction of a CPM schedule comprised of activity bars with
relationships for each activity represented by arrows. The tail of each arrow connects to the activity
bar for the predecessor and points to the successor.
total bid: Sum of the item totals as verified by the Department; original Contract price.
total float: Amount of time that an activity or chain of activities can be delayed before extending the
scheduled completion date.
traffic: Pedestrians, bicyclists, ridden or herded animals, vehicles, streetcars, and other conveyances
either singularly or together while using any highway for purposes of travel.
traffic lane: Portion of traveled way used for the movement of a single line of vehicles.
traveled way: Portion of the roadway for the movement of vehicles, exclusive of the shoulders, berms,
sidewalks, and parking lanes.
tunnel: Tunnel as defined in 8 CA Code of Regs § 8405 et seq.
unauthorized work: Work performed beyond the lines and grades described in the Contract or
established by the Engineer or extra work performed without Department authorization.
unsuitable material: Material encountered below the natural ground surface in embankment areas or
below the grading plane in excavation areas that the Engineer determines to be in any of the
following conditions:
1. Of such unstable nature that it cannot be compacted to the specified density using ordinary methods
at optimum moisture content.
2. Too wet to be properly compacted and cannot be dried before incorporating it into the work.
Excessive moisture alone is not sufficient cause for determining that the material is unsuitable.
3. Inappropriate for the planned use.
withhold: Money temporarily or permanently taken from a progress payment.
work: Resources and activities required for Contract acceptance, including labor, materials, equipment,
and the created product.
work plan: Detailed formulation of a program of action.
work zone: Area of a highway with construction, maintenance, or utility work activities.
1-1.08 DISTRICTS
Replace Section 1.08 with:
Not Used
Add to the end of Section 1-1.09
This project is in a freeze-thaw area.
Replace Section 1-1.10 with:
1-1.10 PAVEMENT CLIMATE REGIONS
To help account for the effects of various climatic conditions on pavement performance, the State has
been divided into 9 climate regions. The project's pavement climate region is low mountain.
Replace Section 1-1.11 with:
1-1.11 WEBSITES,ADDRESSES, AND TELEPHONE NUMBERS
Websites, Addresses, and Telephone Numbers
Reference or
agency or
department unit Website Address Telephone no.
Authorized https://dot.ca.gov/program
Material Lists s/engineering=
Authorized services/authorized-
Material Source materials-lists
Lists
CA Unified
Certification https:Hdot.ca.gov/program
Program's list of s/civil-rights/dbe-search
certified DBEs
California https:Hdot.ca.gov/program
MUTCD s/safety- -- --
ro rams/camutcd
Data Materials Engineering and Testing
Interchange for Services Department of
Materials https://dime.dot.ca.gov/ Transportation (916) 227-5238
Engineering 5900 Folsom Blvd
Sacramento CA 95819-4612
https://www.fresnocountVc 2220 Tulare Street
Department a.gov/Departments/Public- Design Division —Seventh Floor (559)600-9908
Works-and-Plan nin Fresno, CA 93721
Department of
Conservation, http://www.conservation.c
Office of Mine a.gov/dmr/
Reclamation
Department of
General Office of Small Business and DVBE
Services, Office https://www.dgs.ca.gov/O Services Department of General (800) 559-5529
of Small BAS Services 707 3rd St West (916) 375-4940
Business and Sacramento CA 95605- 2811
DVBE Services
Department of 455 Golden Gate Ave
Industrial http://www.dir.ca.gov San Francisco CA 94102 --
Relations
Design Tel: (559)600-
Services- https://www.fresnocountyc 4241
Contract a.gov/Departments/Public- 2220 Tulare Street Fax:(559)455-
Administration, Works-and- Design Division —Seventh Floor 4609 Email:
Planholders, Planning/Construction- Fresno, CA 93721 Des ign Services(a-
Bid Results Bidding-Opportunities fresnocountyca.g
ov
Division of Major Construction Payment and
Accounting, Information Unit
Office of https:Hdot.ca.gov/program Office of External Accounts Payable
External s/accounting Division of Accounting (916)227-9013
Accounts Department of Transportation
Payable P.O. Box 168043
Sacramento, CA 95816-8043
Division of http://www.dot.ca.gov/hq/c
Construction onstruc/
Geotechnical Services
Geotechnical https://dot.ca.gov/program Department of Transportation (916)227-7000
Services s/engineering-services 5900 Folsom Blvd
Sacramento, CA 95819-4612
Materials Engineering and Testing
https:Hdot.ca.gov/program Services
METS Department of Transportation (916)227-7000
s/engineering-services 5900 Folsom Blvd
Sacramento, CA 95819-4612
https:Hdot.ca.gov/program
MPQP s/construction/material- -- --
lant- ualit - ro ram
Director of Public Works & Planning
Office Engineer __ Fresno County cn (559) 600-4078
2220 Tulare St, 8 Floor
Fresno, CA 93721
Replace Section 1-1.12 with:
1-1.12 MISCELLANY
Make checks and bonds payable to the County of Fresno.
Replace Section 2 with:
2 BIDDING
2-1.01 GENERAL
Section 2 includes specifications related to bid eligibility and the bidding process.
2-1.02 BID INELIGIBILITY
A firm that has provided architectural or engineering services to the Department for this contract before
bid submittal for this contract is prohibited from any of the following:
1. Submitting a bid
2. Subcontracting for a part of the work
3. Supplying materials
2-1.03 CONTRACTOR REGISTRATION
No contractor or subcontractor may be listed on a bid proposal for a public works project unless
registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 [with limited
exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)].
2-1.04-2-1.05 RESERVED
2-1.06 BID DOCUMENTS
2-1.06A General
The Bid book includes bid forms and certifications and may be requested from Design Services and are
available online at http://www.BidExpress.com.
The Specifications includes the Notice to Bidders, revised standard specifications, project details, and
special provisions.
The Specifications, project plans, and any addenda to these documents may be accessed at Design
Services.
The Standard Specifications and Standard Plans may be purchased at the Publication Distribution Unit or
accessed online at https://www.fresnocountyca.gov/files/sharedassets/county/vision-files/files/58025-
2015-standard-specifications.pdf.
2-1.06B Supplemental Project Information
The Department makes the following supplemental project information available:
Supplemental Project Information
Where Available Description
Included in Project Details 0 Location ma
Supplemental information 0 Wastewater Treatment Plant repair plans
prepared by Consultant
• BOD and TSS reports
The information provided as supplemental information are for the contractor's information only. They are
not to be considered to be part of the contract documents and shall have no bearing whatsoever on the
interpretation of the standard specifications, the special provisions, nor shall they have any bearing
whatsoever on the interpretation of the other publications referenced therein.
2-1.06C-2-1.06D Reserved
2-1.07 JOB SITE AND DOCUMENT EXAMINATION
Examine the job site and bid documents. Notify the Department of apparent errors and patent ambiguities
in the plans, specifications, and Bid Item List. Failure to do so may result in rejection of a bid or rescission
of an award.
Bid submission is your acknowledgment that you have examined the job site and bid documents and are
satisfied with:
1. General and local conditions to be encountered
2. Character, quality, and scope of work to be performed
3. Quantities of materials to be furnished
4. Character, quality, and quantity of surface and subsurface materials or obstacles
5. Requirements of the contract
2-1.08 RESERVED
2-1.09 BID ITEM LIST
Submit a bid based on the bid item quantities the Department shows on Bid Item List.
2-1.10 SUBCONTRACTOR LIST
On the Subcontractor List form, list each subcontractor to perform work in an amount in excess of 1/2 of 1
percent of the total bid or$10,000, whichever is greater(Pub Cont Code §4100 et seq.).
For each subcontractor listed, the Subcontractor List form must show:
1. Business name and the location of its place of business.
2. California contractor license number for a non-federal-aid contract.
3. Public works contractor registration number.
4. Portion of work it will perform. Show the portion of the work by:
4.1. Bid item numbers for the subcontracted work
4.2. Percentage of the subcontracted work for each bid item listed
4.3. Description of the subcontracted work if the percentage of the bid item listed is less than 100
percent
2-1.11 RESERVED
2-1.12 DISADVANTAGED BUSINESS ENTERPRISES
2-1.12A General
Section 2-1.12 applies to a federal-aid contract.
Under 49 CFR 26.13(b):
The contractor, sub recipient or subcontractor shall not discriminate on the basis of race, color,
national origin, or sex in the performance of this contract. The contractor shall carry out applicable
requirements of 49 CFR part 26 in the award and administration of federally funded contracts. Failure
by the contractor to carry out these requirements is a material breach of this contract, which may
result in the termination of this contract or such other remedy as the recipient deems appropriate,
which may include, but is not limited to:
(1) Withholding monthly progress payments;
(2) Assessing sanctions;
(3) Liquidated damages; and/or
(4) Disqualifying the contractor from future bidding as non-responsible.
Include this assurance in each subcontract you sign with a subcontractor.
2-1.12B Disadvantaged Business Enterprise Goal
2-1.12B(1) General
Section 2-1.12B applies if a DBE goal is shown on the Notice to Bidders.
The Department shows a goal for DBEs to comply with the DBE program objectives provided in 49 CFR
26.1.
Make work available to DBEs and select work parts consistent with the available DBEs, including
subcontractors, suppliers, service providers, and truckers.
Meet the DBE goal shown on the Notice to Bidders or demonstrate that you made adequate good faith
efforts to meet this goal.
You are responsible to verify at bid opening the DBE firm is certified as a DBE by the California Unified
Certification Program and possess the work codes applicable to the type of work the firm will perform on
the Contract.
Determine that selected DBEs perform a commercially useful function for the type of work the DBE will
perform on the Contract as provided in 49 CFR 26.55(c)(1)—(4). Under 49 CFR 26.55(c)(1)—(4), the DBE
must be responsible for the execution of a distinct element of work and must carry out its responsibility by
actually performing, managing, and supervising the work.
All DBE participation will count toward Caltrans' federally mandated statewide overall DBE goal.
Credit for materials or supplies you purchase from DBEs will be evaluated on a contract-by-contract basis
and counts toward the goal in the following manner:
1. 100 percent if the materials or supplies are obtained from a DBE manufacturer.
2. 60 percent if the materials or supplies are obtained from a DBE regular dealer.
3. Only fees, commissions, and charges for assistance in the procurement and delivery of materials
or supplies if they are obtained from a DBE that is neither a manufacturer nor a regular dealer. 49
CFR 26.55 defines manufacturer and regular dealer.
You receive credit toward the goal if you employ a DBE trucking company that is performing a
commercially useful function. The Department uses the following factors in determining whether a DBE
trucking company is performing a commercially useful function:
• The DBE must be responsible for the management and supervision of the entire trucking operation
for which it is responsible on a particular contract, and there cannot be a contrived arrangement for
the purpose of meeting DBE goals.
• The DBE must itself own and operate at least one fully licensed, insured, and operational truck used
on the contract.
• The DBE receives credit for the total value of the transportation services it provides on the Contract
using trucks it owns, insures, and operates using drivers it employs.
• The DBE may lease trucks from another DBE firm, including an owner-operator who is certified as a
DBE. The DBE who leases trucks from another DBE receives credit for the total value of the
transportation services the lessee DBE provides on the Contract.
• The DBE may lease trucks without drivers from a non-DBE truck leasing company. If the DBE leases
trucks from a non-DBE truck leasing company and uses its own employees as drivers, it is entitled to
credit for the total value of these hauling services.
• A lease must indicate that the DBE has exclusive use of and control over the truck. This does not
preclude the leased truck from working for others during the term of the lease with the consent of the
DBE, so long as the lease gives the DBE absolute priority for use of the leased truck. Leased trucks
must display the name and identification number of the DBE.
[49 CFR 26.55(d)]
2-1.12B(2) DBE Commitment Submittal
Submit DBE information under section 2-1.33.
Submit a copy of the quote from each DBE shown on the DBE Commitment form that describes the type
and dollar amount of work shown on the form. If a DBE is participating as a joint venture partner, submit a
copy of the joint venture agreement.
2-1.12B(3) DBE Good Faith Efforts Submittal
You can meet the DBE requirements by either documenting commitments to DBEs to meet the Contract
goal or by documenting adequate good faith efforts to meet the Contract goal. An adequate good faith
effort means that the bidder must show that it took all necessary and reasonable steps to achieve a DBE
goal that, by their scope, intensity, and appropriateness to the objective, could reasonably be expected to
meet the DBE goal.
If you have not met the DBE goal, complete and submit the DBE Good Faith Efforts Documentation form
under section 2-1.33 showing that you made adequate good faith efforts to meet the goal. Only good faith
efforts directed toward obtaining participation by DBEs are considered.
Submit good faith efforts documentation within the specified time to protect your eligibility for award of the
contract in the event the Department finds that the DBE goal has not been met.
Refer to 49 CFR 26 app A for guidance regarding evaluation of good faith efforts to meet the DBE goal.
The Department considers DBE commitments of other bidders in determining whether the low bidder
made good faith efforts to meet the DBE goal.
2-1.13-2-1.30 RESERVED
Replace section 2-1.31 with:
2-1.31 RESERVED
2-1.31 OPT OUT OF PAYMENT ADJUSTMENTS FOR PRICE INDEX FLUCTUATIONS
You may opt out of the payment adjustments for price index fluctuations specified in section 9-1.07. To
opt out, submit a completed Opt Out of Payment Adjustments for Price Index Fluctuations form under
section 2-1.33.
2-1.32 RESERVED
2-1.33 BID DOCUMENT COMPLETION AND SUBMITTAL
2-1.33A General
Complete forms in the Bid book.
Submit an electronic bid online at http://www.BidExpress.com (Section 2-1.33D) or submit a hardcopy bid:
1. Under sealed cover
2. Marked as a bid
3. Identifying the contract number and the bid opening date
Certain bid forms must be submitted with the bid and properly executed.
Certain other forms and information must be submitted either with the bid or within the prescribed period
after bid opening as specified elsewhere in these special provisions.
Failure to submit the forms and information as specified results in a nonresponsive bid.
If an agent other than the authorized corporation officer or a partnership member signs the bid, file a
Power of Attorney with the Department either before opening bids or with the bid. Otherwise, the bid may
be nonresponsive.
2-1.33B Bid Item List and Bid Comparison
Submit a bid based on the bid item quantities the Department shows on Proposal 2. Bids will be
evaluated and the low bidder determined as indicated in the Notice to Bidders.
Do not submit an unbalanced bid. An unbalanced is a bid is one in which one or more bid items is/are
considered by the Department to have been bid at an amount that is unreasonably high or unreasonably
low. A bid may be considered to be non-responsive and may be rejected if it is considered by the
Department to be unbalanced.
2-1.33C Bid Document Completion
Proposal items are identified by title and by the word "Proposal"followed by the number assigned to the
proposal item in question. Proposal items are included in the Bid Book.
2-1.33C(1) Proposal 1 - Proposal to the Board of Supervisors of Fresno County
2-1.33C(2) Proposal 2 - Bid Item List
One or more sheet(s) or list(s) upon which the bidder completes the bid.
Fill out completely including a unit price and total for each unit price-based item and a total for each lump
sum item.
Do not make any additions such as "plus tax", "plus freight", or conditions such as "less 2% if paid by
15th".
Use ink or typewriter for paper bids.
2-1.33C(3) Proposal 3 - Evaluation of Bid Item List
Describes how inconsistences and irregularities are evaluated and corrected when Design Services
reviews the Bid Item List.
2-1.33C(4) Proposal 4- Bid Security and Signature
Submit one of the following forms of bidder's security equal to at least 10 percent of the bid:
• Cash
• Cashier's check
• Certified check
• Signed bidder's bond by an admitted surety insurer
Indicate type of bid security provided.
• Cash—Acceptable but not recommended. Cash is deposited in a clearing account and is
returned to bidders by County warrant. This process may take several weeks.
• Cashier's or Certified Checks. This type of security is held until the bid is no longer under
consideration. If submitted by a potential awardee, they will be returned when the contract is fully
executed by the bidder and bonds and insurance have been approved.
• Bid Bonds - Must be signed by the bidder and by the attorney-in-fact for the bonding company.
Provide notarized signature of attorney-in-fact accompanied by bonding company's affidavit
authorizing attorney-in-fact to execute bonds. An unsigned bid bond will be cause for rejection.
Provide contractor's license information.
State business name and if business is a:
• Corporation - list officers
• Partnership- list partners
• Joint Venture- list members; if members are corporations or partnerships, list their officers or
partners.
• Individual - list Owner's name and firm name style
Signature of Bidder-the following lists types of companies and corresponding authorized signers.
• Corporation - by an officer
• Partnership- by a partner
• Joint Venture- by a member
• Individual - by the Owner
If signature is by a Branch Manager, Estimator, Agent, etc., the bid must be accompanied by a power of
attorney authorizing the individual to sign the bid in question or to sign bids more generally, otherwise the
bid may be rejected.
Business Address - Firm's Street Address
Mailing Address - P.O. Box or Street Address
Complete, sign, and return with bid.
2-1.33C(5) Proposal 5 - Noncollusion Declaration
Must be completed, signed, and returned with bid.
2-1.33C(6) Proposal 6 - Public Contract Code Section 10285.1 Statement
Select"has"or"has not" in accordance with instructions on form, return with completed for with bid. Note
that signing the bid constitutes signing this statement.
2-1.33C(7) Proposal 7 - Public Contract Code Section 10162 Questionnaire And Public Contract
Code 10232 Statement
Select: "yes" or"no" accordance with instructions on form, include explanation if"yes" is selected. Return
completed form with bid. Note that signing the bid constitutes signing this questionnaire and statement.
2-1.33C(8) Proposal 8(a) through Proposal 8(f) -Subcontractors
Sheet(s) or spaces where bidders list subcontractors. List each subcontractor to perform work in an
amount in excess of 1/2 of 1 percent of the total bid (Pub Cont Code §4100 et seq.).
The Subcontractor List submitted with the bid must show the name, location of business, work portions to
be performed, and the contractor's license number for each subcontractor listed.
• Use subcontractor's business name style as registered with the License Board.
• Specify the city in which the subcontractor's business is located and the state if other than
California.
• Description of the work to be performed by the subcontractor. Indicate with bid item numbers
from the bid item list and/or work descriptions similar to those on bid item list.
• List license number and Department of Industrial Relations registration number for each
subcontractor.
Upon request from Design Services, provide the following additional information within 24 hours of bid
opening if not included on the Subcontractor List submitted with the bid:
• Complete physical address for each subcontractor listed.
• Percentage of the total bid or dollar amount associated with each subcontractor listed.
2-1.33C(9) Proposal 9 - Certification With Regard To The Performance Of Previous Contracts Or
Subcontracts Subject To The Equal Opportunity Clause And The Filing Of Required Reports
For a Federal-aid contract, complete, sign, and return with bid. Certification of proposed subcontractors is
the responsibility of the Bidder and must be provided to the County upon request.
2-1.33C(10) Proposal 10 - Title 49, Code Of Federal Regulations, Part 29 Debarment And
Suspension Certification
For a Federal-aid contract, complete, sign, and return with bid. Certification of proposed subcontractors is
the responsibility of the Bidder and must be provided to the County upon request.
2-1.33C(11) Proposal 11 -Nonlobbying Certification For Federal-Aid Contracts
For a Federal-aid contract, complete, sign, and return with bid.
2-1.33C(12) Proposal 12(a) through Proposal 12(b) -Disclosure Of Lobbying Activities
For a Federal-aid contract, complete, sign, and return with bid.
2-1.33C (13) Proposal 13(a) through Proposal 13(b) -Exhibit 15-G Local Agency Bidder DBE
Commitment(Construction Contracts)
For a Federal-aid contract, bidders must complete and submit so that it is received by Design Services,
no later than 4:00 PM on the fifth calendar day after the bid opening if not submitted with the bid.
2-1.33C(14) Proposal 14(a)through proposal 14(c) -Exhibit 15-H DBE Information— Good Faith
Efforts
For a Federal-aid contract, if you have not met the DBE goal, bidders must complete and submit so that it
is received by Design Services no later than 4:00 PM on the fifth calendar day after the bid opening if not
submitted with the bid.
2-1.33C(15) Proposal 15(a) through Proposal 15(b) —Exhibit 12-B Bidder's List of Subcontractor
(DBE and Non-DBE)
For a Federal-aid contract, bidders must submit so that it is received by Design Services, no later than
4:00 PM on the fifth (5th) calendar day after the bid opening if not submitted with the bid. Fill out as
completely as possible.
2-1.33C(16) Proposal 16 - Opt out of payment adjustments for price index fluctuations
Not used
2-1.33C(17) Proposal 17 - Guaranty
Does not need to be signed with the bid. Part of the contract which must be signed by the contractor
when contract is executed.
2-1.33D Electronic Bid Document Completion
Electronic versions of the bid book documents are available online at http://www.BidExpress.com, and
may be submitted through that website.
You must either attach an electronic bid bond or provide an original bid bond (or other form of bid security
authorized by Public Contract Code Section 20129(a)), prior to the bid opening.
Bidders submitting online may use one of the accepted electronic sureties (SurePath or Surety 2000)to
submit their bid bond; or may submit cash, cashier's check, certified check, or a bidder bond to Design
Services at 2220 Tulare St., Seventh Floor, Fresno, CA 93721. Those submitting bid bonds directly to
Design Services must submit their bid bond:
1. Under sealed cover
2. Marked as a bid-bond
3. Identifying the contract number and the bid opening date on the cover
2-1.34 BIDDER'S SECURITY
Submit one of the following forms of bidder's security equal to at least 10 percent of the bid:
1. Cash
2. Cashier's check
3. Certified check
4. Signed bidder's bond by an admitted surety insurer
Submit cash, cashier's check, certified check, or bidder's bond with your bid.
2-1.35-2-1.39 RESERVED
2-1.40 BID WITHDRAWAL
1. An authorized agent may withdraw a bid before the bid opening date and time by submitting a written
bid withdrawal request at the location where the bid was submitted. Withdrawing a bid does not
prevent you from submitting a new bid. An authorized agent is an individual authorized to submit a
bid.
2. After the bid opening time, you cannot withdraw a bid.
2-1.41-2-1.42 RESERVED
2-1.43 BID OPENING
The Department publicly opens and reads bids at the time and place shown on the Notice to Bidders.
2-1.44-2-1.45 RESERVED
2-1.46 DEPARTMENT'S DECISION ON BID
The Department's decision on the bid amount is final.
The Department may reject:
1. All bids
2. A nonresponsive bid
2-1.47 BID RELIEF
The Department may grant bid relief under Pub Cont Code § 5100 et seq. Submit any request for bid
relief to Design Services.
2-1.48 RESERVED
2-1.49 SUBMITTAL FAILURE HISTORY
The Department considers a bidder's past failure to submit documents required after bid opening in
determining a bidder's responsibility.
2-1.50 BID RIGGING
Section 2-1.50 applies to a federal-aid contract.
The U.S. Environmental Protection Agency (EPA) provides a toll-free"hotline" (Telephone No. 1-888-546-
8740) service to report bid rigging activities. Anyone with knowledge of possible bid rigging, bidder
collusion, or other fraudulent activities should use the "hotline"to report these activities. The"hotline" is
part of the EPA's continuing effort to identify and investigate contract fraud and abuse and is operated
under the direction of the EPA Inspector General. All information will be treated confidentially and caller
anonymity will be respected. Additional information may be obtained at https://www.epa.gov/office-
inspector-general/epa-oig-hotline#file now.
2-1.51 DISCLOSURE OF SELF-DEALING TRANSACTIONS
This provision is only applicable if the contractor is operating as a corporation (a for-profit or non-profit
corporation)or if during the term of this agreement, the contractor changes its status to operate as a
corporation.
Members of the contractor's Board of Directors shall disclose any self-dealing transactions that they are a
party to while contractor is providing goods or performing services under this agreement. A self-dealing
transaction shall mean a transaction to which the contractor is a party and in which one or more of its
directors has a material financial interest. Members of the Board of Directors shall disclose any self-
dealing transactions that they are a party to by completing and signing a Self-Dealing Transaction
Disclosure Form which is included in Project Details of these special provisions.
In the event that the Contractor(to whom the project is awarded) is operating as a corporation or
incorporates during the course of the construction contract, and any member of its board of directors is
engaged or intends to become engaged in self-dealing transaction(s), each member of its board of
directors who is engaged or intends to become engaged in a self-dealing transaction or transactions must
complete and submit to the County a completed Self-Dealing Transaction Disclosure Form (in Project
Details)for each such transaction prior to engaging therein or immediately thereafter.
3 CONTRACT AWARD AND EXECUTION
Replace Section 3 with:
3-1.01 GENERAL
Section 3 includes specifications related to contract award and execution.
3-1.02 CONSIDERATION OF BIDS
3-1.02A General
Bids will be compared on the basis listed in the Notice to Bidders.
3-1.02B Tied Bids
The Department breaks a tied bid with a coin toss.
3-1.03 CONTRACTOR REGISTRATION
No contractor or subcontractor may be awarded a contract for public work on a public works project
(awarded on or after April 1, 2015) unless registered with the Department of Industrial Relations pursuant
to Labor Code section 1725.5.
3-1.04 CONTRACT AWARD
3-1.04A BID PROTEST PROCEDURES
Any bid protest must be submitted in writing and delivered by the Bidder by either of the following means:
(1)via e-mail to Des ignServices(@-fresnocountyca.gov; or(2)via certified mail, return receipt requested to
the following address: Design Division, Department of Public Works and Planning, 2220 Tulare Street,
Sixth Floor, Fresno, CA 93721.
The bid protest must be received no later than 5:00 p.m. of the seventh (71h) calendar day following
the deadline for submittal of the specific bid document(s) placed at issue by the protest. Any
Bidder filing a protest is encouraged to submit the bid protest via e-mail, because the deadline is based on
the Department's receipt of the bid protest. A bid protest accordingly may be rejected as untimely if it is
not received by the deadline, regardless of the date on which it was postmarked. The Bidder's compliance
with the following additional procedures also is mandatory:
a. The initial protest document shall contain a complete statement of the grounds for the protest,
including a detailed statement of the factual basis and any supporting legal authority.
b. The protest shall identify and address the specific portion of the document(s)forming the basis for
the protest.
c. The protest shall include the name, address and telephone number of the person representing
the protesting party.
d. The Department will provide a copy of the initial protest document and any attached
documentation to all other Bidders or proposers who appear to have a reasonable prospect of
receiving an award depending upon the outcome of the protest.
e. The Board of Supervisors will issue a decision on the protest. If the Board of Supervisors
determines that a protest is frivolous, the party originating the protest may be determined to be
irresponsible and that party may be determined to be ineligible for future contract awards.
f. The procedure and time limits set forth herein are mandatory and are the Bidder's sole and
exclusive remedy in the event of a bid protest. Failure by the Bidder to comply with these
procedures shall constitute a waiver of any right to further pursue the bid protest, including the
subsequent filing of a Government Code Claim or legal proceedings.
3-1.04B AWARD PERIOD
If the Department awards the contract, the award is made to the lowest responsible bidder within 54
calendar days after bid opening.
The Department may extend the specified award period if the Bidder agrees.
You may request to extend the award period by faxing a request to Design Services before 4:00 p.m. on
or before the last day of the award period. If you do not make this request, after the specified award
period:
1. Your bid becomes invalid
2. You are not eligible for the award of the contract
3-1.05 CONTRACT BONDS (PUB CONT CODE §§ 10221 AND 10222)
The successful bidder must furnish 2 bonds conforming to the requirements in the Agreement of these
special provisions.
3-1.06 CONTRACTOR LICENSE
For a federal-aid contract, the Contractor must be properly licensed as a contractor from contract award
through Contract acceptance (Pub Cont Code § 10164).
For a non-federal-aid contract:
1. Contractor must be properly licensed as a contractor from bid opening through Contract acceptance
(Bus & Prof Code § 7028.15)
2. Joint venture bidders must obtain a joint venture license before contract award (Bus & Prof Code §
7029.1)
3-1.07 INSURANCE POLICIES
The successful bidder must submit copies of its insurance policies conforming to the requirements in the
Agreement of these special provisions.
3-1.08—3-1.10 RESERVED
3-1.11 PAYEE DATA RECORD
Complete and deliver to the Engineer a Payee Data Record form when requested by the Engineer.
3-1.12 RESERVED
3-1.13 FORM FHWA-1273
For a federal-aid contract, form FHWA-1273 is included with the Contract form in the documents sent to
the successful bidder for execution. Comply with its provisions. Interpret the training and promotion
section as specified in section 7-1.11A.
3-1.14-3-1.17 RESERVED
3-1.18 CONTRACT EXECUTION
The successful bidder must sign the Agreement.
Deliver to Design Services:
1. Signed Agreement including the attached form FHWA-1273
2. Contract bonds
3. Documents identified in section 3-1.07
4. For a federal-aid contract, Local Agency Bidder-DBE Information form
Design Services must receive these documents before the 10th business day after the bidder receives
the contract.
The bidder's security may be forfeited for failure to execute the contract within the time specified (Pub
Cont Code §§ 10181, 10182, and 10183).
3-1.19 BIDDERS' SECURITIES
The Department keeps the securities of the 1st, 2nd, and 3rd low bidders until the contract has been
executed. The other bidders' securities, other than bidders' bonds, are returned upon determination of the
1st, 2nd, and 3rd low bidders, and their bidders' bonds are of no further effect (Pub Cont Code § 10184).
4 SCOPE OF WORK
Replace Section 4-1.02 with:
4-1.02 INTENT
The Contract intent is to provide for work completion using the best general practices.
Nothing in the specifications, special provisions, Standard Specifications, or in any other Contract
document voids the Contractor's public safety responsibilities.
Replace Section 4-1.07C with:
4-1.07C Reserved
Replace Section 4-1.13 with:
4-1.13 CLEANUP
Before final inspection, leave the job site neat and presentable and dispose of:
1. Rubbish
2. Excess materials
3. Falsework
4. Temporary structures
5. Equipment
Remove warning, regulatory, and guide signs when directed by the Engineer.
5 CONTROL OF WORK
Delete the 9th Paragraph of Section 5-1.01
Add the following before the last sentence in Section 5-1.02
Caltrans Standard Plans, City of Fresno Standard Drawings, and any other other-agency Standard
Drawings included in the "Project Details" section of the book entitled "Specifications" have the same
ranking as Standard Plans."
All other drawings in the "Project Details" section of the book entitled "Specifications" have the same
ranking as Project Plans.
Tables and other documents in the "Project Details" section of the book entitled "Specifications" have the
same ranking as Special Provisions. If a portion of a document in the Project Details section conflicts with
the Special Provisions, the Special Provisions shall prevail.
Replace Section 5-1.09 with:
5-1.09 RESERVED
Replace Section 5-1.12 with:
5-1.12 ASSIGNMENT
No third-party agreement relieves you or your surety of the responsibility to complete the work. Do not
sell, transfer, or otherwise dispose of any Contract part without prior written consent from the Department.
If you assign the right to receive Contract payments, the Engineer accepts the assignment upon the
Engineer's receipt of a notice. Assigned payments remain subject to deductions and withholds described
in the Contract. The Department may use withheld payments for work completion whether payments are
assigned or not.
A pending or disapproved request for assignment does not relieve you of the responsibility to commence
and pursue work timely and in strict accordance with contract documents.
Replace Section 5-1.13C with:
5-1.13C RESERVED
Replace Section 5-1.13D with:
5-1.13D RESERVED
Add the following paragraph to the end of section 5-1.16 with:
Submit Daily Log records to the Engineer weekly for the entire course of work unless the Engineer
requests another interval.
Replace Section 5-1.20B(4)with:
5-1.20B(4) Contractor—Property Owner Agreement
Before procuring material from or disposing or stockpiling of material on non-highway property:
1. Provide proof that the property where materials are to be stockpiled or equipment parked/stored
is appropriately zoned and/or permitted for the use proposed by the Contractor.
2. Obtain written authorization from each and every owner of the property where materials are to be
stockpiled or equipment parked/stored.
3. Provide proof that the signor(s)of the authorization are the owners of the property.
4. Provide an executed release from the property owner(s) absolving the Department from any and
all responsibility in connection with the stockpiling of materials or parking/storage of equipment on
said property.
5. Obtain written permission from the Engineer to stockpile materials or park/store equipment at the
location designated in said authorization.
Before Contract acceptance, submit a document signed by the owner of the material source or disposal
site stating that the Contractor has complied with the Contractor-owner agreement.
Failure by the Contractor to provide written authorization shall result in the withholding of all funds due to
the Contractor until said authorization is received by the County.
Replace Section 5-1.23A with:
5-1.23A General
Section 5-1.23 includes specifications for action and informational submittals.
Any submittal not specified as an informational submittal is an action submittal.
Submit action and informational submittals to the Engineer. Unless otherwise specified in these
Specifications, submittals shall be provided via email in .pdf format.
Each submittal must have a cover sheet that must include:
1. Contract number
2. Project Name
3. Date
4. Submittals (and resubmittals if applicable) must be numbered sequentially
5. Structure number if applicable
6. Contractor
7. Person responsible for submitting the submittal
8. Signature of Contractor's representative sending submittal
9. Section number and/or item submittal is referencing
10. Pages of submittal, excluding cover sheet
The Department rejects a submittal if it has any error or omission.
If the last day for submitting a document falls on a Saturday or holiday, it may be submitted on the next
business day with the same effect as if it had been submitted on the day specified.
Documents must be submitted in the English language.
Convert documents to US customary units.
Replace Section 5-1.26 with:
5-1.26 CONSTRUCTION SURVEYS
The Engineer places stakes and/or marks as the Engineer determines to be necessary to establish the
lines and grades required for the work.
Submit your request for Engineer-furnished stakes:
1 Once staking area is ready for stakes
2. On a Request for Construction Stakes form
After your submittal, the Engineer starts staking within 2 working days.
Preserve stakes and marks placed by the Engineer. If the stakes or marks are destroyed, the Engineer
replaces them at the Engineer's earliest convenience and deducts the cost.
Replace Section 5-1.27E with:
5-1.27E CHANGE ORDER BILLS
Maintain separate records for change order work costs.
5-1.32 AREAS FOR USE
Occupy the highway only for purposes necessary to perform the work.
Defend, indemnify, and hold the Department harmless to the same extent as under section 7-1.05.
The Department does not allow temporary residences within the County right-of-way.
6 CONTROL OF MATERIALS
Replace section 6-1.05 with:
6-1.05 SPECIFIC BRAND OR TRADE NAME AND SUBSTITUTION
Unless substitution is expressly precluded in the special provisions, a reference to a specific brand or
trade name establishes a quality standard and is not intended to limit competition. Unless the Department
has made a public interest finding expressly authorizing sole source procurement of a particular item, you
may use a product that is equal to or better than the specified brand or trade name if authorized.
Submit a substitution request with a time period that:
1. Follows Contract award
2. Allows 30 days for review
3. Causes no delay
Include substantiating data with the substitution request that proves that substitution:
1. Causes no delay
2. Is of equal or better quality and suitability
If the special provisions disallow substitution of a particular item, provide the specified item and do not
propose substitution.
7 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC
Replace the 2nd Paragraph of Section 7-1.02K(2) with:
The general prevailing wage rates and any applicable changes to these wage rates are available:
1. From Design Services
2. From the Department of Industrial Relations'Web site
Replace section 7-1.02K(3)with:
Keep accurate payroll records.
Submit a copy of your certified payroll records, weekly, including those of subcontractors. Include:
1. Each employee's:
1.1. Full name
1.2. Address
1.3. Social security number
1.4. Work classification
1.5. Straight time and overtime hours worked each day and week
1.6. Actual wages paid for each day to each:
1.6.1. Journeyman
1.6.2. Apprentice
1.6.3. Worker
1.6.4. Other employee you employ for the work
1.7. Pay rate
1.8. Itemized deductions made
1.9. Check number issued
1.10. Fringe Benefits
2. Apprentices and the apprentice-to-journeyman ratio
Each certified payroll record must include a Statement of Compliance form signed under penalty of
perjury that declares:
1. Information contained in the payroll record is true, correct, and complete
2. Employer has complied with the requirements of sections 1771, 1811, and 1815 for any work
performed by his or her employees on the public works project
3. Wage rates paid are at least those required by the Contract
Submitted certified payrolls for hauling and delivering ready-mixed concrete must be accompanied by a
written time record. The time record must include:
1. Truck driver's full name and address
2. Name and address of the factory or batching plant
3. Time the concrete was loaded at the factory or batching plant
4. Time the truck returned to the factory or batching plant
5. Truck driver's signature certifying under penalty of perjury that the information contained in this written
time record is true and correct
Make certified payroll records available for inspection at all reasonable hours at your main office on the
following basis:
1. Upon the employee's request or upon request of the employee's authorized representative, make
available for inspection a certified copy of the employee's payroll record.
2. Refer the public's requests for certified payroll records to the Department. Upon the public's request,
the Department makes available for inspection or furnishes copies of your certified payroll records.
Do not give the public access to the records at your main office.
Make all payroll records available for inspection and copying or furnish a copy upon request of a
representative of the:
1. Department
2. Division of Labor Standards Enforcement of the Department of Industrial Relations
3. Division of Apprenticeship Standards of the Department of Industrial Relations
Furnish the Department the location of the records. Include the street address, city, and county. Furnish
the Department a notification of a location and address change within 5 business days of the change.
Comply with a request for the records within 10 days after you receive a written request. If you do not
comply within this period, the Department withholds from progress payments a $100 penalty for each day
or part of a day for each worker until you comply. You are not assessed this penalty for a subcontractor's
failure to comply with Labor Code § 1776.
The Department withholds from progress payments for delinquent or inadequate records (Labor Code §
1771.5). If you have not submitted an adequate record by the month's 15th day for the period ending on
or before the 1 st of that month, the Department withholds up to 10 percent of the monthly progress
estimate, exclusive of mobilization. The Department does not withhold more than $10,000 or less than
$1,000.
7-1.02K(4)i Apprenticeship Requirements for non-Federal Projects
A. Pursuant to Sections 1770-1780 of the Labor Code of the State of California, the Director of
the Department of Industrial Relations has determined the general prevailing rate of wages in
the locality for each craft or type of worker needed to execute the work. Said wage rates
pursuant to Section 1773.2 of the Labor Code are on file with the Clerk to the Fresno County
Board of Supervisors, and will be made available to any interested person on request. A
copy of this wage scale may also be obtained at the following Web Site: www.dir.ca.gov/dlsr.
B. Pursuant to Section 1775 of the Labor Code of the State of California, nothing in this Article
shall prevent the employment of properly registered apprentices upon public works. Every
such apprentice shall be paid the standard wage paid to apprentices under the regulations of
the craft or trade at which he/she is employed, and shall be employed only at the work of the
craft or trade to which he/she is registered.
C. Only apprentices, as defined in Section 3077, who are in training under apprenticeship
standards and written apprentice agreements under Chapter 4 (commencing at Section
3070), Division 3, of the Labor Code, are eligible to be employed on public works. The
employment and training of each apprentice shall be in accordance with the provisions of the
apprenticeship standards and apprentice agreements under which he/she is training.
Replace Section 7-1.02M(2) with:
7-1.02M(2) Fire Prevention
Cooperate with local fire prevention authorities in eliminating hazardous fire conditions.
Obtain the phone numbers of the nearest fire suppression agency, California Department of Forestry and
Fire Protection (Cal Fire) unit headquarters, United States Forest Service (USFS) ranger district office,
and U.S. Department of Interior(USDI) BLM field office. Submit these phone numbers to the Engineer
before the start of job site activities.
Immediately report to the nearest fire suppression agency fires occurring within the project limits.
Prevent project personnel from setting open fires that are not part of the work.
Prevent the escape of and extinguish fires caused directly or indirectly by job site activities
Except for motor trucks, truck tractors, buses, and passenger vehicles, equip all hydrocarbon-fueled
engines, both stationary and mobile including motorcycles, with spark arresters that meet USFS
standards as specified in the Forest Service Spark Arrester Guide. Maintain the spark arresters in good
operating condition. Spark arresters are not required by Cal Fire, the BLM, or the USFS on equipment
powered by properly maintained exhaust-driven turbo-charged engines or equipped with scrubbers with
properly maintained water levels. The Forest Service Spark Arrester Guide is available at the district
offices.
Each toilet must have a metal ashtray at least 6 inches in diameter by 8 inches deep half-filled with sand
and within easy reach of anyone using the facility.
Locate flammable materials at least 50 feet away from equipment service, parking, and gas and oil
storage areas. Each small mobile or stationary engine site must be cleared of flammable material for a
radius of at least 15 feet from the engine.
Each area to be cleared and grubbed must be cleared and kept clear of flammable material such as dry
grass, weeds, brush, downed trees, oily rags and waste, paper, cartons, and plastic waste. Before
clearing and grubbing, clear a fire break at the outer limits of the areas to be cleared and grubbed. Other
fire breaks may be ordered and are change order work.
Furnish the following fire tools:
1. 1 shovel and 1 fully charged fire extinguisher UL rated at 4 B:C or more on each truck, personnel
vehicle, tractor, grader, or other heavy equipment.
2. 1 shovel and 1 backpack 5-gallon water-filled tank with pump for each welder.
3. 1 shovel or 1 chemical pressurized fire extinguisher, fully charged, for each gasoline-powered tool,
including chain saws, soil augers, and rock drills. The fire tools must always be within 25 feet from the
point of operation of the power tool. Each fire extinguisher must be of the type and size required by
the Pub Res Code §4431 and 14 CA Code of Regs § 1234. Each shovel must be size O or larger
and at least 46 inches long.
The pickup truck and operator must patrol the area of construction for at least 1/2 hour after job site
activities have ended.
Cal Fire, USFS, and BLM have established the following adjective class ratings for 5 levels of fire danger
for use in public information releases and fire protection signing: low, moderate, high, very high, extreme.
Obtain the fire danger rating daily for the project area from the nearest Cal Fire unit headquarters, USFS
ranger district office, or BLM field office.
Arrangements have been made with Cal Fire, USFS, and BLM to notify the Department when the fire
danger rating is very high or extreme. This information will be furnished to the Engineer who will notify
you for dissemination and action in the area affected. If a discrepancy between this notice and the fire
danger rating obtained from the nearest office of either Cal Fire or USFS exists, you must conduct
operations according to the higher of the two fire danger ratings.
If the fire danger rating reaches very high:
1. Falling of dead trees or snags must be discontinued.
2. No open burning is permitted and fires must be extinguished.
3. Welding must be discontinued except in an enclosed building or within an area cleared of flammable
material for a radius of 15 feet.
4. Blasting must be discontinued.
5. Smoking is allowed only in automobiles and cabs of trucks equipped with an ashtray or in cleared
areas immediately surrounded by a fire break unless prohibited by other authority.
6. Vehicular travel is restricted to cleared areas except in case of emergency.
If the fire danger rating reaches extreme, take the precautions specified for a very high fire danger rating
except smoking is not allowed in an area immediately surrounded by a firebreak and work of a nature that
could start a fire requires that properly equipped fire guards be assigned to such operation for the
duration of the work.
The Engineer may suspend work wholly or in part due to hazardous fire conditions. The days during this
suspension are non—working days.
If field and weather conditions become such that the determination of the fire danger rating is suspended,
section 7-1.02M(2)will not be enforced for the period of the suspension of the determination of the fire
danger rating. The Engineer will notify you of the dates of the suspension and resumption of the
determination of the fire danger rating.
Add between the 9th and 10th paragraphs of section 7-1.03:
07-15-16
If a height differential of more than 0.04 foot is created by construction activities at a joint transverse to
the direction of traffic on the traveled way or a shoulder subject to public traffic, construct a temporary
taper at the joint with a slope complying with the requirements shown in the following table:
Temporary Tapers
Height differential Sloe horizontal:vertical
foot Taper use of 14 gays or less Taper use of more than 14 da s
Greater than 0.08 100:1 or flatter 200:1 or flatter
0.04-0.08 70:1 or flatter 70:1 or flatter
For a taper on existing asphalt concrete or concrete pavement, construct the taper with minor HMA under
section 39-2.07.
Grind existing surfaces to accommodate a minimum taper thickness of 0.10 foot under either of the
following conditions:
1. HMA material such as rubberized HMA, polymer-modified bonded wearing course, or open-graded
friction course is unsuitable for raking to a maximum 0.02 foot thickness at the edge
2. Taper will be in place for more than 14 days
For a taper on a bridge deck or approach slab, construct the taper with polyester concrete under section
60-3.04B.
The completed surface of the taper must be uniform and must not vary more than 0.02 foot from the lower
edge of a 12-foot straightedge when placed on its surface parallel and perpendicular to traffic.
If authorized, you may use alternative materials or methods to construct the required taper.
Replace Section 7-1.04 with:
7-1.04 PUBLIC SAFETY
7-1.04A GENERAL
You are responsible to provide for public safety.
Do not construct a temporary facility that interferes with the safe passage of traffic.
Control dust resulting from the work, inside and outside the right-of-way.
Move workers, equipment, and materials without endangering traffic.
Whenever your activities create a condition hazardous to the public, furnish, erect and maintain those
fences, temporary railing, barricades, lights, signs, and other devices and take any other necessary
protective measures to prevent damage or injury to the public.
Any fences, temporary railing, barricades, lights, signs, or other devices furnished, erected and
maintained by you are in addition to those for which payment is provided elsewhere in the specifications.
Provide flaggers whenever necessary to ensure that the public is given safe guidance through the work
zone. At locations where traffic is being routed through construction under one-way controls, move your
equipment in compliance with the one-way controls unless otherwise ordered.
Use of signs, lights, flags, or other protective devices must comply with the California MUTCD and any
directions of the Engineer. Signs, lights, flags or other protective devices must not obscure the visibility of,
nor conflict in intent, meaning, and function of either existing signs, lights and traffic control devices, or
any construction area signs.
Keep existing traffic signals and highway lighting in operation. Other forces within the Department will
perform routine maintenance of these facilities during the work.
Cover signs that direct traffic to a closed area.
Install temporary illumination in a manner which the illumination and the illumination equipment does not
interfere with public safety. The installation of general roadway illumination does not relieve you from
furnishing and maintaining any protective devices.
Equipment must enter and leave the highway via existing ramps and crossovers and must move in the
direction of traffic. All movements of workmen and construction equipment on or across lanes open to
traffic must be performed in a manner that do not endanger the public. Your vehicles or other mobile
equipment leaving an open traffic lane to enter the construction area must slow down gradually in
advance of the location of the turnoff to give the traffic following an opportunity to slow down. When
leaving a work area and entering a roadway carrying traffic, your vehicles and equipment must yield to
traffic.
Immediately remove hauling spillage from a roadway lane or shoulder open to traffic. When hauling on
roadways, trim loads and remove material from shelf areas to minimize spillage.
Notify the Engineer not less than 5 days before the anticipated start of an activity that will change the
vertical or horizontal clearance available to traffic, including shoulders.
Do not store vehicles, material, or equipment in a way that:
1. Creates a hazard to the public
2. Obstructs traffic control devices
Do not install or place temporary facilities used to perform the work which interfere with the free and safe
passage of traffic.
Temporary facilities that could be a hazard to public safety if improperly designed must comply with
design requirements described in the Contract for those facilities or, if none are described, with standard
design criteria or codes appropriate for the facility involved. Submit shop drawings and design
calculations for the temporary facilities and show the standard design criteria or codes used. Shop
drawings and supplemental calculations must be sealed and signed by an engineer who is registered as
a civil engineer in the State.
If you appear to be neglectful or negligent in furnishing warning devices and taking protective measures,
the Engineer may direct your attention to the existence of a hazard. You must furnish and install the
necessary warning devices. If the Engineer points out the inadequacy of warning devices and protective
measures, that action on the part of the Engineer does not relieve you from your responsibility for public
safety or abrogate your obligation to furnish and pay for these devices and measures.
Install Type K temporary railing or other authorized protective systems under any of the following
conditions:
1. Excavations: Where the near edge of the excavation is within 15 feet from the edge of an open traffic
lane
2. Temporarily unprotected permanent obstacles: When the work includes the installation of a fixed
obstacle together with a protective system, such as a sign structure together with protective railing,
and you elect to install the obstacle before installing the protective system; or you, for your
convenience and as authorized, remove a portion of an existing protective railing at an obstacle and
do not replace such railing completely the same day
3. Storage areas: When material or equipment is stored within 15 feet of the edge of an open traffic lane
and the storage is not otherwise prohibited by the Contract
4. Height differentials: When construction operations create a height differential greater than 0.15 feet
within 15 feet of the edge of traffic lane
Installation of Type K temporary railing is not required if an excavation within 15 feet from the edge of an
open traffic lane is protected by any of the following:
1. Steel plate or concrete covers of adequate thickness to prevent accidental entry by traffic or the
public
2. Side slope where the downhill slope is 4:1 (horizontal: vertical) or less unless a naturally occurring
condition
3. Barrier or railing
Offset the approach end of Type K temporary railing a minimum of 15 feet from the edge of an open
traffic lane. Install the temporary railing on a skew toward the edge of the traffic lane of not more than 1
foot transversely to 10 feet longitudinally with respect to the edge of the traffic lane. If the 15-foot
minimum offset cannot be achieved, the temporary railing must be installed on the 10 to 1 skew to obtain
the maximum available offset between the approach end of the railing and the edge of the traffic lane,
and an array of temporary crash cushion modules must be installed at the approach end of the temporary
railing.
Secure Type K temporary railing in place before starting work for which the temporary railing is required.
Where 2 or more lanes in the same direction are adjacent to the area where the work is being performed,
including shoulders, the adjacent lane must be closed under any of the following conditions:
1. Work is off the traveled way but within 6 feet of the edge of the traveled way, and the approach speed
is greater than 45 miles per hour
2. Work is off the traveled way but within 3 feet of the edge of the traveled way, and the approach speed
is less than 45 miles per hour
Closure of the adjacent traffic lane is not required when performing any of the following:
1. Working behind a barrier
2. Paving, grinding, or grooving
3. Installing, maintaining, or removing traffic control devices except Type K temporary railing
Do not reduce an open traffic lane width to less than 10 feet. When traffic cones or delineators are used
for temporary edge delineation, the side of the base of the cones or delineators nearest to traffic is
considered the edge of the traveled way.
If a traffic lane is closed with channelizers for excavation work, move the devices to the adjacent edge of
the traveled way when not excavating. Space the devices as specified for the lane closure.
Do not move or temporarily suspend anything over a traffic lane open to the public unless the public is
protected.
7-1.04B WORK ZONE SAFETY AND MOBILITY
7-1.04B(1) POLICY
In order to ensure safe and efficient flow of traffic through work zones, the County of Fresno, via its
General Plan, Transportation and Circulation Element, Policy TRA-1, has adopted the use of AASHTO
Standards as supplemented by Caltrans and County Department of Public Works and Planning
Standards.
7-1.04B(2)TRAFFIC MANAGEMENT PLAN
Perform traffic management shall be in accordance with Section 12, "TEMPORARY TRAFFIC
CONTROL,"of these special provisions.
7-1.04B(3)TEMPORARY TRAFFIC CONTROL PLAN
Prepare traffic control plan(s) in accordance with Section 12, "TEMPORARY TRAFFIC CONTROL," of
these special provisions.
7-1.04B(4)PUBLIC INFORMATION
Provide notice to public agencies and others to the extent required, if any, elsewhere in these special
provisions. The Engineer provides other noticing not identified to be performed by the Contractor.
Replace Section 7-1.06 with:
7-1.06 INSURANCE
7-1.06A General
Nothing in the Contract is intended to establish a standard of care owed to any member of the public or to
extend to the public the status of a third-party beneficiary for any of these insurance specifications.
7-1.06B Casualty Insurance
Obtain and maintain insurance on all of your operations with companies acceptable to the Department as
follows:
1. Keep all insurance in full force and effect from the start of the work through Contract acceptance.
2. All insurance must be with an insurance company with a rating from A.M. Best Financial Strength
Rating of A or better and a Financial Size Category of VIII or better.
3. Maintain completed operations coverage with a carrier acceptable to the State through the expiration
of the patent deficiency in construction statute of repose set forth in Civ Pro Code § 337.1.
7-1.06C Workers' Compensation and Employer's Liability Insurance
Under Labor Code § 1860, secure the payment of worker's compensation under Labor Code § 3700.
Submit to the Department the following certification before performing the work (Labor Code § 1861):
am aware of the provisions of Section 3700 of the Labor Code which require every employer to be
insured against liability for workers' compensation or to undertake self-insurance in accordance with
the provisions of that code, and I will comply with such provisions before commencing the
performance of the work of this contract.
Contract signing constitutes certification submittal.
Provide Employer's Liability Insurance in amounts not less than:
1. $1,000,000 for each accident for bodily injury by accident
2. $1,000,000 policy limit for bodily injury by disease
3. $1,000,000 for each employee for bodily injury by disease
If there is an exposure of injury to your employees under the U.S. Longshoremen's and Harbor Workers'
Compensation Act, the Jones Act, or under laws, regulations, or statutes applicable to maritime
employees, coverage must be included for such injuries or claims.
7-1.06D Liability Insurance
7-1.06D(1) General
Carry General Liability and Umbrella or Excess Liability Insurance covering all operations by or on behalf
of you providing insurance for bodily injury liability and property damage liability for the following limits
and including coverage for:
1. Premises, operations and mobile equipment
2. Products and completed operations
3. Broad form property damage (including completed operations)
4. Explosion, collapse, and underground hazards
5. Personal injury
6. Contractual liability
7-1.06D(2) Liability Limits/Additional Insureds
Refer to the Agreement of these special provisions
Additional insured coverage must be provided by a policy provision or by an endorsement providing
coverage at least as broad as Additional Insured(Form B) endorsement form CG 2010, as published by
the Insurance Services Office (ISO), or other form designated by the Department.
7-1.06D(3) Contractor's Insurance Policy is Primary
The policy must stipulate that the insurance afforded the additional insureds applies as primary insurance.
Any other insurance or self-insurance maintained by the State is excess only and must not be called upon
to contribute with this insurance.
7-1.06E Automobile Liability Insurance
Comply with requirements in the Agreement of these special provisions
7-1.06F Policy Forms, Endorsements, and Certificates
Provide your General Liability Insurance under Commercial General Liability policy form no. CG0001 as
published by the Insurance Services Office (ISO)or under a policy form at least as broad as policy form
no. CG0001.
7-1.06G NOT USED
7-1.06H Enforcement
The Department may assure your compliance with your insurance obligations. Ten days before an
insurance policy lapses or is canceled during the Contract period you must submit to the Department
evidence of renewal or replacement of the policy.
If you fail to maintain any required insurance coverage, the Department may maintain this coverage and
withhold or charge the expense to you or terminate your control of the work.
You are not relieved of your duties and responsibilities to indemnify, defend, and hold harmless the State,
its officers, agents, and employees by the Department's acceptance of insurance policies and certificates.
Minimum insurance coverage amounts do not relieve you for liability in excess of such coverage, nor do
they preclude the State from taking other actions available to it, including the withholding of funds under
this Contract.
7-1.061 Self-Insurance
Comply with the Agreement of these special provisions
Replace Section 7-1.07 with:
7-1.07 LEGAL ACTIONS AGAINST THE DEPARTMENT
7-1.07A General
If legal action is brought against the Department over compliance with a State or federal law, rule, or
regulation applicable to highway work, then:
1. If the Department in complying with a court order prohibits you from performing work, the resulting
delay is a suspension related to your performance, unless the Department terminates the Contract.
2. If a court order other than an order to show cause or the final judgment in the action prohibits the
Department from requiring you to perform work, the Department may delete the prohibited work or
terminate the Contract.
7-1.07C Claims
This section applies to non-seal coat projects which involve asphalt concrete paving. Pay for claims for
personal property damage caused by your work. Claims are limited to:
1. 10 percent of the total bid
Within 30 days of the last working day placement of hot mix asphalt, do the following:
1. Process and resolve all claims reported or submitted to you by the public as follows:
1.1. Within 3 business days of receipt of a claim, submit to the Department a copy of the claim, a
written analysis of the claim, and a statement indicating whether or not you will pay the claim. If
you reject a claim, provide the reasons for rejection in writing.
1.2. If the claimant becomes dissatisfied with your handling of the claim, immediately refer the
claimant to the local district claims office for assistance in resolving the claim.
2. Submit to the Department evidence of your paid claims.
All claims presented to the Department, (Govt Code § 900 et seq.) are processed and resolved by the
Department as follows:
1. The claims are processed as formal government claims subject to all laws and policies and are
resolved as the Department determines including referring the claim to you for handling.
2. If the Department approves settlement of a claim or is ordered to pay pursuant to a court order, the
claim is paid from funds withheld from you.
3. Within 3 business days of the Department's determination that you are responsible for resolving the
claim, the Department sends a copy of the claim to you for resolution or notifies you of the
Department's decision to resolve the claim.
The Department withholds an amount not to exceed 5 percent of the total bid to resolve all claims. The
amount is held no longer than 60 days following the last working day so that the Department has ample
time to resolve any pending claims. After 60 days, any remaining amount withheld is returned to you.
If no withheld funds remain or have been returned, the Department may pay any claims and seek
reimbursement from you through an offset or any other legal means. Any reimbursement or offset to be
recovered from you, including all other paid claims, is limited to 10 percent of the total bid.
Section 7-1.07C does not limit your obligation to defend and indemnify the Department.
Add between the 1st and 2nd paragraphs of section 7-1.11A:
Comply with 46 CFR 381.7(a)—(b).
8 PROSECUTION AND PROGRESS
Replace Section 8 with:
8-1.01 GENERAL
Section 8 includes specifications related to prosecuting the Contract and work progress.
8-1.01A Work Hours
Perform all work on working days during daytime.
Plan work so that all construction operations performed each day, including cleanup of the project site,
establishment of appropriate traffic control and any other work necessary for the safety of the public shall
be completed within the daytime hours.
Do not perform work during nighttime unless approved by the Engineer
Request approval to work during nighttime in writing and include the appropriate traffic control plan(s)and
work plan(s)which clearly identify all provisions for illuminating all portions of the work site, including any
flagging operations.
If you fail to complete work during the daytime hours, the Engineer may stop all work upon the onset of
nighttime and order you to perform any and all work the Engineer deems necessary to ensure the safety
of the public during the nighttime hours.
You are not entitled to any additional compensation or extension of the contract time as a result of the
Engineer stopping the work due to the onset of nighttime.
8-1.02 SCHEDULE
8-1.02A General
Upon completion of all work, the Department returns the withholds associated with section 8-1.02 and
makes a payment adjustment for work not performed in the same manner as work-character changes.
8-1.0213 Level 1 Critical Path Method Schedule
8-1.0213(1) General
No pay item is provided for Level 1 Critical Path Project Schedule. Payment is considered to be included
in the various items of work.
Before or at the preconstruction conference, submit a CPM baseline schedule.
For each schedule, submit:
1. Plotted original, time-scaled network diagram on a sheet at least 8-1/2 by 11 inches with a title block
and timeline
2. A electronic copy in PDF (Adobe Acrobat compatible)format via email to the Engineer.
8-1.02B(2) Schedule Format
On each schedule, show:
1. Planned and actual start and completion dates of each work activity, including applicable:
1.1. Submittal development
1.2. Submittal review and acceptance
1.3. Material procurement
1.4. Contract milestones and constraints
1.5. Equipment and plant setup
1.6. Interfaces with outside entities
1.7. Erection and removal of falsework and shoring
1.8. Test periods
1.9. Major traffic stage change
1.10. Final cleanup
2. Order that you propose to prosecute the work
3. Logical links between the time-scaled work activities
4. All controlling activities
5. Legible description of each activity
6. At least 1 predecessor and 1 successor to each activity except for project start and project end
milestones
7. Duration of at least 1 working day for each activity
8. Start milestone date as the Contract approval date
8-1.02B(3) Updated Schedule
Submit a monthly updated schedule that includes the status of work completed to date and the work yet
to be performed as planned.
You may include changes to updated schedules that do not alter a critical path or extend the scheduled
completion date compared to the current schedule. Changes may include:
1. Adding or deleting activities
2. Changing activity constraints
3. Changing durations
4. Changing logic
If any proposed change in planned work would alter the critical path or extend the scheduled completion
date, submit a revised schedule within 15 days of the proposed change.
8-1.02C-8-1.02F Reserved
8-1.03 PRECONSTRUCTION CONFERENCE
Attend a preconstruction conference with key personnel, including your assigned representative, at a time
and location determined by the Engineer. Submit documents as required before the preconstruction
conference.
Be prepared to discuss the topics and documents shown in the following table:
Topic Document
Potential claim and dispute Potential claim forms
resolution
Contractor's representation Assignment of Contractor's representative
DBE Final utilization reports
Equipment E ui ment list
Labor compliance and equal Job site posters and benefit and payroll reports
employment opportunity
Material inspection Notice of Materials to be Used form
Materials on hand Request for Payment for Materials on Hand form
Measurements Partnering --
Quality control QC plans
Safety Injury and Illness Prevention Program and job site posters
Schedule Baseline schedule and Weekly Statement of Working Days form
Subcontracting Subcontracting Request form
Surveying Survey Request form
Traffic control Traffic contingency Ian and traffic control plans
Utility work Weight limitations --
Water pollution control SWPPP or WPCP
Work restrictions PLACs
Action submittals --
8-1.04 START OF JOB SITE ACTIVITIES
8-1.04A General
Provide signed contracts, bonds, and evidence of insurance timely as required.
This section, 8-1.04, "Start of Job Activities," does not modify remedies available to the Department
should you fail to provide signed contracts bonds and insurance timely.
Submit a notice 72 hours before starting job site activities. If the project has more than 1 location of work,
submit a separate notice for each location.
You may start job site activities before receiving notice of Contract approval if you:
1. Deliver the signed Contract, bonds, and evidence of insurance to the Department
2. Submit 72-hour notice
3. Are authorized by the Department to start
4. Perform work at your own risk
5. Perform work under the Contract
If the Contract is approved, work already performed that complies with the Contract is authorized.
If the Contract is not approved, leave the job site in a neat condition. If a facility has been changed,
restore it to its former condition or an equivalent condition. The Department does not pay for the
restoration.
Replace Section 8-1.0413 with:
8-1.04B Reserved
Replace Section 8-1.04C with:
8-1.04C Long Lead Time Equipment Start
Section 8-1.0413, Standard Start, does not apply to this project
This project includes two, non-concurrent phases.
The first order of work (submittals) involves submittals, work coordination and equipment procurement.
The second order of work involves physical construction upon the project site.
8-1.04C(1) First Order of Work, Submittals
Be prepared to begin the first order of work no later than the 20th business day after award of the
Contract by the Department.
The Engineer may issue a notice to proceed with the first order of work as soon as the Contracts,
including bonds and insurance certificates, have been approved.
Start the first order of work on the day shown in the notice to proceed, unless an early start has been
approved.
The Engineer may issue a notice of commencement of contract time for the first order of work if you fail to
provide Contracts, including bonds and insurance certificates or other required documents timely.
The Engineer shall have a maximum of ten (10)working days in which to review and approve or reject
each submittal from the Contractor. In the event that the Engineer rejects any of the Contractor's initial
submittals, the Engineer shall have a maximum of ten (10)working days in which to review and approve
or reject each re-submittal from the Contractor. The ten (10)working day time period for the Engineer's
review shall commence on the day upon which the Engineer receives the submittal or re-submittal in
question.
In the event that the Engineer's review of a submittal or re-submittal requires in excess of ten (10)
working days, the Engineer shall extend the number of working days allowed for the completion of the
first order of work by one working day for each working day of delay in the Engineer's completion of the
review.
The first order of work is complete when you:
• have received approval for all submittals required for the project.
• have furnished a statement from the vendors that the orders for required equipment and materials
has been received and accepted by said vendor
• have furnished a statement from vendors which indicates that the anticipated delivery date for the
equipment and materials ordered is in conformance with contract requirements.
• Receive a written statement that the first order of work is complete.
Complete the first order of work before the expiration of
THIRTY(30)WORKING DAYS
from the date shown in said Notice to Proceed, or in the Notice of Commencement of Contract Time,
whichever was issued first.
Pay to the County of Fresno the sum of
FIVE HUNDRED ($500.00)
per day for each and every calendar day's delay in finishing the first order of work in excess of the
number of working days prescribed above.
8-1.04C(2) Second Order of Work
The Engineer, in their sole discretion, may issue the Notice to Proceed —Second Order of Work
immediately upon delivery to the Contractor of the materials and equipment necessary to construct the
project. Alternatively, the Engineer may defer issuance of the Notice to Proceed —Second Order of Work
to the extent the Engineer, in their sole discretion, deems appropriate.
Begin work at the site on the date shown on the Notice to Proceed —Second Order of Work. Do not
begin site work prior to the date shown on the Notice to Proceed —Second Order of Work. The date
shown on the Notice to Proceed —Second Order of Work will be the first working day charged against the
allotted number of working days for the second order of work.
Days when other contractors, that are not your subcontractors, are executing work that interfere with your
work will not be considered as working days.
Complete the second order of work before the expiration of
EIGHTY(80)WORKING DAYS
from the date shown in said Notice to Proceed —Second Order of Work.
Complete all work, including corrective work and punch list work, prior to the expiration of the allotted
working days. Working days continue to accrue until corrective work and punch list work is completed
and accepted.
Pay to the County of Fresno the sum of
ONE THOUSAND ($1,000.00)
per day for each and every calendar day's delay in finishing the second order of work, including corrective
work and punch list work in excess of the number of working days prescribed above.
Such payment is in addition to payment, if any, for failure to complete the first order of work as specified.
8-1.05 TIME
Contract time starts on the day specified in the notice to proceed or in the notice of commencement of
contract time as described in section 8-1.04 or on the day you start job site activities, whichever occurs
first.
Complete the work within the Contract time.
Meet each specified interim work completion date.
The Engineer issues a Weekly Statement of Working Days by the end of the following week.
The Weekly Statement of Working Days shows:
1. Working days and non—working days during the reporting week
2. Time adjustments
3. Work completion date computations, including working days remaining
4. Controlling activities
8-1.06 SUSPENSIONS
The Engineer may suspend work wholly or in part due to conditions unsuitable for work progress. Provide
for public safety and a smooth and unobstructed passageway through the work zone during the
suspension as specified in sections 7-1.03 and 7-1.04. Providing the passageway is force account work.
The Department makes a time adjustment for the suspension due to a critical delay.
The Engineer may suspend work wholly or in part due to your failure to (1)fulfill the Engineer's orders, (2)
fulfill a Contract part, or(3) perform weather-dependent work when conditions are favorable so that
weather-related unsuitable conditions are avoided or do not occur. The Department may provide for a
smooth and unobstructed passageway through the work during the suspension and deduct the cost from
payments. The Department does not make a time adjustment for the suspension.
Upon the Engineer's order of suspension, suspend work immediately. Resume work when ordered.
8-1.07 DELAYS
8-1.07A General
To request a delay-related time or payment adjustment, submit an RFI.
8-1.07B Time Adjustments
The Department may make a time adjustment for a critical delay. The Engineer uses information from the
schedule to evaluate requests for time adjustments. To request an adjustment, submit a revised schedule
showing the delay's effect on the controlling activity. If the delay has:
1. Occurred, submit records of the dates and what work was performed during the delayed activity
2. Not occurred, submit the expected dates or duration of the delayed activity
Update the schedule to the last working day before the start of the delay if ordered.
8-1.07C Payment Adjustments
The Department may make a payment adjustment for an excusable delay that affects your costs.
Only losses for idle equipment, idle workers, and moving or transporting equipment are eligible for delay-
related payment adjustments.
The Engineer determines payment for idle time of equipment in the same manner as determinations are
made for equipment used in the performance of force account work under section 9-1.04 with the
following exceptions:
1. Delay factor in the Labor Surcharge and Equipment Rental Rates applies to each equipment rental
rate.
2. Daily number of payable hours equals the normal working hours during the delay, not to exceed 8
hours per day.
3. Delay days exclude non—working days.
4. Markups are not added.
The Engineer determines payment adjustment for the idle workers under section 9-1.04B, but does not
add markups.
The Engineer includes costs due to necessary extra moving or transporting of equipment.
The Department does not make a payment adjustment for overhead incurred during non—working days of
additional construction seasons experienced because of delay.
8-1.08-8-1.09 RESERVED
8-1.10 LIQUIDATED DAMAGES
8-1.10A General
The Department specifies liquidated damages (Pub Cont Code § 10226). Liquidated damages, if any,
accrue starting on the 1st day after the expiration of the working days through the day of Contract
acceptance except as specified in sections 8-1.10B and 8-1.10C.
The Department withholds liquidated damages before the accrual date if the anticipated liquidated
damages may exceed the value of the remaining work.
Liquidated damages are specified in section 8-1.04.
8-1.10B Failure to Complete Work Parts within Specified Times
The Department may deduct specified damages from payments for each day needed to complete a work
part in excess of the time specified for completing the work part.
Damages for untimely completion of work parts may not be equal to the daily amount specified as
liquidated damages for the project as a whole, but the Department does not simultaneously assess
damages for untimely completion of work parts and for the whole work.
Damages accrue starting the 1st day after a work part exceeds the specified time through the day the
specified work part is complete.
8-1.10C Failure to Complete Work Parts by Specified Dates
The Department may deduct specified damages from payments for each day needed to complete a work
part in excess of the specified completion date for the work part.
Damages for untimely completion of a work part may not be equal to the daily amount specified as
liquidated damages for the project as a whole, but the Department does not simultaneously assess
damages for untimely completion of a work part and the whole work.
Damages accrue starting the 1st day after an unmet completion date through the day the work part is
complete.
8-1.10D RESERVED
8-1.11-8-1.12 RESERVED
8-1.13 CONTRACTOR'S CONTROL TERMINATION
The Department may terminate your control of the work for failure to do any of the following (Pub Cont
Code § 10253):
1. Supply an adequate workforce
2. Supply material as described
3. Pay subcontractors (Pub Cont Code §10262)
4. Prosecute the work as described in the Contract
The Department may also terminate your control for failure to maintain insurance coverage.
For a federal-aid project, the Department may terminate your control of the work for failure to include
"Required Contract Provisions, Federal-Aid Construction Contracts" in subcontracts.
The Department gives notice to you and your surety at least 5 business days before terminating control.
The notice describes the failures and the time allowed to remedy the failures. If failures are not remedied
within the time provided, the Department takes control of the work.
The Department may complete the work if the Department terminates the Contractor's control or you
abandon the project(Pub Cont Code § 10255). The Department determines the unpaid balance under
Pub Cont Code § 10258 and the Contract.
At any time before final payment of all claims, the Department may convert a Contractor's control
termination to a Contract termination.
8-1.14 CONTRACT TERMINATION
8-1.14A General
The Director may terminate the Contract if it serves the State's best interest. The Department issues you
a written notice, implements the termination, and pays you.
8-1.14B Relief from Responsibility for Work
Upon receiving a termination notice:
1. Stop work
2. Notify subcontractors and suppliers of the Contract termination and stop Contract-related work
3. Perform the Engineer-ordered work to secure the job site for termination
4. Remove equipment
5. Subject to the Engineer's authorization, settle termination-related claims and liabilities involving
subcontractors and suppliers; assign to the Department the rights, titles, or interests held by you with
respect to these parties
8-1.14C Responsibility for Materials
Upon receiving a termination notice, protect unused material until:
1. You submit an inventory of materials already produced, purchased, or ordered but not yet used;
include the location of the material.
2. The Engineer identifies materials that will be retained by the Department. Submit bills of sales or
other records of material title.
3. The Engineer confirms that unused materials paid by progress payment and materials furnished by
the State have been delivered and stored as ordered.
4. The titles are transferred for materials purchased by the Department.
Dispose of materials that will not be retained by the Department.
8-1.14D Contract Acceptance after Termination
The Engineer recommends Contract acceptance after determining the completion of:
1. Work ordered to be completed before termination
2. Other work ordered to secure the project before termination
3. Material delivery and title transfer
The Department pays you under section 9-1.17.
8-1.14E Payment Adjustment for Termination
If the Department issues a termination notice, the Engineer determines the payment for termination based
on the following:
1. Direct cost for the work:
1.1. Including:
1.1.1. Mobilization.
1.1.2. Demobilization.
1.1.3. Securing the job site for termination.
1.1.4. Losses from the sale of materials.
1.2. Not including:
1.2.1. Cost of materials you keep.
1.2.2. Profit realized from the sale of materials.
1.2.3. Cost of material damaged by:
1.2.3.1. Act of God.
1.2.3.2. Act of a public enemy.
1.2.3.3. Fire.
1.2.3.4. Flood.
1.2.3.5. Governor-declared state of emergency.
1.2.3.6. Landslide.
1.2.3.7. Tsunami.
1.2.4. Other credits.
2. Cost of remedial work, as estimated by the Engineer, is not reimbursed.
3. Allowance for profit not to exceed 4 percent of the cost of the work. Prove a likelihood of having made
a profit had the Contract not been terminated.
4. Material handling costs for material returned to the vendor or disposed of as ordered.
5. Costs in determining the payment adjustment due to the termination, excluding attorney fees and
litigation costs.
Termination of the Contract does not relieve the surety of its obligation for any just claims arising out of
the work performed.
8-1.15-8-1.16 RESERVED
9 PAYMENT
Add Section 9-1.01A:
9-1.01A COMPENSATION
The bid items shown in the bid item list represent full compensation for performing all work. Full
compensation for any work for which there is no bid item shall be considered to be included in the various
items of work.
Replace Section 9-1.03 with:
9-1.03 PAYMENT SCOPE
The Department pays you for furnishing the resources and activities required to complete the work. The
Department's payment is full compensation for furnishing the resources and activities, including:
1. Risk, loss, damage repair, or cost of whatever character arising from or relating to the work and
performance of the work
2. PLACs and taxes
3. Any royalties and costs arising from patents, trademarks, and copyrights involved in the work
The Department does not pay for your loss, damage, repair, or extra costs of whatever character arising
from or relating to the work that is a direct or indirect result of your choice of construction methods,
materials, equipment, or manpower, unless specifically mandated by the Contract.
Payment is:
1. Full compensation for all work involved in each bid item shown on the Bid Item List by the unit of
measure shown for that bid item
2. For the price bid for each bid item shown on the Bid Item List or as changed by change order with a
specified price adjustment
Full compensation for work specified in divisions I, II, and X is included in the payment for the bid items
unless:
1. Bid item for the work is shown on the Bid Item List
2. Work is specified as change order work
Work paid for under one bid item is not paid for under any other bid item.
Payment for a bid item includes payment for work in sections referenced by the section set forth by that
bid item.
Notwithstanding anything to the contrary in these special provisions, full compensation for
performing all work as shown, as specified, and as directed by the Engineer is considered to be
included in the various bid items, and no additional payment will be made, except pursuant to a
contract change order to perform work not shown and/or specified.
If one or more bid item(s) is/are not included, perform the work as shown and as specified and
payment therefor is considered to be included in the various items of work.
If an alternative is described in the Contract, the Department pays based on the bid items for the details
and specifications not described as an alternative unless the bid item is described as an alternative, in
which case, the Department pays based on the details and specifications for that alternative.
The Department pays for change order work based on one or a combination of the following:
1. Bid item prices
2. Force account
3. Agreed price
4. Specialist billing
If the Engineer chooses to pay for change order work based on an agreed price, but you and the
Engineer cannot agree on the price, the Department pays by force account.
If a portion of extra work is covered by bid items, the Department pays for this work as changed quantities
in those items. The Department pays for the remaining portion of the extra work by force account or
agreed price.
If the amount of a deduction or withhold exceeds final payment, the Department invoices you for the
difference, to be paid upon receipt.
Pay your subcontractors within 10 days of receipt of each progress payment under Pub Cont Code §§
10262 and 10262.5.
Replace Section 9-1.07 with:
9-1.07 PAYMENT ADJUSTMENTS FOR PRICE INDEX FLUCTUATIONS DOES NOT APPLY TO THIS
PROJECT
Replace Section 9-1.16F with:
9-1.16F Retentions
The Department, once in each month, shall cause an estimate in writing to be made by the Engineer.
The estimate shall include the total amount of work done and acceptable materials furnished, provided
the acceptable materials are listed as eligible for partial payment as materials in the special provisions
and are furnished and delivered by the Contractor on the ground and not used or are furnished and
stored for use on the contract, if the storage is within the State of California and the Contractor furnishes
evidence satisfactory to the Engineer that the materials are stored subject to or under the control of the
Department, to the time of the estimate, and the value thereof. The estimate shall also include any
amounts payable for mobilization. Daily extra work reports furnished by the Contractor less than 5
calendar days, not including Saturdays, Sundays and legal holidays, before the preparation of the
monthly progress estimate shall not be eligible for payment until the following month's estimate.
The amount of any material to be considered in making an estimate will in no case exceed the amount
thereof which has been reported by the Contractor to the Engineer on State-furnished forms properly
filled out and executed, including accompanying documentation as therein required, less the amount of
the material incorporated in the work to the time of the estimate. Only materials to be incorporated in the
work will be considered. The estimated value of the material established by the Engineer will in no case
exceed the contract price for the item of work for which the material is furnished.
The Department shall retain 5 percent of the estimated value of the work done and 5 percent of the value
of materials so estimated to have been furnished and delivered and unused or furnished and stored as
aforesaid as part security for the fulfillment of the contract by the Contractor. The Department will not
hold retention for mobilization or demobilization.
The Department shall pay monthly to the Contractor, while carrying on the work, the balance not retained,
as aforesaid, after deducting therefrom all previous payments and all sums to be kept or retained under
the provisions of the contract. No monthly estimate or payment shall be required to be made when, in the
judgment of the Engineer, the work is not proceeding in accordance with the provisions of the contract.
No monthly estimate or payment shall be construed to be an acceptance of any defective work or
improper materials.
Attention is directed to the prohibitions and penalties pertaining to unlicensed contractors as provided in
Business and Professions Code Sections 7028.15(a) and 7031.
Add Section 9-1.23:
9-1.23 RESOLUTION OF CONTRACT CLAIMS
Public works contract claims of three hundred seventy-five thousand dollars ($375,000)or less which arise
between a Contractor and a local public agency shall be resolved in accordance with the provisions of
California Public Contract Code Sections 20104-20104.6, inclusive. In addition, California Public Contract
Code Section 9204 requires that the procedure established therein shall apply to all claims (as therein
defined)filed by a contractor in connection with a public works project. Accordingly, this contract expressly
incorporates all of the terms and conditions of those statutory provisions, which are as follows:
California Public Contract Code Section 9204
(a) The Legislature finds and declares that it is in the best interests of the state and its citizens to ensure
that all construction business performed on a public works project in the state that is complete and not in
dispute is paid in full and in a timely manner.
(b) Notwithstanding any other law, including, but not limited to, Article 7.1 (commencing with Section
10240)of Chapter 1 of Part 2, Chapter 10 (commencing with Section 19100)of Part 2, and Article 1.5
(commencing with Section 20104)of Chapter 1 of Part 3, this section shall apply to any claim by a
contractor in connection with a public works project.
(c) For purposes of this section:
(1) "Claim" means a separate demand by a contractor sent by registered mail or certified mail
with return receipt requested, for one or more of the following:
(A)A time extension, including, without limitation, for relief from damages or penalties for
delay assessed by a public entity under a contract for a public works project.
(B) Payment by the public entity of money or damages arising from work done by, or on
behalf of, the contractor pursuant to the contract for a public works project and payment
for which is not otherwise expressly provided or to which the claimant is not otherwise
entitled.
(C) Payment of an amount that is disputed by the public entity.
(2) "Contractor" means any type of contractor within the meaning of Chapter 9 (commencing with
Section 7000)of Division 3 of the Business and Professions Code who has entered into a direct
contract with a public entity for a public works project.
(3)(A) "Public entity" means, without limitation, except as provided in subparagraph (B), a state
agency, department, office, division, bureau, board, or commission, the California State
University, the University of California, a city, including a charter city, county, including a charter
county, city and county, including a charter city and county, district, special district, public
authority, political subdivision, public corporation, or nonprofit transit corporation wholly owned by
a public agency and formed to carry out the purposes of the public agency.
(B) "Public entity" shall not include the following:
(i)The Department of Water Resources as to any project under the jurisdiction of
that department.
(ii)The Department of Transportation as to any project under the jurisdiction of
that department.
(iii)The Department of Parks and Recreation as to any project under the
jurisdiction of that department.
(iv)The Department of Corrections and Rehabilitation with respect to any project
under its jurisdiction pursuant to Chapter 11 (commencing with Section 7000) of
Title 7 of Part 3 of the Penal Code.
(v)The Military Department as to any project under the jurisdiction of that
department.
(vi)The Department of General Services as to all other projects.
(vii)The High-Speed Rail Authority.
(4) "Public works project" means the erection, construction, alteration, repair, or improvement of
any public structure, building, road, or other public improvement of any kind.
(5) "Subcontractor" means any type of contractor within the meaning of Chapter 9 (commencing
with Section 7000) of Division 3 of the Business and Professions Code who either is in direct
contract with a contractor or is a lower tier subcontractor.
(d) (1) (A) Upon receipt of a claim pursuant to this section, the public entity to which the claim applies
shall conduct a reasonable review of the claim and, within a period not to exceed 45 days, shall provide
the claimant a written statement identifying what portion of the claim is disputed and what portion is
undisputed. Upon receipt of a claim, a public entity and a contractor may, by mutual agreement, extend
the time period provided in this subdivision.
(B) The claimant shall furnish reasonable documentation to support the claim.
(C) If the public entity needs approval from its governing body to provide the claimant a
written statement identifying the disputed portion and the undisputed portion of the claim,
and the governing body does not meet within the 45 days or within the mutually agreed to
extension of time following receipt of a claim sent by registered mail or certified mail,
return receipt requested, the public entity shall have up to three days following the next
duly publicly noticed meeting of the governing body after the 45-day period, or extension,
expires to provide the claimant a written statement identifying the disputed portion and
the undisputed portion.
(D)Any payment due on an undisputed portion of the claim shall be processed and made
within 60 days after the public entity issues its written statement. If the public entity fails
to issue a written statement, paragraph (3) shall apply.
(2) (A) If the claimant disputes the public entity's written response, or if the public entity fails to
respond to a claim issued pursuant to this section within the time prescribed, the claimant may
demand in writing an informal conference to meet and confer for settlement of the issues in
dispute. Upon receipt of a demand in writing sent by registered mail or certified mail, return
receipt requested, the public entity shall schedule a meet and confer conference within 30 days
for settlement of the dispute.
(B)Within 10 business days following the conclusion of the meet and confer conference,
if the claim or any portion of the claim remains in dispute, the public entity shall provide
the claimant a written statement identifying the portion of the claim that remains in
dispute and the portion that is undisputed. Any payment due on an undisputed portion of
the claim shall be processed and made within 60 days after the public entity issues its
written statement. Any disputed portion of the claim, as identified by the contractor in
writing, shall be submitted to nonbinding mediation, with the public entity and the claimant
sharing the associated costs equally. The public entity and claimant shall mutually agree
to a mediator within 10 business days after the disputed portion of the claim has been
identified in writing. If the parties cannot agree upon a mediator, each party shall select a
mediator and those mediators shall select a qualified neutral third party to mediate with
regard to the disputed portion of the claim. Each party shall bear the fees and costs
charged by its respective mediator in connection with the selection of the neutral
mediator. If mediation is unsuccessful, the parts of the claim remaining in dispute shall be
subject to applicable procedures outside this section.
(C) For purposes of this section, mediation includes any nonbinding process, including,
but not limited to, neutral evaluation or a dispute review board, in which an independent
third party or board assists the parties in dispute resolution through negotiation or by
issuance of an evaluation. Any mediation utilized shall conform to the timeframes in this
section.
(D) Unless otherwise agreed to by the public entity and the contractor in writing, the
mediation conducted pursuant to this section shall excuse any further obligation under
Section 20104.4 to mediate after litigation has been commenced.
(E) This section does not preclude a public entity from requiring arbitration of disputes
under private arbitration or the Public Works Contract Arbitration Program, if mediation
under this section does not resolve the parties' dispute.
(3) Failure by the public entity to respond to a claim from a contractor within the time periods
described in this subdivision or to otherwise meet the time requirements of this section shall result
in the claim being deemed rejected in its entirety. A claim that is denied by reason of the public
entity's failure to have responded to a claim, or its failure to otherwise meet the time requirements
of this section, shall not constitute an adverse finding with regard to the merits of the claim or the
responsibility or qualifications of the claimant.
(4)Amounts not paid in a timely manner as required by this section shall bear interest at 7
percent per annum.
(5) If a subcontractor or a lower tier subcontractor lacks legal standing to assert a claim against a
public entity because privity of contract does not exist, the contractor may present to the public
entity a claim on behalf of a subcontractor or lower tier subcontractor. A subcontractor may
request in writing, either on his or her own behalf or on behalf of a lower tier subcontractor, that
the contractor present a claim for work which was performed by the subcontractor or by a lower
tier subcontractor on behalf of the subcontractor. The subcontractor requesting that the claim be
presented to the public entity shall furnish reasonable documentation to support the claim. Within
45 days of receipt of this written request, the contractor shall notify the subcontractor in writing as
to whether the contractor presented the claim to the public entity and, if the original contractor did
not present the claim, provide the subcontractor with a statement of the reasons for not having
done so.
(e) The text of this section or a summary of it shall be set forth in the plans or specifications for any
public works project that may give rise to a claim under this section.
(f) A waiver of the rights granted by this section is void and contrary to public policy, provided, however,
that (1) upon receipt of a claim, the parties may mutually agree to waive, in writing, mediation and
proceed directly to the commencement of a civil action or binding arbitration, as applicable; and (2) a
public entity may prescribe reasonable change order, claim, and dispute resolution procedures and
requirements in addition to the provisions of this section, so long as the contractual provisions do not
conflict with or otherwise impair the timeframes and procedures set forth in this section.
(g) This section applies to contracts entered into on or after January 1, 2017.
(h) Nothing in this section shall impose liability upon a public entity that makes loans or grants available
through a competitive application process, for the failure of an awardee to meet its contractual
obligations.
(i) This section shall remain in effect only until January 1, 2027, and as of that date is repealed, unless a
later enacted statute, that is enacted before January 1, 2027, deletes or extends that date.
California Public Contract Code Sections 20104—20104.6
Section 20104
(a)(1) This article applies to all public works claims of three hundred seventy-five thousand dollars
($375,000) or less which arise between a contractor and a local agency.
(2) This article shall not apply to any claims resulting from a contract between a contractor and a
public agency when the public agency has elected to resolve any disputes pursuant to Article 7.1
(commencing with Section 10240)of Chapter 1 of Part 2.
(b)(1) "Public work" means "public works contract" as defined in Section 1101 but does not include any
work or improvement contracted for by the state or the Regents of the University of California.
(2) "Claim" means a separate demand by the contractor for(A) a time extension, (B) payment of
money or damages arising from work done by, or on behalf of, the contractor pursuant to the
contract for a public work and payment of which is not otherwise expressly provided for or the
claimant is not otherwise entitled to, or(C) an amount the payment of which is disputed by the
local agency.
(c) The provisions of this article or a summary thereof shall be set forth in the plans or specifications for
any work which may give rise to a claim under this article.
(d) This article applies only to contracts entered into on or after January 1, 1991.
Section 20104.2
For any claim subject to this article, the following requirements apply:
(a) The claim shall be in writing and include the documents necessary to substantiate the claim. Claims
must be filed on or before the date of final payment. Nothing in this subdivision is intended to extend the
time limit or supersede notice requirements otherwise provided by contract for the filing of claims.
(b) (1) For claims of less than fifty thousand dollars ($50,000), the local agency shall respond in writing to
any written claim within 45 days of receipt of the claim, or may request, in writing, within 30 days of
receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim
the local agency may have against the claimant.
(2) If additional information is thereafter required, it shall be requested and provided pursuant to
this subdivision, upon mutual agreement of the local agency and the claimant.
(3) The local agency's written response to the claim, as further documented, shall be submitted
to the claimant within 15 days after receipt of the further documentation or within a period of time
no greater than that taken by the claimant in producing the additional information, whichever is
greater.
(c) (1) For claims of over fifty thousand dollars ($50,000)and less than or equal to three hundred
seventy-five thousand dollars ($375,000), the local agency shall respond in writing to all written claims
within 60 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any
additional documentation supporting the claim or relating to defenses to the claim the local agency may
have against the claimant.
(2) If additional information is thereafter required, it shall be requested and provided pursuant to
this subdivision, upon mutual agreement of the local agency and the claimant.
(3) The local agency's written response to the claim, as further documented, shall be submitted
to the claimant within 30 days after receipt of the further documentation, or within a period of time
no greater than that taken by the claimant in producing the additional information or requested
documentation, whichever is greater.
(d) If the claimant disputes the local agency's written response, or the local agency fails to respond within
the time prescribed, the claimant may so notify the local agency, in writing, either within 15 days of receipt
of the local agency's response or within 15 days of the local agency's failure to respond within the time
prescribed, respectively, and demand an informal conference to meet and confer for settlement of the
issues in dispute. Upon a demand, the local agency shall schedule a meet and confer conference within
30 days for settlement of the dispute.
(e) Following the meet and confer conference, if the claim or any portion remains in dispute, the claimant
may file a claim as provided in Chapter 1 (commencing with Section 900) and Chapter 2 (commencing
with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those
provisions, the running of the period of time within which a claim must be filed shall be tolled from the time
the claimant submits his or her written claim pursuant to subdivision (a) until the time that claim is denied
as a result of the meet and confer process, including any period of time utilized by the meet and confer
process.
(f) This article does not apply to tort claims and nothing in this article is intended nor shall be construed
to change the time periods for filing tort claims or actions specified by Chapter 1 (commencing with
Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the
Government Code.
Section 20104.4
The following procedures are established for all civil actions filed to resolve claims subject to this article:
(a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings, the court
shall submit the matter to nonbinding mediation unless waived by mutual stipulation of both parties. The
mediation process shall provide for the selection within 15 days by both parties of a disinterested third
person as mediator, shall be commenced within 30 days of the submittal, and shall be concluded within
15 days from the commencement of the mediation unless a time requirement is extended upon a good
cause showing to the court or by stipulation of both parties. If the parties fail to select a mediator within
the 15-day period, any party may petition the court to appoint the mediator.
(b) (1) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to
Chapter 2.5 (commencing with Section 1141.10)of Title 3 of Part 3 of the Code of Civil Procedure,
notwithstanding Section 1141.11 of that code. The Civil Discovery Act(Title 4 (commencing with Section
2016.010)of Part 4 of the Code of Civil Procedure)shall apply to any proceeding brought under this
subdivision consistent with the rules pertaining to judicial arbitration.
(2) Notwithstanding any other provision of law, upon stipulation of the parties, arbitrators
appointed for purposes of this article shall be experienced in construction law, and, upon
stipulation of the parties, mediators and arbitrators shall be paid necessary and reasonable hourly
rates of pay not to exceed their customary rate, and such fees and expenses shall be paid
equally by the parties, except in the case of arbitration where the arbitrator, for good cause,
determines a different division. In no event shall these fees or expenses be paid by state or
county funds.
(3) In addition to Chapter 2.5 (commencing with Section 1141.10)of Title 3 of Part 3 of the Code
of Civil Procedure, any party who after receiving an arbitration award requests a trial de novo but
does not obtain a more favorable judgment shall, in addition to payment of costs and fees under
that chapter, pay the attorney's fees of the other party arising out of the trial de novo.
(c) The court may, upon request by any party, order any witnesses to participate in the mediation or
arbitration process.
Section 20104.6
(a) No local agency shall fail to pay money as to any portion of a claim which is undisputed except as
otherwise provided in the contract.
(b) In any suit filed under Section 20104.4, the local agency shall pay interest at the legal rate on any
arbitration award or judgment. The interest shall begin to accrue on the date the suit is filed in a court of
law.
Add Section 9-1.25:
9-1.25 SUPPLEMENTAL WORK
The Supplemental Work bid item is provided to compensate the Contractor for new and unforeseen work
necessary to construct the project as designed and intended. Supplemental Work is not for design
changes. Supplemental Work will be classed as extra work in accordance with the provisions of Section
4-1.05, "Changes and Extra Work," of the Standard Specifications. The dollar amount for supplemental
work shown in the Proposal is an estimate only, and shall be included in each bidder's proposal.
Supplemental work shall be performed only upon direct written authorization from the Engineer and daily
extra work reports shall be submitted to and approved by the Engineer. The contractor shall maintain
separate records for extra work performed in accordance with the provisions of Section 5-1.27," Records,"
of the Standard Specifications and these special provisions.
Payment will be based on the total amount of authorized Supplemental Work actually performed. The
provisions in Section 9-1.06, "Changed Quantity Pay Adjustments" of the Standard Specifications shall
not apply to the item "Supplemental Work."
DIVISION II GENERAL CONSTRUCTION
12 TEMPORARY TRAFFIC CONTROL
Replace section 12-1.04 with:
12-1.04 FLAGGING COSTS
You pay the cost of furnishing all flaggers, including transporting flaggers and furnishing stands and
towers for flaggers to provide for the passage of traffic through the work as specified in sections 7-1.03
and 7-1.04.
12-2.04 PAYMENT
The Department pays you for Construction Funding Signs as follows:
1. 75 percent of the item upon installation of each sign
2. 100 percent of the item upon removal of each sign
Replace Section 12-3.01C with:
12-3.01 C Construction
If channelizing devices are used on the project, perform all layout work necessary to place channelizing
devices:
1. On the proper alignment
2. Uniformly at the location and spacing described
3. Straight on a tangent alignment
4. On a true arc in a curved alignment
If temporary traffic control devices are damaged, displaced, or stop operating or functioning as described
from any cause during the progress of the work, immediately repair, repaint, or replace the components
and restore them to their original locations and positions.
If ordered, furnish and place additional temporary traffic control devices. This work is not change order
work if:
1. Required to conform with your traffic control plan
2. Required to conform with the MUTCD
3. Necessary for public safety or convenience as determined by the Engineer
4. Required to perform staged construction shown on the plans
Replace Section 12-3.03C with:
12-3.03C Construction
If plastic traffic drums are used on project, use 1 type of plastic traffic drum on the project.
Use the same type and brand of retroreflective sheeting for all plastic traffic drums used on the project.
Do not use sandbags or comparable ballast.
Moving plastic traffic drums from location to location if ordered after initial placement is not change order
work if:
1. Required to conform with your traffic control plan
2. Required to conform with the MUTCD
3. Necessary for public safety or convenience as determined by the Engineer
4. Required to perform staged construction shown on the plans
Replace Section 12-3.10C with:
12-3.10C Construction
If barricades are used on the project, place each barricade such that the stripes slope downward in the
direction road users are to pass.
Place each sand-filled bag near the ground level on the lower parts of the frame or stays to serve as
ballast for the barricades. Do not place ballast on top of barricades or over any retroreflective barricade
rail face that is facing traffic.
Do not remove barricades that are shown to be left in place at the time of work completion.
Moving a barricade from location to location is change order work if ordered after initial placement of the
barricade unless.
1. Required to conform with your traffic control plan
2. Required to conform with the MUTCD
3. Necessary for public safety or convenience as determined by the Engineer
4. Required to perform staged construction shown on the plans
Replace Section 12-3.20C(1)with:
12-3.20C1 General
If Type K temporary rail is used on the project, before placing Type K temporary railing on the job site,
paint the exposed surfaces of the railing with white paint complying with the specifications for acrylic
emulsion paint for exterior masonry.
Place Type K temporary railing on a firm, stable foundation. Grade the foundation to provide a uniform
bearing surface throughout the entire length of the railing.
Structure excavation and backfill must comply with section 19-3 except compaction of earth fill placed
behind Type K temporary railing in a curved layout is not required.
Place and maintain the abutting ends of PC concrete units in alignment without substantial offset from
each other.
The drilling of holes and bonding of threaded rods or dowels must comply with the specifications for
drilling and bonding dowels in section 51-1.
Install a reflector on the top or face of the rail of each rail unit placed within 10 feet of a traffic lane. Apply
adhesive for mounting the reflector under the reflector manufacturer's instructions.
Install a Type P marker panel at each end of railing placed adjacent to a 2-lane, two-way highway and at
the end facing traffic for railing installed adjacent to a one-way roadbed. If the railing is placed on a skew,
install the marker at the end of the skew nearest the traveled way. Type P marker panels must comply
with section 82 except you must furnish the marker panels.
After removing Type K temporary railing:
1. Restore the area to its previous condition or construct it to its planned condition if temporary
excavation or embankment was used to accommodate the railing.
2. Remove all threaded rods or dowels to a depth of at least 1 inch below the surface of the concrete.
Fill the resulting holes with mortar under section 51-1 except cure the mortar by the water method or
by the curing compound method using curing compound no. 6.
If the Engineer orders a lateral move of Type K temporary railing and repositioning is not shown, the
lateral move is change order work unless:
1. Required to conform with your traffic control plan
2. Required to conform with the MUTCD
3. Necessary for public safety or convenience as determined by the Engineer
4. Required to perform staged construction shown on the plans
Replace Section 12-3.22C with:
12-3.22C Construction
If crash cushion modules are used on the project, use the same type of crash cushion module for a single
grouping or array.
Temporary crash cushion arrays must not encroach on the traveled way.
Secure the sand-filled modules in place before starting an activity requiring a temporary crash cushion.
Maintain sand-filled temporary crash cushions in place at each location, including times when work is not
actively in progress. You may remove the crash cushions during the work shift for access to the work if
the exposed fixed obstacle is 15 feet or more from the nearest lane carrying traffic. Reset the crash
cushion before the end of the work shift.
Immediately repair sand-filled temporary crash cushion modules damaged due to your activities. Remove
and replace any module damaged beyond repair. Repair and replacement of temporary crash cushion
modules damaged by traffic are change order work.
You may place sand-filled temporary crash cushion modules on movable pallets or frames complying with
the dimensions shown. The pallets or frames must provide a full-bearing base beneath the modules. Do
not move the modules and supporting pallets or frames by sliding or skidding along the pavement or
bridge deck.
Attach a Type R or Type P marker panel to the front of the temporary crash cushion if the closest point of
the crash cushion array is within 12 feet of the traveled way. Firmly fasten the marker panel to the crash
cushion with commercial quality hardware or by other authorized methods. Attach the Type R marker
panel such that the top of the panel is 1 inch below the module lid. Attach the Type P marker panel such
that the bottom of the panel rests upon the pallet or roadway surface if pallets are not used.
A lateral move of a temporary crash cushion module is change order work if ordered and the repositioning
is not shown, unless required for staged construction.
Remove sand-filled temporary crash cushion modules, including sand, pallets or frames, and marker
panels, at Contract acceptance. Do not install sand-filled temporary crash cushion modules in the
permanent work.
Replace section 12-3.31 C with:
12-3.31 C Construction
If portable flashing beacons are used on the project, remove portable flashing beacons from the traveled
way at the end of each night's work. You may store the flashing beacon at selected central locations
within the highway where designated by the Engineer.
Moving portable flashing beacons from location to location if ordered after initial placement is change
order work unless:
1. Required to conform with your traffic control plan
2. Required to conform with the MUTCD
3. Necessary for public safety or convenience as determined by the Engineer
4. Required to perform staged construction shown on the plans
Add to section 12-3.32C:
Start displaying the message ("ROADWORK START MONTH/DAY/YEAR" "EXPECT DELAYS")on the
portable changeable message boards 7 days prior to the start of construction.
Start displaying the message on the portable changeable message sign 10 minutes before closing the
lane.
Place the portable changeable message sign in advance of the 1st warning sign for each:
1. Stationary lane closure
2. Connector closure
3. Shoulder closure
4. Speed reduction zone
Replace Section 12-3.35B(6)with:
12-3.35B(6) User Interface
If the project includes an AWIS, the system must have a user interface to control the AWIS PCMS
communications. The interface must be (1)software compatible with a Windows environment or(2) a web
service accessed by a web browser.
Provide any software on a CD or other Engineer-authorized data-storage device.
The user interface must, at a minimum, provide the user with a list of AWIS PCMSs in the field, location
information for each AWIS PCMS, and a real-time on-board display of the message in the field. Control
options must, at a minimum, provide the user the ability to change the on-board messages and flash rate.
Replace Section 12-4 with:
12-4 MAINTAINING TRAFFIC
12-4.01 GENERAL
12-4.01A General
Section 12-4.01 includes general specifications for maintaining traffic through construction work zones.
If local authorities regulate traffic, notify them at least 5 business days before the start of job site activities.
Cooperate with the local authorities to handle traffic through the work zone and to make arrangements to
keep the work zone clear of parked vehicles.
12-4.01 B Materials
Not Used
12-4.01C CONSTRUCTION
Furnishing and operating pilot cars is not change order work.
12-4.01 D Payment
Not Used
12-4.02 TRAFFIC CONTROL SYSTEMS
12-4.02A General
12-4.02A(1) Summary
Section 12-4.02 includes specifications for providing a traffic control system to close traffic lanes,
shoulders, and roadways.
A traffic control system for a closure includes the temporary traffic control devices described as part of the
traffic control system. Temporary traffic control devices must comply with section 12-3.
12-4.02A(2) Definitions
designated holidays: Designated holidays are shown as "holidays" in Section 1-1.07B.
12-4.02A(3) Submittals
12-4.02A(3)(a) General
The Contractor shall prepare and submit to the County Construction Engineer for approval, a traffic
control system plan indicating the means and methods he will employ to institute and maintain traffic
control for all phases of the work within the project. The traffic control system plan shall be submitted to
the County Construction Engineer as early as possible, preferably five (5) working days prior to pre-
construction meeting. The Engineer will require five (5)working days to review the initial submittal of the
traffic control system plan and an additional five (5)working days for each successive review.
No work at the project site whatsoever, including preparatory work such as the installation of
construction project funding signs, shall commence until the traffic control system plan has been
approved in writing by the Engineer. In the event that the traffic control system plan is not
submitted timely, the Engineer may issue a notice of commencement of contract time prior to
approval of the traffic control system plan, and working days will begin to accrue against the
allotted contract time.
Late submittal of the traffic control plan or revisions thereafter required, due to the inadequacy of the plan,
shall not be accepted as justification for the delay in the start of the working days for the project.
It shall be the Contractor's responsibility to provide, install, maintain, and remove any and all detour
signage and traffic control devices and to obtain all permits, including permits from Caltrans, as may be
necessary to establish detours as part of the contractor's traffic control plan.
Traffic will not be allowed to be limited to one direction when construction activities are not actively in
progress. Providing, installing, maintaining, and removing all traffic control, including portable changeable
message signs if required, obtaining and complying with all permits, and providing all traffic control
operations shall be the responsibility of the contractor, and no additional compensation will be allowed
therefor.
12-4.02A(3)(b) Closure Schedules
One-way traffic shall be controlled through the project in accordance with the California Manual MUTCD
and Caltrans Standard Plans T-11 and T-13 entitled "Traffic Control System for Lane Closure on Multilane
Conventional Highways" and "Traffic Control System for Lane Closure on Two Lane Conventional
Highways," and these special provisions. Night closure will not be permitted.
When traffic is under one way control on unpaved areas, the cones shown along the centerline on the
plan need not be placed.
Every Monday by noon, submit a closure schedule request for planned closures for the next week.
The next week is defined as Sunday at noon through the following Sunday at noon.
Submit a closure schedule request 5 days before the anticipated start of any job site activity that reduces:
1. Horizontal clearances of traveled ways, including shoulders, to 2 lanes or fewer due to activities such
as temporary barrier placement and paving
2. Vertical clearances of traveled ways, including shoulders, due to activities such as pavement
overlays, overhead sign installation, or falsework girder erection
Submit closure schedule changes, including additional closures, by noon at least 3 business days before
a planned closure.
Cancel closure requests at least 48 hours before the start time of the closure.
The Department notifies you of unauthorized closures or closures that require coordination with other
parties as a condition for authorization.
12-4.02A(3)(c) Contingency Plans for Closures
Submit a contingency plan for an activity that could affect a closure if a contingency plan is specified in
the special provisions or if a contingency plan is requested.
Submit a contingency plan for each of the following activities:
1. Activity requiring a complete roadway closure
If a contingency plan is requested, submit the contingency plan within 1 business day of the request.
The contingency plan must identify the activities, equipment, processes, and materials that may cause a
delay in the opening of a closure to traffic. The plan must include:
1. List of additional or alternate equipment, materials, or workers necessary to ensure continuing
activities and on-time opening of closures if a problem occurs. If the additional or alternate equipment,
materials, or workers are not on the job site, specify their location, the method for mobilizing these
items, and the required time to complete mobilization.
2. General time-scaled logic diagram displaying the major activities and sequence of the planned
activities. For each activity, identify the critical event that will activate the contingency plan.
Submit revisions to a contingency plan at least 3 business days before starting the activity requiring the
contingency plan. Allow 2 business days for review.
12-4.02A(4) Quality Assurance
Reserved
12-4.02B Materials
Not Used
12-4.02C Construction
12-4.02C(1) General
Traffic will be controlled by flagmen by eyesight, radio (walkie talkie) or baton. In the event these
methods do not work satisfactorily, as determined by the Engineer, a pilot car will be required.
The Engineer may require a pilot car to be used during earthwork operations in preparation of the grading
plane or other operations when the Contractor's operations cover an area beyond the line of sight, or
beyond the range of radios or when the baton method does not function satisfactorily.
Work that interferes with traffic is limited to the hours when closures are allowed.
12-4.02C(3) Closure Requirements and Charts
12-4.02C(3)(a) General
Where 2 or more lanes in the same direction, including the shoulders, are adjacent to the area where the
work is being performed, close the adjacent lane under any of the following conditions:
1. Work is off the traveled way but within 6 feet of the edge of the traveled way, and the approach
speed is greater than 45 mph
2. Work is off the traveled way but within 3 feet of the edge of the traveled way, and the approach
speed is less than 45 mph
Closure of the adjacent traffic lane is not required during any of the following activities:
1. Work behind a barrier
2. Paving, grinding, or grooving
3. Installation, maintenance, or removal of traffic control devices except for temporary railing
12-4.02C(3)(b) - 12-4.02C(3)(n)
Reserved
12-4.02C(3)(o) Closure of Conventional County Roads
The type and location of signs, lights, flags, flagmen, and other traffic control and safety devices shall be
in accordance with the current edition of the California Manual on Uniform Traffic Control Devices
(MUTCD) issued by the State of California, Department of Transportation (Caltrans).
Allow public traffic to pass through construction at all times unless otherwise specified herein.
Provide access to properties abutting the project site at all times.
When directed by the Engineer, traffic shall be routed through the work under one-way control.
Under one-way reversing traffic control operations, public traffic may be stopped in one direction for periods
not to exceed 10 minutes.
Lane closure is defined as the closure of a traffic lane or lanes within a single traffic control system.
No work that would require a lane closure shall be performed.
Provide a minimum of one paved traffic lane, not less than 11 feet wide, to be open for use by public traffic
in each direction of travel at all times.
The full width of the traveled way shall be open for use by public traffic when construction operations are
not actively in progress.
Keep driveways and access roads accessible at all times.
12-4.02C(3)(o)-12-4.02C(3)(s) Reserved
12-4.02C(4)-12.4.02C(6) Reserved
12-4.02C(7) Traffic Control System Requirements
12-4.02C(7)(a) General
Control traffic using stationary closures.
If components of the traffic control system are displaced or cease to operate or function as specified,
immediately repair them to their original condition or replace them and place them back in their original
locations.
Vehicles equipped with attenuators must comply with section 12-3.23.
Each vehicle used to place, maintain, and remove components of a traffic control system on a multilane
highway must have a Type II flashing arrow sign that must operate whenever the vehicle is used for
placing, maintaining, or removing the components. For a stationary closure, vehicles with a Type II
flashing arrow sign not involved in placing, maintaining, or removing the components must display only
the caution display mode. If a flashing arrow sign is required for a closure, activate the sign before the
closure is in place.
12-4.02C(7)(b) Stationary Closures
Except for channelizing devices placed along open trenches or excavations adjacent to the traveled way,
remove the components of the traffic control system for a stationary closure from the traveled way and
shoulders at the end of each work period. You may store the components at authorized locations within
the limits of the highway.
If a traffic lane is closed with channelizing devices for excavation work, move the devices to the adjacent
edge of the traveled way when not excavating. Space the devices as shown for the lane closure.
12-4.02C(7)(c) Moving Closures
For a moving closure, use a PCMS that complies with section 12-3.32 except the sign must be truck
mounted. The full operational height to the bottom of the sign may be less than 7 feet above the ground
but must be as high as practicable.
If you use a flashing arrow sign in a moving closure, the sign must be truck mounted. Operate the flashing
arrow sign in the caution display mode if it is being used on a 2-lane, two-way highway.
12-4.02C(8) Traffic Control System Signs
12-4.02C(8)(a) General
Traffic control system signs must comply with section 12-3.11.
12-4.02C(8)(b) Connector and Ramp Closure Signs
Inform motorists of a temporary closing of a (1) connector or a (2)freeway or expressway entrance or exit
ramp using:
1. SC6-3(CA) (Ramp Closed) sign for closures of 1 day or less
2. SC6-4(CA) (Ramp Closed) sign for closures of more than 1 day
SC6-3(CA)and SC6-4(CA) signs must be stationary mounted at the locations shown and must remain in
place and visible to motorists during the connector or ramp closure.
Notify the Engineer at least 2 business days before installing the sign and install the sign from 7 to 15
days before the closure.
12-4.02C(10)-12-4.02C(11) Reserved
12-4.02C(12) Failure to Provide Traffic Control.
If you do not provide the traffic control and it becomes necessary for the Engineer to notify you of your
duties according to the Standard Specifications and these special provisions, you will pay$200 per 15-
minute period or portion thereof to the County for all the time required to acquire the traffic control,
including pilot car.
Such payment shall commence at the time notice of the improper traffic control condition is given to you
or your authorized representative by the Engineer and shall terminate when the condition is corrected.
Such payment will be deducted from your payment.
In addition, when it is necessary for the Engineer to perform the work, you will pay the actual cost for the
performance thereof. Such amount will be deducted from the your payment. This will be in addition to
any penalties imposed in these special provisions.
The provisions in this section will not relieve you from your responsibility to provide such additional
devices or take such measures as may be necessary to comply with the provisions in Section 7-1.04,
"Public Safety," of the Standard Specifications.
12-4.02D Payment
The Department pays for change order work for a traffic control system by force account for increased
traffic control and uses a force account analysis for decreased traffic control.
Traffic control system for lane closure is paid for as traffic control system. Flagging costs are paid for as
specified in section 12-1.04.
The requirements in section 4-1.05 for payment adjustment do not apply to traffic control system.
Adjustments in compensation for traffic control system will be made for an increase or decrease in traffic
control work if ordered and will be made on the basis of the cost of the necessary increased or decreased
traffic control. The adjustment will be made on a force account basis for increased work and estimated on
the same basis in the case of decreased work.
A traffic control system required by change order work is paid for as a part of the change order work.
Full compensation for furnishing and operating the pilot car, (including driver, radios, and any other
equipment and labor required)shall be considered as included in the contract lump sum price paid for
traffic control system and no further payment will be made.
12-4.03 FALSEWORK OPENINGS
Reserved
12-4.04 PEDESTRIAN FACILITIES
12-4.04A General
Section 12-4.04 includes specifications for providing temporary pedestrian facilities.
Temporary pedestrian facilities must comply with section 16-2.02.
12-4.04B Materials
Not Used
12-4.04C Construction
If pedestrian traffic is allowed to pass through work areas, provide a temporary pedestrian facility through
the construction areas within the highway. Include a protective overhead covering as necessary to ensure
protection from falling objects and drippings from overhead structures.
If an activity requires a closure of a walkway, provide another walkway nearby, off of the traveled way.
Where pedestrian openings through falsework are required, provide a temporary pedestrian facility with a
protective overhead covering during all bridge construction activities.
12-4.04D Payment
Not Used
12-4.06-12-4.10 RESERVED
Replace the last sentence in the 1st paragraph of section 12-6.03A with:
On multilane roadways, freeways, expressways, and 2-lane roadways with shoulders 4 feet or more in
width, the temporary pavement delineation must also include edge line delineation for traveled ways open
to traffic.
Replace the 1st sentence in the 3rd paragraph of section 12-6.03A with:
When the Engineer determines the temporary pavement delineation is no longer required for the direction
of traffic, remove the temporary pavement delineation, including any underlying adhesive for temporary
pavement markers, from the final layer of surfacing and from the pavement to remain in place.
Replace the introductory clause in the 1st paragraph of section 12-6.03C with:
On multilane roadways, freeways, expressways, and 2-lane roadways with shoulders 4 feet or more in
width open to traffic where edge lines are obliterated and temporary pavement delineation to replace
those edge lines is not shown, provide temporary pavement delineation for:
13 WATER POLLUTION CONTROL
Replace 13-1.01A with:
13-1.01A Summary
Section 13-1 includes general specifications for preventing, controlling, and abating water pollution within
waters of the State.
Information on forms, reports, and other documents is in the following Caltrans manuals:
1. Field Guide to Construction Site Dewatering
2. Stormwater Pollution Prevention Plan (SWPPP) and Water Pollution Control Program (WPCP)
Preparation Manual
3. Construction Site Best Management Practices (BMPs) Manual
4. Construction Site Monitoring Program Guidance Manual
You may view these manuals at the Stormwater and Water Pollution Control Information link at the
Caltrans Division of Construction website or purchase them at the Caltrans Publication Distribution Unit.
A WPCP and a SWPPP must comply with the Caltrans Stormwater Pollution Prevention Plan (SWPPP)
and Water Pollution Control Program (WPCP) Preparation Manual and must be prepared using the latest
template posted on the Construction stormwater website.
Replace Section 13-1.01 D(2)with
13-1.01 D(2) Regulatory Requirements
Comply with the discharge requirements in the NPDES General Permit for Storm Water Discharges
Associated with Construction and Land Disturbance Activities; Order No. 2009-000 9-DWQ, CAS000002
(Construction General Permit)and any amendments thereto issued by the SWRCB. The Construction
General Permit may be found at:
http://www.waterboards.ca.gov/water issues/prog ra ms/stormwater/constperm its.s html
Discharges from manufacturing facilities, such as batch plants and crushing plants, must comply with the
discharge requirements in the NPDES General Permit for Storm Water Discharges Associated with
Industrial Activities; Order No. 2014-0057-DWQ, CAS000001 (Industrial General Permit), issued by the
SWRCB. For the Industrial General Permit, go to the SWRCB website.
For a batch plant and crushing plant outside a job site or within a job site that serves one or more
contracts, obtain coverage under the Industrial General Permit before operating a batch plant to
manufacture concrete, HMA, or other material or a crushing plant to produce rock or aggregate.
A WCPC is required for this project
Replace Section 13-1.01 D(4)(b)with:
13-1.01 D(4)(b) Qualifications
The WPC manager must:
1. Comply with the requirements provided in the Construction General Permit for:
1.1. QSP if the project requires a WPCP
1.2. QSD if the project requires a SWPPP
2. Complete the stormwater management training described at the Stormwater and Water Pollution
Control Information link at the Caltrans Division of Construction website
Replace Section 13-2.04:
13-2.04 PAYMENT
The Department pays for prepare water pollution control program as follows:
1. Total of 50 percent of the item total upon authorization of the WPCP
2. Total of 90 percent of the item total upon work completion
3. Total of 100 percent of the item total upon Contract acceptance
Replace Section 13-3.01 C(5)with:
13-3.01C(5) Annual Certification
Submit an annual certification of compliance as described in the Caltrans Stormwater Pollution
Prevention Plan (SWPPP) and Water Pollution Control Program (WPCP) Preparation Manual before July
15th of each year.
Replace Section 13-3.04:
13-3.04 PAYMENT
For a project with 60 original working days or less, the Department pays for prepare stormwater pollution
prevention plan as follows:
1. Total of 75 percent of the item total upon authorization of the SWPPP, and the completed N.O.I has
been posted in the SMARTS public access database for the project.
2. Total of 100 percent of the item total upon Contract acceptance, and the completed N.O.I has been
posted in the SMARTS public access database for the project.
For a project with more than 60 original working days, the Department pays for prepare stormwater
pollution prevention plan as follows:
1. Total of 50 percent of the item total upon authorization of the SWPPP, and the completed N.O.I has
been listed in the SMARTS public access database for the project.
2. Total of 90 percent of the item total upon work completion
3. Total of 100 percent of the item total upon Contract acceptance, and N.O.T has been closed in the
SMARTS public access database for the project.
The Department does not pay for the preparation, collection, laboratory analysis, and reporting of
stormwater samples for nonvisible pollutants if WPC practices are not implemented before precipitation or
if you fail to correct a WPC practice before precipitation.
The Department pays:
1. $500 for each authorized rain event action plan
2. $2,000 for each authorized stormwater annual report upon acceptance by RWQCB
The Department does not adjust the unit price for an increase or decrease in the quantity of:
1. Rain event action plan
2. Storm water sampling and analysis day
3. Storm water annual report
Replace Section 13-4.03G with:
13-4.03G Dewatering
Dewatering consists of discharging accumulated stormwater, groundwater, or surface water from
excavations or temporary containment facilities.
If dewatering is required, perform dewatering work as specified for the work items involved, such as a
temporary ATS or dewatering and discharge.
If dewatering and discharging activities are not specified for a work item and you perform dewatering
activities:
1. Conduct dewatering activities under the Caltrans Field Guide for Construction Site Dewatering.
2. Ensure any dewatering discharge does not cause erosion, scour, or sedimentary deposits that could
impact natural bedding materials.
3. Discharge the water within the project limits. Dispose of the water if it cannot be discharged within
project limits due to site constraints or contamination.
4. Do not discharge stormwater or non-stormwater that has an odor, discoloration other than sediment,
an oily sheen, or foam on the surface. Immediately notify the Engineer upon discovering any such
condition.
Replace Section 13-5.04 with:
13-5.04 PAYMENT
The payment quantity for temporary soil stabilization bid items paid for by the area is the area measured
parallel with the ground surface not including the additional quantity used for overlaps.
If there is no bid item for temporary soil stabilization measures, payment therefor is considered to be
included in the bid item for prepare water pollution control program or in the bid item for prepare
stormwater pollution prevention plan, as applicable.
Replace Section 13-6.04 with:
13-6.04 PAYMENT
The payment quantity for temporary sediment control bid items paid for by the length is the length
measured along the centerline of the installed material.
The payment quantity, if any, for temporary fiber roll does not include the additional quantity used for
overlaps.
The Department does not pay for the relocation of temporary drainage inlet protection during work
progress.
If there are no bid items for installing or maintaining temporary sediment control measures, payment
therefor is considered to be included in the bid item for prepare water pollution control program or in the
bid item for prepare stormwater pollution prevention plan, as applicable.
Replace Section 13-7.03D with:
13-7.03D Payment
The Department does not pay for the relocation of temporary construction entrances or roadways during
work progress.
If there are no bid items for installing or maintaining temporary construction entrances or roadways,
payment therefor is considered to be included in the bid item for prepare water pollution control program
or in the bid item for prepare stormwater pollution prevention plan, as applicable.
14 ENVIRONMENTAL STEWARDSHIP
Add after the 3rd paragraph of section 14-10.01:
Food scraps, paper wrappers, food containers, cans, bottles and all food related trash and litter must be
removed from the project site at the end of each working day.
Replace the 7th paragraph of section 14-10.01 with:
Furnish and use closed-lid trash containers in the job-site yard, field trailers, and locations where workers
gather for lunch and breaks.
Replace Section 14-11.14A:
Section 14-11.14 is applicable to all projects. Wood removed from guardrail, signs, or structures is
considered treated wood waste.
Section 14-11.14 includes specifications for handling, storing, transporting, and disposing of treated wood
waste. Manage treated wood waste under 22 CA Code of Regs Div 4.5 Ch 34.
If there is no bid item for Treated Wood Waste, payment for training, handling, storing, transporting, and
disposing of treated wood waste therefor is considered to be included in the bid item for the removal of
other items.
Add Section 14-12.04:
14-12.04 RELATIONS WITH SAN JOAQUIN VALLEY AIR POLLUTION CONTROL DISTRICT
(SJVAPCD)
You are responsible for compliance with all applicable SJVAPCD regulations and requirements. This
section is provided for your information, and nothing herein or elsewhere within these special provisions
shall be construed as limiting your responsibility for complying with all applicable rules and regulations.
In accordance with SJVAPCD Regulation VIII — Fugitive PM10 Prohibitions: Rule 8021, implementation of
an SJVAPCD-approved dust control plan is not required prior to commencement of any dust generating
activities. You must file Construction Notification with SJVAPCD 48 hours prior to starting work.
Pursuant to section 6.4 of District Rule 8021 —Construction, Demolition, Excavation, Extraction, and
Other Earthmoving Activities, the owner or operator of a construction project of at least 1.0 acre in size
shall provide written notification to the District at least 48 hours prior to his/her intent to commence any
earthmoving activities. Use the first two pages of this form to submit a written Construction
Notification. There are no fees for filing a construction notification.
It is your responsibility to be fully informed of the requirements of all rules, regulations, plans and
conditions that may govern your operations and to conduct the work accordingly.
Replace Section 14-12.05-14.12.08 With:
14-12.05-14.12.08 RESERVED
15 EXISTING FACILITIES
15-1.03D EXISTING FACILITIES MUST OPERATE AT ALL TIME
The existing Wastewater Treatment Plant (WWTP) is currently in operation and shall remain in operation
at all times.
The Contractor shall coordinate their tasks with facility personnel to maintain continuous operation of the
WWTP during the sludge removal process. The Contractor shall request permission of the Owner or
Owner's representative before implementation of the Contractor's planned procedures for each specific
alteration of existing facilities and before the alteration begins. The Contractor shall not begin an
alteration until specific permission has been granted by the County in each case. The County will
coordinate the Contractor's planned procedure with the treatment facility operator. The making of
connections to existing facilities or other operations that interfere with the operation of the existing system
shall be coordinated with the County, completed as quickly as possible and with as little delay as
possible.
Any operational functions of the existing system that are required to facilitate Contractor's operation will
be done by the plant personnel only.
Plant operation and maintenance personnel will cooperate in every way practicable to expedite
Contractor's operation; however, if it is necessary for the proper operation or maintenance of portions of
the system, the Contractor shall reschedule his operations so there shall be no conflict with necessary
operations or maintenance of the system.
Special attention is directed to the special provisions of each of the items to be installed for directions
and/or guidelines how to execute the work around the existing treatment plants.
15-1.04D PAYMENT
Full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the
work but not limited to installing, constructing, inspecting, maintaining, removing, and allowing the
continuous operation of the existing treatment plants, as shown on the plans, as specified in the Standard
Specifications and these special provisions, shall be considered as included in the various items of work
and no separate payment will be made therefor.
DIVISION XII - BUILDING CONSTRUCTION
100 — SLUDGE / SOIL REMOVAL
100-1 GENERAL
100-1.01 General
Overview
The Facility, which provides sewer service for over 1,400 residents, was damaged by the Creek Fire in
September of 2020. Pond 1 provides aeration of raw sewage, which is the primary treatment process for
the Facility. Due to the Creek Fire, the Facility lost power for over 3 weeks, which caused debris and dead
sludge to settle at the bottom of the pond. Power has since been restored, but the pond has not recovered.
To rehabilitate the Facility's treatment process, Pond 1 needs to be emptied. Pond 1 has a capacity of
approximately 1 million gallons. To ensure sewer services are not disrupted, the County contracted with
Shave Lake Construction (SLC) to reconfigure/build Pond 2 to be used as a temporary, emergency
treatment pond while repairs are made to Pond 1. Raw sewage will be intercepted by others before it enters
Pond 1 and routed to Pond 2 with isolation valves and newly installed pipe.
Once Pond 2 is online and treating influent,work on Pond 1 will commence.The supernatant will be pumped
from Pond 1 to Pond 2 by SLC. SLC will pump as much of the supernatant as possible. It is anticipated
that the remaining volume once supernatant is pumped will be approximately 800,000 gallons. Contractor
shall be responsible for coordinating with SLC when Pond 1 is ready to be emptied of remaining sludge.
After SLC has finished dewatering, Contractor shall be responsible for emptying Pond 1 completely.
Contractor shall remove the existing HDPE baffle walls installed in Pond 1
Emptying the pond should be accomplished dewatering using a press or mobile dewatering plant, draining
water into Pond 2 or 5 and hauling solids to an approved landfill. Contractor is responsible for providing al
miscellaneous piping, pumps, generators, and miscellaneous appurtenances necessary to pump sludge
out of Pond 1, operate the dewatering plant and drain water back into Pond 2 or 5. Any necessary piping
to obtain the necessary clean water for the operation of the dewatering equipment is also responsibility of
the Contractor. Installation of a temporary sludge bed to place the solids generated by the dewatering plant
shall also be responsibility of the Contractor. Any polymer utilized for dewatering the sludge shall also be
included as part of the work to be performed.
Once emptied, Pond 1 will need to be scarified and graded to leave a substructure ready to install new
HDPE liner before transferring incoming raw wastewater back to Pond 1.
Contractor shall be responsible for loading, hauling and disposing all scarified soil from Pond 1. The
scarification work will be performed by Contractor.
Special attention is directed to the grade elevations and access to Pond 1. The approximate grade
differential from the southern portion of Pond 1 to the high-water mark is approximately 28 feet. Pond depth
is approximately 11 feet. Site facilities, ponds configuration and grading can be seen in the Plans provided.
All improvements shown in these plans except for the liner installation will be performed by Contractor.
All sludge and soil hauling shall be performed per local, county, state and federal regulations.
100-1.02 Material
The wastewater facility receives regular municipal wastewater. Results of recent BOD and TSS testing
are provided as supplemental information. Contractor is responsible for making any arrangements with
other Wastewater Treatment Facilities that will be receiving the hauled sludge.
Contractor is responsible for making arrangement with an approved disposal site to accept the hauled
material that comes out of the dewatering press or from scarifying the bottom of Pond 1.
100-1.03 CONSTRUCTION
Shaver Lake Construction will begin dewatering Pond 1, transferring supernatant from Pond 1 to Pond 2.
Once a sufficient amount of supernatant has been removed from Pond 1,or when their pumps are no longer
able to efficiently transfer fluid, the Contractor shall remove all sludge in Pond 1 by appropriate means.
The Contractor may elect to supply a sludge pump and portable generator, with sufficient power to pump
sludge uphill to the haul truck. If Contractor elects to build access road to Pond 1, the cost of building the
access roads shall be included in the various item of work.
Contractor to remove and dispose of sludge from the pond with appropriate equipment and manpower as
to perform the project within working days allotted in Section 8 of these specifications and as not to interrupt
the plant operations. The contractor shall perform such work as not to cause damage to the existing pond
structures and any other existing features such as asphalt pavement, piping, structural integrity, slopes,
aprons, and any other features that may exist.
All remaining sludge, solids and soil affected by the waste shall be removed and hauled to an approved
disposal site. Sludge removal shall be by any acceptable, proven means. Contractor shall dispose of sludge
and contaminated soils at a site capable and permitted to accept such waste. Disposal shall follow all state
and federal regulations.
All hauling from the facility shall be by trucks appropriate for the remote location of the site and vehicular
access. Contractor must take all reasonable measures to protect property and environment. Haul routes
shall be selected with due regard for adequacy and condition of paved surfaces as well as traffic load.
Adequate measures must be taken to avoid drainage, loss or spillage of sludge being transported, and
prompt action shall be taken to clean up any such material which may be lost through accident or otherwise.
Adequate measures should be taken to make sure material is not being tracked onto the roadways when
leaving the facility and disposal sites. Due care shall be taken to avoid damage to property, including the
pond from which sludge is being removed, as well as facilities at the treatment plant and the disposal site.
Damage resulting from Contractor's operations shall be promptly repaired at the Contractor's expense. All
necessary precautions shall be taken in regard to dust and erosion control as required by local, county,
state and federal regulations.
Once all sludge has been removed, Contractor shall scarify soils to a depth of approximately six(6) inches.
The Contractor is responsible for supplying loading and hauling trucks for the scarified soil and properly
disposing it to an approved disposal site.
100-1.04 PAYMENT
Full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all
work involved in the provisions of this section, including, but not limited to, coordination with the County
Operator, emptying Pond 1, scarifying, loading and hauling soil from the bottom of the ponds, all
associated fees charged by the receiving disposal site as specified in the Standard Specifications and
these Special Provisions, and as directed by the Engineer shall be considered as included in the bid from
the Contractor.
The cost for removing HDPE baffle walls shall be included in the bid item "REMOVE EXISTING HDPE
BAFFLE WALLS (x3)" and not no separate payment will be made therefor.
The cost for providing all miscellaneous piping, pumps, generators, and miscellaneous appurtenances
necessary to pump sludge out of Pond 1, operate the dewatering plant and drain water back into Pond 2
or 5, any necessary piping to obtain the necessary clean water for the operation of the dewatering
equipment and installation of a temporary sludge bed to place the solids generated by the dewatering
plant, installation of the dewatering press/plant, operate the plant as necessary to empty Pond 1, remove
the plant after Pond 1 has been emptied, scarify and load the soil from the bottom of the pond, haul,
dispose and pay the fees of the soil scarified from the bottom of the pond and generated by the
dewatering press/plant shall be paid for"POND 1 DEWATERING AND CLEAN-UP" bid item as lump sum
and no further compensation will be allowed therefor.
Before submitting a proposal the bidder shall carefully examine the Standard Specifications, and these
special provisions. The bidder shall also visit the site and become fully informed as to existing conditions
and limitations applying to the work. Submittal of a bid proposal shall constitute evidence that the bidder
has inspected the project site.
101 — FINISHING POND 1
100-1 GENERAL
100-1.01 General
Overview
Once Pond 1 is emptied, the County intends to rehabilitate Pond 1 by lining it and reinstalling the aeration
system.
The Contractor is responsible to perform all work shown on the plans except for the HDPE liner
installation that will be performed by others. However, grading the pond with grades shown in the plans,
excavating and creating a bench on the embankment of Pond 1, excavating anchor trench, installing
concrete blocks, installation of French drain and pipe and installation of any concrete necessary as shown
in the plans is responsibility of the Contractor.
101-1.03 CONSTRUCTION
Contractor shall scarify Pond as mentioned in previous section. Once accessible, then Contractor shall
clear and grub, remove existing vegetation within Pond 1. The pond shall be graded and compacted as
shown in the plans to receive the HDPE liner that will be installed by others.
A new bench will need to be excavated along the south embankment of the pond. Concrete blocks shall be
furnished and installed by contractor as well as french drain with pipe.
The contractor is responsible for coordinating with liner contractor to properly embed the polylock
attachments to any concrete pad that will need to be welded to the liner.
Due care shall be taken to avoid damage to property, including the existing underground,as well as facilities
at the treatment plant and the disposal site. Damage resulting from Contractor's operations shall be
promptly repaired at the Contractor's expense. All necessary precautions shall be taken in regard to dust
and erosion control as required by local, county, state and federal regulations.
101-1.04 PAYMENT
Full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all
work involved in the provisions of this section, including, but not limited to, coordination with the County
Operator, rehabilitating Pond 1, coordination with liner contractor, as specified in the Standard
Specifications and these Special Provisions, and as directed by the Engineer shall be considered as
included in the bid from the Contractor.
The cost for clearing and grubbing existing vegetation within Pond 1 footprint shall be included in the bid
item "CLEAR AND GRABBING POND 1" and not no separate payment will be made therefor.
The cost of installation of grading Pond 1, to the grades shown in the plans including but not limited to
preparing the subgrade to receive the liner shall be included in the bid item "POND GRADING TO
PREPARE BENCH AND HDPE LINER SUBGRADE AND WIDEN ACCESS ROAD AS SHOWN IN
SHEET 3" and no separate payment will be made therefor.
The cost of furnishing and installing the necessary concrete as shown on plans to build Aerators concrete
pads, including coordination with liner contractor to obtain the polylock attachments to embed in concrete
shall be included in the bid item "NEW CONCRETE PADS FOR AERATORS AT POND 1 W/
EMBEDDED HDPE LINER APRON" and no separate payment will be made therefor.
The cost of demolishing existing effluent structure, furnishing and installing the necessary concrete and
material to build new effluent structure, including reconnection to existing pipe and coordination with liner
contractor to obtain the polylock attachments to embed in concrete shall be included in the bid item
"DEMO EXISTING, FURNISH AND INSTALL CONCRETE EFFLUENT STRUCTURE" and no separate
payment will be made therefor.
The cost of demolishing/removing existing mooring system and furnishing and installing the necessary
concrete and anchors to build in-ground mooring system, shall be included in the bid item "REMOVE
EXISTING AND BUILD NEW MOORING SYSTEM FOR AERATORS & BAFFLE WALLS (VAULT IN THE
ROAD)" and no separate payment will be made therefor.
The cost of furnishing, excavating and installing the necessary gravel and pipe to build French drain and
the drain discharge pipe as shown in plans, shall be included in the bid item "INSTALL 12 INCHES WIDE
FRENCH DRAIN W/ PERFORATED PIPE + 30 FT OF DRAIN LINE" and no separate payment will be
made therefor.
The cost of furnishing and installing the concrete blocks as shown in plans, shall be included in the bid
item "INSTALL 2'x2'x6' CONCRETE BLOCKS" and no separate payment will be made therefor.
The cost of coordinating, excavating and backfilling HDPE liner anchor trench around the perimeter of
Pond 1 as shown in plans, shall be included in the bid item "ANCHOR TRENCH: Excavate and backfill
once liner is installed. See detail 4 in sheet 5 (Pond 1)" and no separate payment will be made therefor.
Before submitting a proposal the bidder shall carefully examine the Standard Specifications, and these
special provisions. The bidder shall also visit the site and become fully informed as to existing conditions
and limitations applying to the work. Submittal of a bid proposal shall constitute evidence that the bidder
has inspected the project site.
Federal Requirements
Contract Number 23-02-C
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
FEDERAL REQUIREMENTS FOR FEDERAL-AID CONSTRUCTION PROJECTS
General
The work will be financed in whole or in part with Federal funds, and therefore all of the Federal statutes,
rules, regulations, and provisions applicable to work financed in whole or in part with Federal funds will
apply.
In addition to the provisions in the Agreement, the Contractor shall comply with the following:
Performance Of Previous Contracts
The bidder shall execute the "Certification with Regard to the Performance of Previous Contracts or
Subcontracts Subject to the Equal Opportunity Clause and the Filing of Required Reports" located in the
proposal. No request for subletting or assigning any portion of the contract in excess of$10,000 will be
considered under the provisions of Section VII of the required contract provisions unless such request is
accompanied by the Certification referred to above, executed by the proposed subcontractor.
Non-Collusion Provision
The provisions in this section are applicable to all contracts except contracts for Federal Aid Secondary
projects. Title 23, United States Code, Section 112, requires as a condition precedent to approval by the
Federal Highway Administrator of the contract for this work that each bidder file a sworn statement
executed by, or on behalf of, the person, firm, association, or corporation to whom such contract is to be
awarded, certifying that such person, firm, association, or corporation has not, either directly or indirectly,
entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free
competitive bidding in connection with the submitted bid. A form to make the non-collusion affidavit
statement required by Section 112 as a certification under penalty of perjury rather than as a sworn
statement as permitted by 28, USC, Sec. 1746, is included in the proposal.
Executive Order N-6-22
Under Executive Order N-6-22 as a contractor, subcontractor, or grantee, compliance with the economic
sanctions imposed in response to Russia's actions in Ukraine is required, including with respect to, but not
limited to, the federal executive orders identified in the EO and the sanctions identified on the U.S.
Department of the Treasury website (https://home.treasury.gov/policy-issues/financial-
sanctions/sanctions-programs-and-country-information/ukraine-russia-related-sanctions). Failure to
comply may result in the termination of contracts or grants, as applicable.
Specially Designated Nationals and Blocked Persons List (SDN)
https://home.treasury.gov/policy-issues/financial-sanctions/specially-designated-nationals-and-
blocked-persons-list-sdn-human-readable-lists
Contracting with Small and Minority Businesses, Women's Business Enterprises, and Labor
Surplus Area Firms
Conducting the following steps to ensure the use of small and minority businesses, women's business
enterprises, and labor surplus area firms when possible:
• Place such organizations that are qualified on solicitation lists;
• Ensure such organizations are solicited whenever they are potential sources;
• Divide total requirements, when economically feasible, into smaller tasks or quantities;
• Establish delivery schedules, where the requirement permits, which encourage their participation;
• Use the services and assistance, as appropriate, of the Small Business Administration and the
Minority Business Development Agency of the Department of Commerce; and
• Require prime contractor to conduct the above steps if subcontracting.
Federal Requirements 1
Project Details
Contract Number 23-02-C
WARNING
PLANS FOR REVIE�►�
POWER LINES
Know what's below. OVERHEAD
Cal before you dig.
CO UNTY SER VICE AREA 31 B
PROJECT LOCATION SHA VER LAKE WASTEWATER PLANT
NTI TON LAK
AVER LAKE
MILLERTON LAKE
s FR
y2 CLOVOVIS T LAKE
JOAQUIN RIVER a�
_— - ENS KERMAN 1 j' - 1 p
BANGER -
FOWLER SHAVER LAKE
O SAN JOAQUIN PARLIE_- E
SELMA
R EY
INGSBURG
SHEET INDEX
SHEET DESCRIPTION
CIVIL
CO 1 COVER SHEET
2 POND 1 AND 2 SITE LAYOUT
3 POND 1 GRADING PLAN
4 POND 1 SECTIONS
5 CONSTRUCTION DETAILS
VICINITY MAP 6 POND LINING
NOT TO SCALE
BIG SHUTEYE LN
a\ PROJECT LOCATION
OLD RAILROAD GRADE BED RD
ERNEST BUDDY MENDES 4th DISTRICT
STEVE BRANDAU 2nd DISTRICT
BRIAN PACHECO 1st DISTRICT
SAL QUINTERO CHAIRMAN 3rd DISTRICT
NATHAN MAGSIG VICE CHAIRMAN Sth DISTRICT
SOLITUDE LN
PAUL NERLAND
COUNTY ADMINISTRATIVE OFFICER
COPY RIGHT INFORMATION 166
COPYRIGHT 2023 by PROVOST&PRITCHARD CRESSMAN RD
`2 ENGINEERING GROUP,INC. ALL RIGHTS RESERVED
The firm of Provost&Pritchard Engineering Group, APPROVED
Inc. expressly reserves its common law copyright
and other applicable property rights in these plans. STEVEN E.WHITE,DIRECTOR
These plans are not to be reproduced, changed, or DEPARTMENT OF PUBLIC WORKS AND PLANNING
ocopied in any form or manner whatsoever,nor are RR�
they to be assigned to a third party without first O PVB�
obtaining the written permission and consent of �i�
Provost&Pritchard Engineering Group, Inc. In the
event of unauthorized reuse of these plans by a - CALIFORNIA CONTRACTOR'S LICENSES REQUIRED FOR THIS PROJECT
third party, the third party shall hold the firm of _
Provost&Pritchard Engineering Group, Inc. CLASS A,GENERAL ENGINEERING
harmless, and shall bear the cost of Provost&
Pritchard Engineering Group, Inc.'s legal fees DRAWING NO. ROAD NO. BRIDGE NO. FISCAL YR. SHEET NO. TOTAL
associated with defending and enforcing these rights. )
8 11335 N/A N/A 20-z-1 1 S
LOCATION MAP
NOT TO SCALE CONTRACT NO.23-02-C
RECORD DRAWING
NAME
PROVOST& Qe c �0k+� COtj�
OFFS ADDRESS
mPRITCHARD ~N��" TF�� �� CITY STATE ZIP
PHONE
An Employee Owned Company �R 9� DATE AWARDED
455 W FIR AVENUE `Pj CNN, DATESTARTED
59/44P270 FAX5594492715 'Tf OF'CAL1F�� �'`'FRt DEPARTMENT OF PUBLIC WORKS AND PLANNING
DATE COMPLETED
htlps:llprowsta�PrAchaN.mM
RESIDENT ENGINEER
DATE SIGNED: 9/8/2023 NAME SIGNATURE
S NAME SIGNATURE
s
/
+\ // //
/ // \ \\ WARNING
\
\ /
POWER LINES
OVERHEAD Know what's below.
Call before you dig.
POINT TABLE
NORTHING EASTING
101 2277659.92 6461072.96
102 2277673.73 6461121.69
POND \ \:\\ \ 103 2277650.31 6461157.45
I2 104 2277671.16 6461191.67
POND 3
I
PVC WATER
/ (E) CONCRETE TOP 1 , \ - \
/ (E) FLOW LINE I \\ SYNTHETIC RELOCATE AERATORS. �// 1 - \ \
/ \. POND LINER CONSTRUCT 8'X8'
/ (E) EDGE OF PAYMENT \\\�. SEE SHEET 6 CONCRETE PAD.CA
ANCHOR POSTS,CABLES,
TYP
8" SLUDGE
I 1 (ABANDONED) I
--E] SLUDGE BED #2 \
(E) 8"0 / \ � (E) WATER LINE \\\ I 1
INV 473258 / j / I / \ / 8.X8, I I ELEV 4753.39 \.\ ^ 1 I I I
\ II 1)I I(E) GRATE EL 4753.39 (SURVEYED) I CONCRETE
12'4\ ) I x
( WEIR LIP EL 4753.40(AS RECORDED) \ " I (P)WATER LINE I i lI / l
/ _ INV 4752.32 (AS RECORDED) \ I \ \ ELEV 4753.39 (1
118 �f
ICI
104
ANCHORING
RELOCATE LINES AS NEEDED
FOR CLEARANCE TO BENCH ` 101 CABLES,TYP
POND 103 -
1
POND 4 I � / I I x
// I ROUTE FRENCH DRAIN 1 I \'\\ \ / j
SLUDGE BED #1
8" SLUDGE
ISOLATION AND
BAFFLE /j/ BYPASS ATE VALVES, (ABANDONED)TYP.of I
//
- - - ,
FRENCH DRAIN
WITHOUT
/ I BLOCKS,TYP 5
ANCHOR ' - /
/ Y I\ TRENCH AND 5
5
FRENCH DRAIN 1
+ WITH i � 8'� SLUDGE
I i \
I I H BLOCKS,TYP ANCHOR 5
POST,TYP I ' (E) SEWER VA (E) CLEANOUT.
ULT /
+ / + E TOP OF POND 1�'
—
��f \ (E) 2-6" SEWER
(E) CONCRETE
s / — STRUCTURE
DATE RECORD DRAWING SCALE QROFESS/py,_ PROJECT co0,1, DEPARTMENT OF PUBLIC WORKS AND PLANNING
DESIGNED: ZT 9/8/2023 RESIDENT ENGINEER DATE lty F4 CREEK FIRE REHABILITATION SHAVER � .
n DRAWN: STG 9/8/2023 sCALEINFEET "„,. ," p POND 1 AND 2 SITE LAYOUT
CHECKED: LAKE VILLAGE WWTP �
S 0 10 20 40 SUPERVISING ENGINEER DATE
FOF :CESS DETERMINATION,SEE DOCUMENTS IN THE DEPARTMENT OF PUBLIC WORKS AND PLANNING. F of CA0, ROAD NO.NA BRIDGE NO.NA FR ES DRAWING NO.TBD SHEET NO.2 TOTAL 6
QUANTITIES \ -- — — — NOTES
TOTAL CUT 430 CY ��. -- --. -- ------ - - -- - _- ---- --- --
--
TOTAL FILL 1,020 CY - ���\ �-------- __ - ---- - ---- - - - - - - _ - - ---- ---- __ ALL CONCRETE BLOCKS ARE 2.Sx2.5�x5 AND
1.
- - - ___ MUST BE STAGGERED TO EACH LAYER.
COMPACTION FACTOR 1.25 � � - _
NET CUT 600 CY \ ------------- ------ ----- _----- ----- - - - _- _ -- ---- -- --- ___ EG@TOP OF BANK47550
POND VOLUME 922,550 GAL \ - --- - — _ _ - - --- -- - ---- ---_ _2. BLOCK PLACEMENT WILL BE FIELD FIT DURING
�, --- - --- ---_ INSTALLATION. EXISTING HILLSIDE WILL
WET SURFACE AREA 17,400 SF -'- ...... _ -- - - - -_ - - ---- -- --- DETERMINE THE LOCATION OF INCREASING TO
---------._._._. .-.-.-.-.---.-.-.--- .-.-.- - -- ---- --- ---- ---- --- THE NEXT COURSE OF BLOCKS. J// -------
UNER- SURFACE AREA 26,200 SF _
LINER-PERIPHERAL OVERLAP AND TRENCH 3,520 SF _ --'-`- - - - - - - - - - - - - -_-.- .-_-.- - - - _ /�
LINER TOTAL 29,720 SF TOP 4755.0
-.-.-.-.-.-.-.-.-.-.-.-. .-.-.-. -.-.-.-. .-. .-.--
- - - - - - - - - - - - - -TOP4755.7 .-.-.-. � - - - - - - - - - - - - -
.TOP47565- _.-.-.- -.- -.-.-.- -.-.-.-.-.- -. - - - - - - - - - - -.-.-.-.-.
_ ....
i
- - ------ - 4755---- --- -
4754 ---- ----
4753
I\
4752
/ -
/ ____ ---_ A\ IBLEND NID
/, - -- - 4751--- ---- --- ----- \\\ O ESPERIMETER ROAD
HIGH WATERLINE 4749 _--- - \\ (476,
l l / TOP475Z0 / .AT ELEV 4753.39 - ----- --- - - - \ -
__
ol 4748 - -
___
NOTE:BACKGROUND AERIAL _
- - - - 4747 _ A �� MATCH(E) )
SHOWING ROAD DOES NOT
MATCH UP TO SURVEY (1 /, - 4746 - -------- -- - -- --- N )
/ - - )
BLEND END OF BENCH --)�. � i � - --- 4745 � � A FG 4762.34
o
-
INTO(E)PERIMETER ROAD I� 4744 3
I
4H ---
TOP4759.1 IMATCH(E) � ._.... --- -4743
� TOP (E) -
tL-
_ � I
I �� -- -
A
4 �'1p6: T6P4761.18
FG 476�
Nil
� FLAT FLOOR N
5 / I
I � /
Q, a B
'9
;TOP 4760.86 i d182 /
N ER ANCHOR
TRENCH
TOP 4760.81
a
0
/ � --.
\ _
P�CESS BENC
H
4,14
TOP 4760.34�
-.- --._ TOP4760.54
�\�\
s -
-4768
-
- 181
4 _
7 d
769 70 -
\ 4772
4771
� 182
- - 773
- _ -- 74 4775 \\
--- ZBLKS --- - - - 4776 rzk
g777
/ 'il' - _ - 4778 -----
M -- / - 4779 4760 A7g1 ,
\p \ \
� ma's \ \ - -
--- -
/
DATE RECORD DRAWING SCALE QROFESS/p PROJECT CoO,1, DEPARTMENT OF PUBLIC WORKS AND PLANNING
DESIGNED: ZT 9/8/2023 RESIDENT ENGINEER DATE c?"~� �NG TF""yllFy CREEK FIRE REHABILITATION SHAVER � '. `r�rG
n DRAWN: STG 9/8/2023 SCALE IN FEET "„a ," p LAKE VILLAGE WWTP POND 1 GRADING PLAN
CHECKED:
S D 5 10 20 SUPERVISING ENGINEER DATE ryT CNII 0 ,�y, �y
FOR RIGHT OF WAY DATA AND ACCURATE ACCESS DETERMINATION,SEE DOCUMENTS IN THE DEPARTMENT OF PUBLIC WORKS AND PLANNING. For CA0, ROAD NO.NA BRIDGE NO.NA FR$S DRAWING NO.TBD SHEET NO.3 TOTAL6
NOTES
1. THE 8 FOOT BENCH WIDTH MAY HAVE TO
BE COMPLETED AFTER THE POND IS
CLEANED OUT AND RESHAPED GIVEN THE
NATURAL CONTOURS AT ANY LOCATION.
0+00 1+00 1+39
0+10 1+00 1+06
TC 4762.09 TOP 4779.8t
B 4780 TOP 4779.9i 4780
4770 roe a7sz.os 4770
C 4760.09 047655t TOP 4766.3t a
TC 4764.46
2�
TOE 4764.00
TOP 4760.17 4770 4770
4760 � 1 FRENCH DRAM 4760
FG / 5 WITH BLOC
C 4760.46
2'X2 X6'
_ HWL=4753.39 POND BENCH CONCRETE BLOCK / / / TOP 4760.51 FRENCH DRAIN
4750 EG �� 4750 4760 FG 1 i 5 WITH BLOCKS 4760
i� EG "STACKED�V
_ HWL=-4753.39 2'x 2'x 6'
4740 4740 4750 coNCRETEeXocKs/ � 4750
POND BENCH
4730 4730 4740 'N X\ N 'N 4740
A B
0+25 1+00 1+25
0+00 1+00 TOP 4778.7t 1+24
TOP 4776.9t T
4780 roP47ao.at7 4780
a z
TC 4766.59 EG �i�/ 4770 �� � 4770
8. TOE 4765.52 TOE 4761.13
C 4761.13
4770 4770 TOP 4761.22 �
TOP 4760.67760.59 FRENCH DRAIN 4760 FG2 FRENCH DRAIN
/ 5 WITHOUT BLOCKS \ \ \ 4760
o EG
4760 5 iTH BLOCKS Ks 4760
HWL=4753.39 POND BENCH
ACKE� �� 4750 4750
g HWL=-4753.39 2'x 2'x 6'
�/CONCRETEBLOCKS
4750 z 4750
PG POND BENCH _
4740 �� 4740
4740 / / / / / / / / / / / 4740
\ \ 4730 4730
4730 1 1 14730
s
DATE RECORD DRAWING SCALE QROFESSk) PROJECT coU,1, DEPARTMENT OF PUBLIC WORKS AND PLANNING
DESIGNED: ZT 9/8/2023 RESIDENT ENGINEER DATE c?" yllFy CREEK FIRE REHABILITATION SHAVER
n DRAWN: STG 9/8/2023 SCALE IN FEET ~N0. C p LAKE VILLAGE WWTP POND 1 SECTIONS
CHECKED: ,P
S o 5 io 2a SUPERVISING ENGINEER DATE r4T CNII
FOR RIGHT OF WAV DATA AND ACCURATE ACCESS DETERMINATION,SEE DOCUMENTS IN THE DEPARTMENT OF PUBLIC WORKS AND PLANNING. ROAD NO.NA BRIDGE NO.NA FR t DRAWING NO.TBD SHEET N0.4 TOTAL 6
12"SQ.HDPE FLAP
EXTRUSION WELD ON
3-SIDES(LEAVE LOWER
SIDE OPEN)
CUT TO MIN.HOLE IN
LINER,12"FROM RIM OF
POND,CENTERED ON
EACH VENT STRIP BELOW
HDPE PRIMARY LINER
7=0.
NOTES VARIES W/SLOPE
(VERIFY ON SITE)
1. EARTH ADJACENT TO CONCRETE COLLAR TO BE WELL COMPACTED TO PREVENT FUTURE
DIFFERENTIAL SETTLEMENT.ALL CONCRETE COLLARS TO BE CHAMFERED A MINIMUM OF 1" HDPE GEONET
(TYP)OR MINIMUM OF 3/4"RADIUS @ ALL CORNERS IN CONTACT WITH LINER.
1'OF GRAVEL BEHIND CONCRETE \�.
BLOCKS MATCH SIDE SLOPE \M 2. EMBEDMENT STRIPS,SUPPLIED BY LINER INSTALLER.
y. 3. CUT 45 DEGREES AT CORNERS AND PLACE IN CONCRETE TIGHTLY TOGETHER.
4. VIBRATE EMBEDMENT STRIPS TO SECURE RIBBING INTO CONCRETE.
T/ 3"MIN 6"
CONCRETE V OF GRAVEL BEHIND CONCRETE
BLOCKS \AA BLOCKS TO MATCH SIDE SLOPE HDPE EXTRUSION WELD
e,_D. 2 01,, ,_D. �j// 6,_6„ 2'-6" 1`0„ 1112"
POND / POND
1% BENCH /VA//\� 1% BENCH
4
POLYLOCK �Alti\i
6"PERFORATED 6"PERFORATED ° a 1,Allddlll�';"�
PIPE PIPE ° ,/
CONCRETE //� CLOTH LINER
FEET FEET
a� � NOT TO SCALE NOT TO SCALE
s FRENCH DRAIN WITH BLOCKS e FRENCH DRAIN WITHOUT BLOCKS e POLYLOCK ATTACHMENT s STORAGE VENT ORIFICE (ISOMETRIC VIEW)
1'-6"0
443 REBAR VERT NOTES
cv
1. AT CORNERS CUT AND FIT ALL LAYERS
#3 REBAR STIRRUPS AGAINST INTERIOR TRENCH WALL.FLOOR NOTES
@ 12"OC MAX LAYERS NOT TO HAVE FOLDS.TRIM 26"SQUARE GRATE
PLAN EXCESS LINER AT OUTER TRENCH WALL. 1. LINER MATERIAL TO BE 60 MIL HDPE CONDUCTIVE.
LINER LAYERS
SEE PLAN VIEW 2. PUNCTURE THROUGH ALL LAYERS ON THICKNESS BOTTOM
FLOOR APPROXIMATELY EVERY 10'WITH 4"MINIMUM DESCRIPTION LOCATION MATERAIL TOP FINISH
1/2"HOLES. WELD (MINIMUM) FINISH
m 4'x 4' 3/4"STAINLESS 3. MOUNT MOORING CABLE AS 2 PRIMARY LINER TOP
' HDPE 60 MIL SMOOTH SMOOTH
1'
SLAB 4" STEEL EYE NUT
MIN RECOMMENDED BY MFR. TVP CONDUCTIVE DRAINAGE NET MIDDLE HDPE 175 MIL N/A N/A
LINER
THICK @ 2'-6" 1/2"PVC PIPE WITH ACRYLIC LATEX MATERIAL CLOTH LINER BOTTOM 12 OZJYD2 MIN GEOTEXTILE CLOTH
- EA POST PAINT TO PROTECT THE LINER
FG 1'-6" 1'-0" HDPEALL 3 EXTRUSION WELD WITH 1
URIM OF POND CABLE SIDES EXTRUSION WELD
x 5 POLYLOCK ALL SIDES MIN
LINER TOP OF
2%
/ //A// III MATERIALS 8 LINER CONCRETE 4753.4 \M DRAINAGE NET FOR PRIMARY LINER
/vv z vv/vv/vv 11 vw�
5 LAYERING 4"MINIMUM TO 6"MAXIMUM ROCK PROTECTION
�/ HWL i /AA/AA/AA/A
/VAM /VA /VA�VA AIR CHANNEL
TO BECORNERS iA//j//� _ j////////� =III III =III III—III=III III II=III =III II =I1� f
ROUNDED ��\//�/�/' PIPE FH OWEINELUENT i ;�" \ \//�//X//�
3"MIN A �VA�A�VA�A a
O BACKFILL W/COMPACTED - %//V//// a COMPACTED CLOTH LINER
t SOIL PER CQA PLAN CONCRETE // /////// //// LINER SUBGRADE PER CQA
"MIN 3 3/4"0 THREADED ROD /� �\ V A \ \ V /V� MATERIAL PLAN
\\//
HOT WEDGE DOUBLE FUSION WELD
I-- FEET
TT
8 D I 2 NOT TO SCALE NOT TO SCALE NOT TO SCALE
m
m e ANCHOR TRENCH AND ANCHOR POST s EFFLUENT BOX e HDPE WELDS a LINER LAYERING
DATE RECORD DRAWING SCALE QROFESSk) PROJECT coU,1, DEPARTMENT OF PUBLIC WORKS AND PLANNING
DESIGNED: ZT 9/8/2023 RESIDENT ENGINEER DATE cW TF"clFyllwl CREEK FIRE REHABILITATION SHAVER
DRAWN: STG 9/6/2023 LAKE VILLAGE wwTP CONSTRUCTION DETAILS
CHECKED: ,P
S SUPERVISING ENGINEER DATE ryT 0 L
11 FOR RIGHT OF WAY DATA AND ACCURATE ACCESS DETERMINATION,SEE DOCUMENTS IN THE DEPARTMENT OF PUBLIC WORKS AND PLANNING. FOF"I\I ROAD NO.NA BRIDGE NO.NA F in?ES DRAWING NO.TBD SHEET NO.5 TOTAL6
CONSTRUCTION LEGEND
11 INLET PIPE TO REMAIN
Mi 6"X 18"CONCRETE PAD MARKERS
ANCHOR TRENCH (TYPICAL
T1 AROUND PERIMETER OF POND) 5 QUANTITIES
eO LINER-SURFACE AREA 26,200 SF VENT ORIFICE - PERIPHERAL OVERLAP AND TRENCH 3,520 SF
5
LINER TOTAL 29,720 SF
I I I
AFTER LINER INSTALLATION SURVEY DISTANCE FROM RIM
LOCATION ON THIS SIDE TO CENTER OF CONCRETE PAD, _
RECORD HORIZONTAL DISTANCE ON DRAWINGS OF RECORD.
(TYP OF 8)
V1 SPACED 30"3 ALONG I V1 SPACED 30"t ALONG
PERIMETER, TYP PERIMETER,TYP
ri
Ti (TYP) _
3 8' X 8'X 6"CONCRETE PAD, TYP
( POND 1 FLUSH WITH FLOOR AND INSTALL ^ POND 1
5 POLriOCK ATTACHMENT'
II I \ LI
❑ /
40._9" 6'_0• _27'_9" 6_0" _26'_3" / i �� \ TOE OF 11
\ \. TOE OF - ' 11 I _o \ /POND I
\ \ \ POND
HWL=4753.39
\ 58'-3" -48,_9., -35'-
HWL 47539.9
-34'3"
\ .3
TOP OF
POND \ \ —� TOP DF
,POND
(TYP OF 8)J '
zo'(TYP)
I I -253'-4" I I
Q" F _. SCALE IN FEET \ S" Ef F - T —
m CJ �' I SCALE IN FEET
VENT AND MARKER LOCATIONS D 10 20 4D PROPOSED PANEL LAYOUT D ,D 20 4C
DATE RECORD DRAWING SCALE PROJECT ��, coU DEPARTMENT OF PUBLIC WORKS AND PLANNING
DESIGNED: ZT 1 9/8/2023 RESIDENT ENGINEER DATE CREEK FIRE REHABILITATION SHAVER �-
n DRAWN: STG 9/8/2023 LAKE VILLAGE WWTP POND 1 LINING
SCHECKED: SUPERVISING ENGINEER DATE
FOR RIGHT OF WAY DATA AND ACCURATE ACCESS DETERMINATION,SEE DOCUMENTS IN THE DEPARTMENT OF PUBLIC WORKS AND PLANNING. ROAD NO.NA BRIDGE NO.NA FR1us DRAWING NO.TBD SHEET NO.6 TOTAL6
1 "Pill
1 � I
ti • 1
1 �
1 � ♦ • 1
• . 1
1 � • I
1 I
1 1
1 1
1 I �
1 1
1 1
1 - �
1 1
' � 1
1
1
1 1
1 I
1 _
1 • '1
1 I I I
1 � - �. o -o � -oo,.• 10 1 I � 1
1 1
1 1
1 1
� 1 1
a
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:
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).
ID OOK
COUNTY SERVICE AREA 31 SHAVER LAKE WASTEWATER
TREATMENT PLANT SLUDGE HAULING AND DISPOSAL
BUDGET ! ACCOUNT: 9171 1 08150 1 91781
CD
Department of Public Jf,'or�s and Planning
CONTRACT NUMBER 23-02-C
Fresno County Department of Public Works and Planning
Bid Item List - Proposal 2A
Contract# 23-02-C
Contract Name
Shaver Lake Wastewater Treatment Plant Sludge Hauling and Disposal
Bid Items
Item ID Quantity Unit Unit Price Total
Description
1 80000 $ $1 1 $80,000
Supplemental Work
2 1 LS $ 7 r> j $ 1.s
Mobilization
Prepare& Implement Water Pollution Control Program
4 1 LS
Construction Site Management
5 1 LS
Traffic Control System
Remove Existing HDPE Baffle Walls(x3)
i 1 LS Is $/7/0 R
Pond 1 Dewatering&Clean-Up
8 1 LS $XV V O), 7 EJ-PJ, 7J-
Clear and Grubbing Pond 1
1 LS
Pond Grading to Prepare Bench and HDPE Liner Subgrade and VViden Access Road as Showr in Sheet 3
Bid Item List 12/14/2023
23-02-C Page 1 of 2
10 1 LS I
New Concrete Pads for Aerators at Pcnd 1 w/Embedded HDPE Liner Apron
11 1 LS $
Demo Existing, Furnish and Install Concrete Effluent Structure —
12 1 LS 7 $ r�
Remove Existing and Build New Mooring System for Aerators& Baffle Walls(Vault in the Road)
13 335 LF
r
Install 12 Inches Wide French Drain w!Perforated Pipe+30 ft of Drain Line $93.50 = total divided by quantity
Install 2'x2'x6' Concrete Blocks $524.30 = total divided by quantity
15 635 LF
Anchor Trench: Excavate and Backfill Once Liner is Installed. See Detail 4 in Sheet 5 (Pond 1)
$89.46 = total divided by quantity
Bid items Total. '� •����
Bid Item List 1 21 1 4/2023
23-02-C Page 2 of 2
Bid Security
Accompanying this proposal is security (checl • only) in amount equal to at feast ten percent
(10%) of the total amount of id:
Bid Bond ( ); e ied. e.,k ( } ashier's Check ' ): Cash ($ }
Addenda Acknowledgement
Bidder has and acknowledges the following addenda:
Bidder Signature h
Business Name .:_
Note: If bidder or other interested person is a corporation, state legal name of corporation. If
bidder is a co-partnership, state true name I firmAKJI _r,_
Business Owners and Officers Names %
Note: if bidder or other interested person is. � `-+ j, :/�
• a corporation, list names of the president, seci 6tary ea� r r andmanager fhe"reof
• a partnership, list names of all individual co-partners composing fhm.
• an individual, state first and last name,,i* full. �.
�
Names of Owners and Key Employees
Note. List majority owners of your firm. If multiple owners, list all. Also include anyone, d17�ss F
key employees, who are actively promoting the contract. (SB1439)
Licensed in accordance with an act providing for the registration of Contractors:
Contractor License No. 0'�� > -Class �y�• � /I Expires
DIR Registration Number/°`0�042 0.�7
Business Address:
p Code
Mailing Address:, '' y
Zip Code
Business Phone:�',1�"-�_�) 0- ,-1h'1Pax Number: ( -
Email Address ,f �?, �/ �;.g,�f � C �` S✓�i° ' � G��1 .. '�
Signature of Bidder: c� -fr �"�"r Dated:
NOTE: If bidder is a corporation, the legal name of the corporation shall be set forth above
together with the signature of the officer or officers authorized to sign contracts on behalf of the
corporation; if bidder is a co-partnership, the true name of the firm shall be set forth above
together with the signature of the partner or partners authorized to sign contracts on behalf of
the co-partnership; and if bidder is an individual, his or her signature shall be placed above. If
signature is by an agent, other than an officer of a corporation or a member of a partnership, a
Power of Attorney must be on file with the Owner prior to opening bids or submitted with the
bid; otherwise, the bid will be disregarded as irregular and unauthorized.
Proposal 4
Contract Number 23-02-C
To the Board of Supervisors, County of Fresno:
NONCOLLUSION DECLARATION
TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID*
The undersigne"eclares:
1 am the of
of
( n r, Part er, Corporate Officer (list titie), Co-Venturer)
�� `� ,• >- the party making the
foregoing bid.
The bid is not made in the interest of, or on behaif of, any undisclosed person, partnership,
company, association, organization, or corporation. The bid is genuine and not collusive or
sham. The bidder has not directly or indirectly induced or solicited any other bidder to put in a
false or sham bid. The bidder has not directly or indirectly colluded, conspired, connived, or
agreed with any bidder or anyone else to put in a sham bid, or refrain from bidding. The bidder
has not in any manner, directly or indirectly, sought by agreement.. communication, or
conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any
overhead, profit, or cost element of the bid price, or of that of any other bidder. All statements
contained in the bid are true. The bidder has not, directly or indirectly, submitted his or her bid
price or any breakdown thereof, or the contents thereof, or divulged information or data relative
thereto, to any corporation, partnership, company, association, organization, bid depository, or
to any member or agent thereof, and has not paid, and will not pay, any person or entity for
that purpose.
Any person executing this declaration on behalf of a bidder that is a corporation, partnership,
joint venture, limited liability company, limited liability partnership, or any other entity, hereby
represents that he or she has full power to execute, and does execute, this declaration on
behalf of the bidder.
I declare under penalty of perjury under the laws of the State of California that,the foregoing is
true and correct and th t this deciar #ion is executed on , 2Q,✓ -»-
at
[city].
(Signature)
(See Title 23 United States Code Section 112; Calif Public Contract Code Section 7106)
*NOTE: Completing, signing, and returning the Non-Collusion Declaration is a required part of
the Proposal. Bidders are cautioned that making a faise certification may subject the certifier
to criminal prosecution.
Proposal 5
Contract Number 23-02-C
PUBLIC CONTRACT CODE
Public Contract Code Section 10285.1 Statement
In conformance with Public Contract Code Section 10285.1 (Chapter 376, Stats. 1085), the
bidder hereby declares under penalty of perjury under the laws of the State of California that
the bidder has_. has not.Lv. been convicted within the preceding three years of any offenses
referred to in that section, including any charge of fraud, bribery, collusion, conspiracy, or any
other act in violation of any state or Federal antitrust law in connection with the bidding upon,
award of, or performance of, any public works contract, as defined in Public Contract Code
Section 1101, with any public entity, as defined in Public Contract Code Section 1100, including
the Regents of the University of California or the Trustees of the California State University.
The term "bidder" is understood to include any partner, member, officer director, responsible
managing officer, or responsible managing employee thereof, as referred to in Section 10285.1.
Note: The bidder must place a check mark after "has" or "has not" in one of the blank spaces
provided. The above Statement is part of the Bid. Signing this Bid on the signature
portion thereof shall also constitute signature of this Statement. Bidders are cautioned
that making a false certification may subject the cerfifier to criminal prosecution.
Proposal 6
Contract Number 23-02-C
Public Contract Code Section 10162 Questionnaire
In conformance with Public Contract Code Section 10162, the Bidder shall complete, under
penalty of perjury, the following questionnaire:
Has the bidder, any officer of the bidder, or any employee of the bidder who has a proprietary
interest in the bidder, ever been disqualified, removed, or otherwise prevented from bidding on,
or completing a federal, state, or local government project because of a violation of law or a
safety regulation?
Yes No
If the answer is yes, explain the circumstances in the following space.
Public Contract Code 10232 Statement
In conformance with Public Contract Code Section 10232, the Contractor, hereby states under
penalty of perjury, that no more than one final unappealable finding of contempt of court by a
federal court has been issued against the Contractor within the immediately preceding two-year
period because of the Contractor's failure to comply with an order of a federal court which orders
the Contractor to comply with an order of the National Labor Relations Board.
Note: The above Statement and Questionnaire are part of the Bid. Signing this Bid on
the signature portion thereof shall also constitute signature of this Statement and
Questionnaire.
Bidders are cautioned that making a false certification may subject the certifier to
criminal prosecution.
Proposal 7
Contract Number 23-02-C
� f
BIDDER; .
SUBCONTRACTORS:
The following named subcontractor(s) will perform with labor, or otherwise mender services
to the general contractor in or about the construction of the work or improvement in an
amount in excess of one-half of one percent of the total bid presented herewith or $10,000,
whichever is greater. Each listed subcontractor's name, location of business and
description of work, and both their contractor's license number and public works contractor
registration number, issued pursuant to Section 1725.5 of the Labor Code, are REQUIRED,
by Section 4104 of the California Public Contract Code, to be submitted prior to bid
opening. (The "location of business" must specify the city in which the subcontractor's
business is located, and the state if other than California.) All other requested information
shall be submitted, either with the bid or within 24 hours after bid opening.
Please fill out as completely as possible when submitting your bid. Use subcontractor's
business name style as registered with the License Board.
FAILURE TO LIST SUBCONTRACTORS AS DIRECTED MAY RENDER THE BID NON-
RESPONSIVE, OR MAY RESULT IN ASSESSMENT OF A PENALTY AGAINST THE
BIDDER IN ACCORDANCE WITH SECTION 4110 OF THE CALIFORNIA PUBLIC
CONTRACT CODE.
SUBCONTRACTOR: f, o v
Business Address: 5H�,..�
Class License No. DIR Registration No/
Item No. or Description of Work: 17
Dollar Amount/;,G ,c52- ;? OR Percentage of Total Bid
Email Address:
SUBCONTRACTOR:
Business Address:
Class License No. DIR Registration No
Item No. or Description of Work:
Dollar Amount OR Percentage of Total Bid
Email Address:
Proposal 8(a)
Contract Number 23-02-C
CERTIFICATION WITH REGARD TO THE PERFORMANCE OF PREVIOUS CONTRACTS
OR SUBCONTRACTS SUBJECT TO THE EQUAL OPPORTUNITY CLAUSE AND THE
FILING OF REQUIRED REPORTS.
The bidder or proposed subcontractor hereby certifies that they have ®. have not
P P
participated in a previous contract or subcontract subject to the equal opportunity claus , as
required by Executive Orders 10925. 11114, or 11246, and that they have—, have not , filed
with the joint Reporting Committee, the Director of the Office of Federa' Contract Compliance,
a Federal Government contracting or administering agency, or the fcrmer President's
Committee on Equal Employment Opportunity, all reports due under the applicable filing
requirements.
( ompar�y}
By:
(Tile)
Date:
NOTE: The above certification is required by the Equal Employment Opportunity Regulations of
the Secretary of Labor (41 CFR 60-1.7(b) (1), and must be submitted by bidders and proposed
subcontractors only in connection with contracts and subcontracts which are subject to the
equal opportunity clause. Contracts and subcontracts which are exempt from the equal
opportunity clause are set forth in 41 CFR 60-1.5 (Generaily only contracts or subcontracts of
$10,000 or under are exempt.)
Currently, Standard Form 100 (EEO-1) is the only report required by the Executive Orders or
their implementing regulations.
Proposed prime contractors and subcontractors who have participated in i a previous contract or
subcontract subject to the Executive Orders and have not filed the required reports should note
that 41 CFR 60-1.7(b) (1) prevents the award of contracts and subcontracts unless such
contractor submits a report covering the delinquent period or such other period specified by the
Director, Office of Federal Contract Compliance, U. S. Department of Labor.
Proposal 9
Contract Number 23-02-C
TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29
DEBARMENT AND SUSPENSION CERTIFICATION
The bidder or proposed subcontractor under penalty of perjury, certifies that, except as noted
below, he/she or any person associated therewith in the capacity of owner, partner, director,
officer, manager:
is not currently under suspension, debarment.. voluntary exclusion, or determination of
ineligibility by any federal agency-,
has not been suspended, debarred, voluntarily excluded or determined ineligible by any
federal agency within the past 3 years;
does not have a proposed debarment pending-, and
has not been indicted, convicted, or had a civil judgment rendered against it by a court of
competent jurisdiction in any matter involving fraud or official misconduct within the past 3
years.
If there are any exceptions to this certification, insert the exceptions in the following space:
4 No Exceptions
Exceptions will not necessarily result in denial of award, but will be considered in determining
bidder responsibility. For any exception noted above, indicate below to whom it applies,
initiating agency, and dates of action:
Note: Providing false information may result in criminal prosecution or administrative
sanctions.
The above certification is part of the Proposal. Signing the Proposal on the signature
portion thereof shall also constitute signature of this Certification.
By my signature on this proposal, I certify, under penalty of perjury under the laws of the State
of California and the United States of America, that the Title 23 United States Code, Section
112 Non-Collusion Declaration and the Title 49 Code of Federal Regulations, Part 29
Debarment and Suspension Certi cation a true and correct.
,- r
Company:
By:
Date:
Title:
Proposal 10
Contract Number 23-02-C
L
NONLOBBYING CERTIFICATION FOR FEDERAL-AID CONTRACTS
The prospective participant certifies, by signing and submitting this bid or proposal, to the
best of his or her knowledge and belief, that:
(1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the
undersigned, to any person for influencing or attempting to influence an officer or
employee of any Federal agency, a Member of Congress, an officer or employee of
Congress, or an employee of a Member of Congress in connection with awarding of
any cooperative agreement, and the extension, continuation, renewal, amendment,
or 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.
This certification is a material representation of fact upon which reliance was placed when
this transaction was made or entered into. Submission of this certification is a prerequisite for
making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any
person who fails to file the required certification shall be subject to a civil penalty of not less
than $10,000 and not more than $100,000 for each such failure.
The prospective participant also agrees by submitting his or her bid or proposal that he or
she shall require that the language of this certification be included in all lower tier
subcontracts, which exceed $100,000 and that all such sub-recipients shall certify and
disclose accordingly.
i
Bidder:
By:
Date:
Title:
Proposal 11
Contract Number 23-02-C
(This guaranty shall be executed by the successful bidder in accordance with instructions in the
special provisions. The bidder may execute the guaranty on this page at the time of submitting
his bid.)
GUARANTY
To the Owner: County of Fresno
CONTRACT NUMBER 23-02-C
The undersigned guarantees the construction and installation of the following work included in
this project:
ALL WORK
Should any of the materials or equipment prove defective or should the work as a whole prove
defective, due to faulty workmanship, material furnished or methods of installation, or should
the work or any part thereof fail to operate properly as originally intended and in accordance
with the plans and specifications, due to any of the above causes, all within twelve 112) months
after date on which this contract is accepted by the Owner, the undersigned agrees to reimburse
the Owner, upon demand, for its expenses incurred in restoring said work to the condition
contemplated in said project, including the cost of any such equipment or materials replaced
and the cost of removing and replacing any other work necessary to make such replacement or
repairs, or, upon demand by the Owner, to replace any such material and to repair said work
completely without cost to the Owner so that said work will function successfully as originally
contemplated.
The Owner shall have the unqualified option to make any needed replacement or repairs itself
or to have such replacements or repairs done by the undersigned. In the event the Owner
elects to have said work performed by the undersigned, the undersigned agrees that the repairs
shall be made and such materials as are necessary shall be furnished and installed within a
reasonable time after the receipt of demand from the Owner.
Name (Printed) -,
Signature: ���� -
Title:
Date: 2y.,, Contractor>� _ >� _ � �� /�r
Proposal -- 17
Contract Number 23-02-C
TITLE 13, CALIFORNIA CODE OF REGULATIONS § 2449(I) GENERAL REQUIREMENTS
FOR IN-USE OFF-ROAD DIESEL-FUELED FLEETS
In conformance with Title 13 § 2449(i), bidders will be required to attach copies of valid
Certificates of Reported Compliance for the fleet selected for the contract and their listed
subcontractors.
Before May 15th of each year, the prime contractor must collect a new valid Certificate of
Reported Compliance for the current compliance year, as defined in section 2449(n), from all
fleets that have an ongoing contract with the prime contractor as of March 1 of that year.
Prime contractors must not write contracts to evade this requirement. Annual renewals must
be provided to the Resident Engineer at least one week prior to the expiration date of the
current certificate.
https://ww2.arb.ca.gov/resources/fact-sleets/fact-sheet-contracting-reguiremeras
Choose one:
VBidder's Certificate of Reported Compliance has been attached to the bid. Listed
subcontractors` certificates, where subject to this regulation, have been attached or will be
submitted within five (5) calendar days of the bid opening.
C Bidder and listed subcontractors do not have a fleet subject to this regulation as outlined in
Section 2449(i)(1)-(4).
FAILURE TO PROVIDE THE CERTIFICATES OF REPORTED COMPLIANCE AS
DIRECTED MAY RENDER THE BID NON-RESPONSIVE.
Proposal — 18
Contract Number 23-02-C
IL b
0
o
J V .0 PY
1�cv
t� 0 - c
t.? C/� I j.A x
A €� 41
PAO b
<.
16
a +iH
AGREEMENT
THIS AGREEMENT made at Fresno, in Fresno County, California, by and between Shaver Lake
Construction hereinafter called the Contractor, and the County of Fresno hereinafter called the Owner.
WITNESSETH: That the Contractor and the Owner, for the consideration hereinafter named, agree as
follows:
ARTICLE I. The Contractor agrees to furnish all labor and materials, including tools, implements, and
appliances required, but excluding such materials as are mentioned in the specifications to be furnished
by the Owner, and to perform all the work in a good and workmanlike manner, free from any and all liens
and claims of mechanics, materialmen, teamsters, subcontractors, artisans, machinists, and laborers
required for:
COUNTY SERVICE AREA 31 SHAVER LAKE WASTEWATER TREATMENT PLANT
SLUDGE HAULING AND DISPOSAL
CONTRACT NUMBER: 23-02-C
All in strict compliance with the plans, drawings and specifications therefor prepared by the Owner, and
other contract documents relating thereto.
ARTICLE II. The Contractor and the Owner agree that the Notice to Bidders and Special Provisions,
the Wage Scale (Prevailing Wages), the Plans and Drawings, Addenda and Bulletins thereto, and the
Proposal (Bid Book) hereto attached, together with this Agreement, form the contract, and they are as
fully a part of the contract as if hereto attached or herein repeated.
All portions of the Standard Specifications of the State of California, Department of Transportation, dated
2015, which are not in conflict with this contract shall be deemed a part of the specifications as though
fully therein set forth; provided, however, that revisions to the said Standard Specifications shall apply
only to the extent, if any, included in the Project Details of these specifications or as otherwise
incorporated directly herein. No part of said specifications which is in conflict with any portion of this
agreement, or which is not actually descriptive of the work to be done thereunder, or of the manner in
which said work is to be executed, shall be considered as any part of this agreement, but shall be utterly
null and void.
ARTICLE III. The Owner agrees to pay the Contractor in current funds for the performance of the
contract the sum of NINE HUNDRED THIRTY THOUSAND TWO HUNDRED TWENTY DOLLARS AND
80/100 ($930,220.80) it being understood that said price is based upon the estimated quantities of
materials to be used as set forth in the Proposal, except where provisions are made in the contract
documents whereby the estimated quantities shall constitute the final quantity; that upon completion of
the project the final contract prices shall be revised by change order, if necessary, to reflect the true
quantities used at the stated unit price thereof as contained in the Contractor's Proposal hereto attached.
Payments on account thereof will be made as set forth in the special provisions.
ARTICLE IV. If the Contractor should be adjudged a bankrupt, or if he or she should make a general
assignment for the benefit of his or her creditors, or if a receiver should be appointed on account of his
or her insolvency, or if he or she or any of his or her subcontractors should persistently violate any of
the provisions of the contract, or if he or she should persistently or repeatedly refuse or should fail,
except in cases for which extension of time is provided, to supply enough properly skilled workmen or
proper materials, or if he or she should fail to make prompt payment to subcontractors or for material or
labor, or persistently disregard laws, ordinances or the instructions of the Engineer, then the Owner may,
Contract Number 23-02-C
upon certificate of the Engineer when sufficient cause exists to justify such action, serve written notice
upon the Contractor and his surety of its intention to terminate the contract, and unless within five days
after the serving of such notice, such violations shall cease and satisfactory arrangements for correction
thereof be made, the contract shall, upon the expiration of said five days, cease and terminate.
In the event of any such termination, the Owner shall immediately serve written notice thereof upon the
surety and the Contractor, and the surety shall have the right to take over and perform the contract,
provided, however, that if the surety within ten (10) days after the serving upon it of notice of termination
does not give the Owner written notice of its intention to take over and perform the contract or does not
commence performance thereof within the ten (10) days stated above from the date of the serving of
such notice, the Owner may take over the work and prosecute the same to completion by contract or by
any other method it may deem advisable, for the account and at the expense of the Contractor, and the
Contractor and his surety shall be liable to the Owner for any excess cost occasioned the Owner thereby,
and in such event the Owner may without liability for so doing, take possession of and utilize in
completing the work such materials, appliances, plant and other property belonging to the Contractor as
may be on the site of the work and necessary therefor. In such case the Contractor shall not be entitled
to receive any further payment until the work is finished. If the unpaid balance of the contract price shall
exceed the expenses of finishing the work, including compensation for additional managerial and
administrative services, such excess shall be paid to the Contractor. If such expense shall exceed such
unpaid balance, the Contractor shall pay the difference to the Owner. The expense incurred by the
Owner, as herein provided and damage incurred through the Contractor's default, shall be certified by
the Engineer.
ARTICLE V. To the fullest extent permitted by law with respect to any work required to be done under
this contract, the Contractor will indemnify and hold harmless the COUNTY OF FRESNO, STATE OF
CALIFORNIA, UNITED STATES OF AMERICA, CONSULTANTS and all other participating public
agencies,whether or not said agencies are named herein,who have jurisdiction within the areas in which
the work is to be performed, and all officers and employees of the Owner, the County, the State, the
United States and said other participating agencies, from any and all costs and expenses, attorney fees
and court costs, damages, liabilities, claims and losses occurring or resulting to COUNTY in connection
with the performance, or failure to perform, by CONTRACTOR, its officers, agents or employees under
this Agreement, and from any and all costs and expenses, attorney fees and court costs, damages,
liabilities, claims and losses occurring or resulting to any person, firm or corporation who may be injured
or damaged by the performance, or failure to perform, of CONTRACTOR, its officers, agents or
employees under this Agreement. In addition, CONTRACTOR agrees to indemnify COUNTY for
Federal, State of California and/or local audit exceptions resulting from non-compliance herein on the
part of CONTRACTOR.
CONTRACTOR agrees to indemnify, save, hold harmless, and at COUNTY'S request, defend the
COUNTY, its officers, agents, and employees from any and all costs and expenses, damages, liabilities,
claims, and losses occurring or resulting to COUNTY in connection with the performance, or failure to
perform, by CONTRACTOR, its officers, agents, or employees under this Agreement, and from any and
all costs and expenses, damages, liabilities, claims, and losses occurring or resulting to any person,
firm, or corporation who may be injured or damaged by the performance, or failure to perform, of
CONTRACTOR, its officers, agents, or employees under this Agreement.
The Certificate of Insurance shall be issued in duplicate, to the COUNTY OF FRESNO and all other
participating agencies, whether or not said agencies are named herein, who contribute to the cost of the
work or have jurisdiction over areas in which the work is to be performed and all officers and employees
of said agencies while acting within the course and scope of their duties and responsibilities.
In the event CONTRACTOR fails to keep in effect at all times insurance coverage as herein provided,
the COUNTY may, in addition to other remedies it may have, suspend or terminate this Agreement upon
the occurrence of such event.
Contract Number 23-02-C
All policies shall be with admitted insurers licensed to do business in the State of California. Insurance
purchased shall be purchased from companies possessing a current AM Best Company rating of A FSC
VII or better.
Without limiting the COUNTY'S right to obtain indemnification from CONTRACTOR or any third parties,
CONTRACTOR, at its sole expense, shall maintain in full force and effect, the following insurance
policies or a program of self-insurance, including but not limited to, an insurance pooling arrangement
or Joint Powers Agreement (JPA) throughout the term of the Agreement:
A. Commercial General Liability
Commercial General Liability Insurance with limits not less than those shown in the following table:
For each occurrences Aggregate for General aggregateb Umbrella or
roducts/com feted operation excess liabilityc
$1,000,000 $2,000,000 $2,000,000 $2,000,000
'Combined single limit for bodily injury and property damage.
bThis limit must apply separately to your work under this Contract.
°The umbrella or excess policy must contain a clause stating that it takes effect (drops down) in the
event the primary limits are impaired or exhausted.
This policy shall be issued on a per occurrence basis. COUNTY may require specific coverages including
completed operations, products liability, contractual liability, Explosion-Collapse-Underground, fire legal
liability, or any other liability insurance deemed necessary because of the of the nature of this contract.
Such Commercial General Liability insurance shall name the County of Fresno, its officers, agents, and
employees, individually and collectively, as additional insured, but only insofar as the operations under
this Agreement are concerned. Such coverage for additional insured shall apply as primary insurance
and any other insurance, or self-insurance, maintained by COUNTY, its officers, agents and employees
shall be excess only and not contributing with insurance provided under CONTRACTOR's policies
herein. This insurance shall not be cancelled or changed without a minimum of thirty (30) days advance
written notice given to COUNTY. CONTRACTOR shall obtain endorsements to the Commercial General
Liability insurance policy naming COUNTY as an additional insured and providing for a thirty (30) day
prior written notice of cancellation or change in terms or coverage.
Within eight (8) days from date CONTRACTOR executes this Agreement, CONTRACTOR shall provide
certificates of insurance and endorsement as stated above for all of the foregoing policies, as required
herein, to the County of Fresno, or to designservices(a-)fresnocountyca.gov, stating that such insurance
coverages have been obtained and are in full force; that the County of Fresno, its officers, agents and
employees will not be responsible for an premiums on the policies; that such Commercial General
Liability insurance names the County of Fresno, its officers, agents, and employees, individually and
collectively, as additional insured, but only insofar as the operations under this Agreement are
concerned; that such coverage for additional insured shall apply as primary insurance an any other
insurance, or self- insurance shall not be cancelled or changed without a minimum of thirty (30) days
advance, written notice given to COUNTY.
CONTRACTOR shall obtain endorsements to the Commercial General Liability insurance naming the
County of Fresno, its officers, agents, and employees, individually and collectively, as additional insured,
but only insofar as the operations under this Agreement are concerned. Such coverage for additional
insured shall apply as primary insurance and any other insurance, or self-insurance, maintained by
COUNTY, its officers, agents, and employees shall be excess only and not contributing with insurance
provided under CONTRACTOR'S policies herein. This insurance shall not be cancelled or changed
without a minimum or thirty (30) days advance written notice given to COUNTY.
B. Automobile Liability
Contract Number 23-02-C
Comprehensive Automobile Liability Insurance with limits of not less than One Million Dollars
($1,000,000) per accident for bodily injury and property damage. Coverage should include owned and
non-owned vehicles used in connection with this Agreement and all applicable endorsements.
C. Professional Liability
If CONTRACTOR is a licensed professional or employs professional staff, (e.g., Architect, Engineer,
Surveyor, etc.) in providing services, Professional Liability Insurance with limits of not less than One
Million Dollars ($1,000,000.00) per occurrence, Three Million Dollars ($3,000,000.00) annual aggregate
with a provision for 3 year tail coverage.
D. Worker's Compensation
A policy of Worker's Compensation insurance as may be required by the California Labor Code.
ARTICLE VI. Contractor represents that he has secured the payment of Worker's Compensation in
compliance with the provisions of the Labor Code of the State of California and during the performance
of the work contemplated herein will continue so to comply with said provisions of said Code. Contractor
shall supply the Owner with certificates of insurance, in duplicate, evidencing that Worker's
Compensation Insurance is in effect and providing that the Owner will receive ten days notice of
cancellation. If Contractor self-insures Worker's Compensation, Certificate of Consent to Self-insure
should be provided the Owner.
ARTICLE VII. The Contractor shall forthwith furnish in duplicate, a faithful performance bond in an
amount equal to 100% of the contract price and a payment bond in an amount equal to 100% of the
contract price, both bonds to be written by a surety company acceptable to the Owner and in the form
prescribed by law.
The payment bond shall contain provisions such that if the Contractor or his subcontractors shall fail to
pay (a) amounts due under the Unemployment Insurance Code with respect to work performed under
the contract, or (b) any amounts required to be deducted, withheld and paid over to the Employment
Development Department and to the Franchise Tax Board from the wages of the employees of the
Contractor and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with
respect to such work and labor, then the surety will pay these amounts. In case suit is brought upon the
payment bond, the surety will pay a reasonable attorney's fee to be fixed by the court.
ARTICLE VIII. This project is subject to compliance monitoring and enforcement by the Department of
Industrial Relations.
Except as provided in Labor Code section 1725.5(f), no contractor or subcontractor may be listed on a
bid proposal for a public works project unless registered with the Department of Industrial Relations
pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes
only under Labor Code section 1771.1(a)].
Except as provided in Labor Code section 1725.5(f), no contractor or subcontractor may be awarded a
contract for public work on a public works project or engage in the performance of work on any public
works project unless registered with the Department of Industrial Relations pursuant to Labor Code
section 1725.5.
Contractor shall comply with all applicable laws and regulations relating to wages and employment,
including all requirements imposed by the California Department of Industrial Relations (DIR).
Contractor shall cooperate with County to furnish timely all information necessary for County's
completion of the form required to be submitted by County when registering the Project on the DIR
website; and County thereafter shall provide to Contractor the "Project ID Number" assigned by DIR in
order to facilitate Contactor's submission to DIR of its certified payrolls for the Project, in the manner
Contract Number 23-02-C
required and using such form as may be prescribed by DIR, in accordance with the provisions of Labor
Code section 1771.4(a)(3).
ARTICLE IX: Governing Law—Venue for any action arising out of or relating to this Agreement shall be
in Fresno County, California. This Agreement shall be governed by the laws of the State of California.
ARTICLE X: USE OF UNITED STATES FLAG VESSELS: The Contractor agrees:
(1) To utilize privately owned United States-flag commercial vessels to ship at least 50 percent of the
gross tonnage (computed separately for dry bulk carriers, dry cargo liners, and tankers) involved,
whenever shipping any equipment. material, or commodities pursuant to this contract, to the extent such
vessels are available at fair and reasonable rates for United States-flag commercial vessels.
"(2) To furnish within 20 days following the date of loading for shipments originating within the United
States or within 30 working days following the date of loading for shipments originating outside the United
States. a legible copy of a rated, 'on-board' commercial ocean bill-of-lading in English for each shipment
of cargo described in paragraph (1) of this section to both the Contracting Officer (through the prime
contractor in the case of subcontractor bills-of-lading) and to the Division of National Cargo, Office of
Market Development, Maritime Administration, Washington, DC 20590.
"(3) To insert the substance of the provisions of this clause in all subcontracts issued pursuant to this
contract.
ARTICLE XI: REQUIRED CONTRACT PROVISIONS FOR FEDERAL-AID CONSTRUCTION
CONTRACTS The Form FHWA 1273 is hereby physically attached, unmodified as a part of this contract
(Exhibit A). The provisions of Form 1273 applies to federal-aid contracts and all work performed by
subcontracts and subsequent lower-tier subcontracts and is required to be physically included in each
executed contract. Form 1273 of Exhibit A must be physically inserted, unmodified in its entirety, into all
subcontracts, except for purchase orders, rental agreements and other agreements for supplies or
services entered into as a result of this contract.
ARTICLE XII: MINIMUM FEDERAL WAGE RATES The Minimum Federal Wage Rates
Determination is hereby physically attached, in conformance with federal 10-day rule as a part of this
contract(Exhibit B). This wage rate determination applies to federal-aid contracts and all work performed
exceeding $2000 by subcontracts and subsequent lower-tier subcontracts and is required to be
physically included in each executed contract.
Contract Number 23-02-C
This Contract, 23-02-C,was awarded by the Board of Supervisors on April 9,2024. It has been reviewed
by the Department of Public Works and Planning and is in proper order for signature of the Chairman of
the Board of Supervisors.
IN WITNESS WHEREOF,they have executed this Agreement this 18th day of
June , 2024
it D ,� a•� COUNTY OF FRESNO
(CONTRACTOR) (OWNER)
By By
Nathan Magsig, Chairman
of the Board of Supervisors of the
Title
County of Fresno
������
ATTEST:
Bernice E. Seidel
Clerk of the Board of Supervisors
County of Fresno, State of California
By
Deputy
Contract Number 23-02-C
Exhibit A
FHWA-1273--Revised July 5,2022
REQUIRED CONTRACT PROVISIONS
FEDERAL-AID CONSTRUCTION CONTRACTS
performed on the contract by the contractor's own organization
I. General and with the assistance of workers under the contractor's
II. Nondiscrimination immediate superintendence and to all work performed on the
III. Non-segregated Facilities contract by piecework,station work,or by subcontract. 23
IV. Davis-Bacon and Related Act Provisions CFR 633.102(d).
V. Contract Work Hours and Safety Standards Act
Provisions 3. A breach of any of the stipulations contained in these
VI. Subletting or Assigning the Contract Required Contract Provisions may be sufficient grounds for
VII. Safety:Accident Prevention withholding of progress payments,withholding of final
VIII. False Statements Concerning Highway Projects payment,termination of the contract,suspension/debarment
IX. Implementation of Clean Air Act and Federal Water or any other action determined to be appropriate by the
Pollution Control Act contracting agency and FHWA.
X. Certification Regarding Debarment,Suspension,
Ineligibility and Voluntary Exclusion 4. Selection of Labor:During the performance of this contract,
XI. Certification Regarding Use of Contract Funds for the contractor shall not use convict labor for any purpose
Lobbying within the limits of a construction project on a Federal-aid
XII. Use of United States-Flag Vessels: highway unless it is labor performed by convicts who are on
parole,supervised release,or probation. 23 U.S.C. 114(b).
ATTACHMENTS The term Federal-aid highway does not include roadways
functionally classified as local roads or rural minor collectors.
A.Employment and Materials Preference for Appalachian 23 U.S.C. 101(a).
Development Highway System or Appalachian Local Access
Road Contracts(included in Appalachian contracts only)
II. NONDISCRIMINATION(23 CFR 230.107(a);23 CFR Part
230,Subpart A,Appendix A;EO 11246)
I. GENERAL
The provisions of this section related to 23 CFR Part 230,
1. Form FHWA-1273 must be physically incorporated in each Subpart A,Appendix A are applicable to all Federal-aid
construction contract funded under title 23, United States construction contracts and to all related construction
Code,as required in 23 CFR 633.102(b)(excluding subcontracts of$10,000 or more. The provisions of 23 CFR
emergency contracts solely intended for debris removal). The Part 230 are not applicable to material supply,engineering,or
contractor(or subcontractor)must insert this form in each architectural service contracts.
subcontract and further require its inclusion in all lower tier
subcontracts(excluding purchase orders,rental agreements In addition,the contractor and all subcontractors must comply
and other agreements for supplies or services). 23 CFR with the following policies: Executive Order 11246,41 CFR
633.102(e). Part 60,29 CFR Parts 1625-1627,23 U.S.C. 140,Section 504
of the Rehabilitation Act of 1973,as amended(29 U.S.C.794),
The applicable requirements of Form FHWA-1273 are Title VI of the Civil Rights Act of 1964,as amended(42 U.S.C.
incorporated by reference for work done under any purchase 2000d et seq.),and related regulations including 49 CFR Parts
order,rental agreement or agreement for other services. The 21,26,and 27;and 23 CFR Parts 200,230,and 633.
prime contractor shall be responsible for compliance by any
subcontractor,lower-tier subcontractor or service provider. 23 The contractor and all subcontractors must comply with: the
CFR 633.102(e). requirements of the Equal Opportunity Clause in 41 CFR 60-
1.4(b)and,for all construction contracts exceeding$10,000,
Form FHWA-1273 must be included in all Federal-aid design- the Standard Federal Equal Employment Opportunity
build contracts,in all subcontracts and in lower tier Construction Contract Specifications in 41 CFR 60-4.3.
subcontracts(excluding subcontracts for design services,
purchase orders,rental agreements and other agreements for Note:The U.S.Department of Labor has exclusive authority to
supplies or services)in accordance with 23 CFR 633.102. The determine compliance with Executive Order 11246 and the
design-builder shall be responsible for compliance by any policies of the Secretary of Labor including 41 CFR Part 60,
subcontractor,lower-tier subcontractor or service provider. and 29 CFR Parts 1625-1627. The contracting agency and
the FHWA have the authority and the responsibility to ensure
Contracting agencies may reference Form FHWA-1273 in compliance with 23 U.S.C. 140,Section 504 of the
solicitation-for-bids or request-for-proposals documents, Rehabilitation Act of 1973,as amended(29 U.S.C.794),and
however,the Form FHWA-1273 must be physically Title VI of the Civil Rights Act of 1964,as amended(42 U.S.C.
incorporated(not referenced)in all contracts,subcontracts and 2000d et seq.),and related regulations including 49 CFR Parts
lower-tier subcontracts(excluding purchase orders,rental 21,26,and 27;and 23 CFR Parts 200,230,and 633.
agreements and other agreements for supplies or services
related to a construction contract). 23 CFR 633.102(b). The following provision is adopted from 23 CFR Part 230,
Subpart A,Appendix A,with appropriate revisions to conform
2. Subject to the applicability criteria noted in the following to the U.S.Department of Labor(US DOL)and FHWA
sections,these contract provisions shall apply to all work requirements.
1
1.Equal Employment Opportunity: Equal Employment d. Notices and posters setting forth the contractor's EEO
Opportunity(EEO)requirements not to discriminate and to policy will be placed in areas readily accessible to employees,
take affirmative action to assure equal opportunity as set forth applicants for employment and potential employees.
under laws,executive orders,rules,regulations(see 28 CFR
Part 35,29 CFR Part 1630,29 CFR Parts 1625-1627,41 CFR e. The contractor's EEO policy and the procedures to
Part 60 and 49 CFR Part 27)and orders of the Secretary of implement such policy will be brought to the attention of
Labor as modified by the provisions prescribed herein,and employees by means of meetings,employee handbooks,or
imposed pursuant to 23 U.S.C. 140,shall constitute the EEO other appropriate means.
and specific affirmative action standards for the contractor's
project activities under this contract.The provisions of the 4.Recruitment:When advertising for employees,the
Americans with Disabilities Act of 1990(42 U.S.C. 12101 et contractor will include in all advertisements for employees the
seq.)set forth under 28 CFR Part 35 and 29 CFR Part 1630 notation:"An Equal Opportunity Employer." All such
are incorporated by reference in this contract. In the execution advertisements will be placed in publications having a large
of this contract,the contractor agrees to comply with the circulation among minorities and women in the area from
following minimum specific requirement activities of EEO: which the project work force would normally be derived.
a.The contractor will work with the contracting agency and a. The contractor will,unless precluded by a valid
the Federal Government to ensure that it has made every bargaining agreement,conduct systematic and direct
good faith effort to provide equal opportunity with respect to all recruitment through public and private employee referral
of its terms and conditions of employment and in their review sources likely to yield qualified minorities and women. To
of activities under the contract. 23 CFR 230.409(g)(4)&(5). meet this requirement,the contractor will identify sources of
potential minority group employees and establish with such
b.The contractor will accept as its operating policy the identified sources procedures whereby minority and women
following statement: applicants may be referred to the contractor for employment
consideration.
"It is the policy of this Company to assure that applicants
are employed,and that employees are treated during b. In the event the contractor has a valid bargaining
employment,without regard to their race,religion,sex, agreement providing for exclusive hiring hall referrals,the
sexual orientation,gender identity,color,national origin,age contractor is expected to observe the provisions of that
or disability. Such action shall include:employment, agreement to the extent that the system meets the contractor's
upgrading,demotion,or transfer;recruitment or recruitment compliance with EEO contract provisions. Where
advertising;layoff or termination;rates of pay or other forms implementation of such an agreement has the effect of
of compensation;and selection for training,including discriminating against minorities or women,or obligates the
apprenticeship,pre-apprenticeship,and/or on-the-job contractor to do the same,such implementation violates
training." Federal nondiscrimination provisions.
2. EEO Officer:The contractor will designate and make c. The contractor will encourage its present employees to
known to the contracting officers an EEO Officer who will have refer minorities and women as applicants for employment.
the responsibility for and must be capable of effectively Information and procedures with regard to referring such
administering and promoting an active EEO program and who applicants will be discussed with employees.
must be assigned adequate authority and responsibility to do
so. 5. Personnel Actions:Wages,working conditions,and
employee benefits shall be established and administered,and
3. Dissemination of Policy:All members of the contractor's personnel actions of every type,including hiring,upgrading,
staff who are authorized to hire,supervise,promote,and promotion,transfer,demotion,layoff,and termination,shall be
discharge employees,or who recommend such action or are taken without regard to race,color,religion,sex,sexual
substantially involved in such action,will be made fully orientation,gender identity,national origin,age or disability.
cognizant of and will implement the contractor's EEO policy The following procedures shall be followed:
and contractual responsibilities to provide EEO in each grade
and classification of employment. To ensure that the above a. The contractor will conduct periodic inspections of project
agreement will be met,the following actions will be taken as a sites to ensure that working conditions and employee facilities
minimum: do not indicate discriminatory treatment of project site
personnel.
a. Periodic meetings of supervisory and personnel office
employees will be conducted before the start of work and then b. The contractor will periodically evaluate the spread of
not less often than once every six months,at which time the wages paid within each classification to determine any
contractor's EEO policy and its implementation will be evidence of discriminatory wage practices.
reviewed and explained. The meetings will be conducted by
the EEO Officer or other knowledgeable company official. c. The contractor will periodically review selected personnel
actions in depth to determine whether there is evidence of
b. All new supervisory or personnel office employees will be discrimination. Where evidence is found,the contractor will
given a thorough indoctrination by the EEO Officer,covering promptly take corrective action. If the review indicates that the
all major aspects of the contractor's EEO obligations within discrimination may extend beyond the actions reviewed,such
thirty days following their reporting for duty with the contractor. corrective action shall include all affected persons.
c. All personnel who are engaged in direct recruitment for d. The contractor will promptly investigate all complaints of
the project will be instructed by the EEO Officer in the alleged discrimination made to the contractor in connection
contractor's procedures for locating and hiring minorities and with its obligations under this contract,will attempt to resolve
women. such complaints,and will take appropriate corrective action
2
within a reasonable time. If the investigation indicates that the sufficient referrals(even though it is obligated to provide
discrimination may affect persons other than the complainant, exclusive referrals under the terms of a collective bargaining
such corrective action shall include such other persons. Upon agreement)does not relieve the contractor from the
completion of each investigation,the contractor will inform requirements of this paragraph. In the event the union referral
every complainant of all of their avenues of appeal. practice prevents the contractor from meeting the obligations
pursuant to Executive Order 11246,as amended,and these
6.Training and Promotion: special provisions,such contractor shall immediately notify the
contracting agency.
a. The contractor will assist in locating,qualifying,and
increasing the skills of minorities and women who are 8. Reasonable Accommodation for Applicants/
applicants for employment or current employees. Such efforts Employees with Disabilities: The contractor must be familiar
should be aimed at developing full journey level status with the requirements for and comply with the Americans with
employees in the type of trade or job classification involved. Disabilities Act and all rules and regulations established
thereunder. Employers must provide reasonable
b. Consistent with the contractor's work force requirements accommodation in all employment activities unless to do so
and as permissible under Federal and State regulations,the would cause an undue hardship.
contractor shall make full use of training programs(i.e.,
apprenticeship and on-the-job training programs for the 9.Selection of Subcontractors,Procurement of Materials
geographical area of contract performance). In the event a and Leasing of Equipment:The contractor shall not
special provision for training is provided under this contract, discriminate on the grounds of race,color,religion,sex,sexual
this subparagraph will be superseded as indicated in the orientation,gender identity,national origin,age,or disability in
special provision. The contracting agency may reserve the selection and retention of subcontractors,including
training positions for persons who receive welfare assistance procurement of materials and leases of equipment. The
in accordance with 23 U.S.C. 140(a). contractor shall take all necessary and reasonable steps to
ensure nondiscrimination in the administration of this contract.
c. The contractor will advise employees and applicants for
employment of available training programs and entrance a. The contractor shall notify all potential subcontractors,
requirements for each. suppliers,and lessors of their EEO obligations under this
contract.
d. The contractor will periodically review the training and
promotion potential of employees who are minorities and b. The contractor will use good faith efforts to ensure
women and will encourage eligible employees to apply for subcontractor compliance with their EEO obligations.
such training and promotion.
7.Unions: If the contractor relies in whole or in part upon 10. Assurances Required:
unions as a source of employees,the contractor will use good
faith efforts to obtain the cooperation of such unions to a. The requirements of 49 CFR Part 26 and the State
increase opportunities for minorities and women. 23 CFR DOT's FHWA-approved Disadvantaged Business Enterprise
230.409. Actions by the contractor,either directly or through a (DBE)program are incorporated by reference.
contractor's association acting as agent,will include the
procedures set forth below: b. The contractor,subrecipient or subcontractor shall not
discriminate on the basis of race,color,national origin,or sex
a. The contractor will use good faith efforts to develop,in in the performance of this contract.The contractor shall carry
cooperation with the unions,joint training programs aimed out applicable requirements of 49 CFR part 26 in the award
toward qualifying more minorities and women for membership and administration of DOT-assisted contracts.Failure by the
in the unions and increasing the skills of minorities and women contractor to carry out these requirements is a material breach
so that they may qualify for higher paying employment. of this contract,which may result in the termination of this
contract or such other remedy as the recipient deems
b. The contractor will use good faith efforts to incorporate an appropriate,which may include,but is not limited to:
EEO clause into each union agreement to the end that such (1)Withholding monthly progress payments;
union will be contractually bound to refer applicants without (2)Assessing sanctions;
regard to their race,color,religion,sex,sexual orientation, (3)Liquidated damages;and/or
gender identity,national origin,age,or disability. (4)Disqualifying the contractor from future bidding as non-
responsible.
c. The contractor is to obtain information as to the referral c. The Title VI and nondiscrimination provisions of U.S.
practices and policies of the labor union except that to the DOT Order 1050.2A at Appendixes A and E are incorporated
extent such information is within the exclusive possession of by reference. 49 CFR Part 21.
the labor union and such labor union refuses to furnish such
information to the contractor,the contractor shall so certify to 11.Records and Reports:The contractor shall keep such
the contracting agency and shall set forth what efforts have records as necessary to document compliance with the EEO
been made to obtain such information. requirements. Such records shall be retained for a period of
three years following the date of the final payment to the
d. In the event the union is unable to provide the contractor contractor for all contract work and shall be available at
with a reasonable flow of referrals within the time limit set forth reasonable times and places for inspection by authorized
in the collective bargaining agreement,the contractor will, representatives of the contracting agency and the FHWA.
through independent recruitment efforts,fill the employment
vacancies without regard to race,color,religion,sex,sexual a. The records kept by the contractor shall document the
orientation,gender identity,national origin,age,or disability; following:
making full efforts to obtain qualified and/or qualifiable
minorities and women. The failure of a union to provide
3
(1)The number and work hours of minority and non- Projects funded under 23 U.S.C. 117,and National Highway
minority group members and women employed in each work Freight Program projects funded under 23 U.S.C. 167.
classification on the project;
(2)The progress and efforts being made in cooperation The following provisions are from the U.S.Department of
with unions,when applicable,to increase employment Labor regulations in 29 CFR 5.5"Contract provisions and
opportunities for minorities and women;and related matters"with minor revisions to conform to the FHWA-
1273 format and FHWA program requirements.
(3)The progress and efforts being made in locating,hiring,
training,qualifying,and upgrading minorities and women. 1. Minimum wages(29 CFR 5.5)
b. The contractors and subcontractors will submit an annual a. All laborers and mechanics employed or working upon
report to the contracting agency each July for the duration of the site of the work,will be paid unconditionally and not less
the project indicating the number of minority,women,and non- often than once a week,and without subsequent deduction or
minority group employees currently engaged in each work rebate on any account(except such payroll deductions as are
classification required by the contract work. This information is permitted by regulations issued by the Secretary of Labor
to be reported on Form FHWA-1391. The staffing data should under the Copeland Act(29 CFR part 3)),the full amount of
represent the project work force on board in all or any part of wages and bona fide fringe benefits(or cash equivalents
the last payroll period preceding the end of July. If on-the-job thereof)due at time of payment computed at rates not less
training is being required by special provision,the contractor than those contained in the wage determination of the
will be required to collect and report training data. The Secretary of Labor which is attached hereto and made a part
employment data should reflect the work force on board during hereof,regardless of any contractual relationship which may
all or any part of the last payroll period preceding the end of be alleged to exist between the contractor and such laborers
July. and mechanics.
III.NONSEGREGATED FACILITIES Contributions made or costs reasonably anticipated for bona
fide fringe benefits under section 1(b)(2)of the Davis-Bacon
This provision is applicable to all Federal-aid construction Act on behalf of laborers or mechanics are considered wages
contracts and to all related construction subcontracts of more paid to such laborers or mechanics,subject to the provisions
than$10,000. 41 CFR 60-1.5. of paragraph 1.d.of this section;also,regular contributions
made or costs incurred for more than a weekly period(but not
As prescribed by 41 CFR 60-1.8,the contractor must ensure less often than quarterly)under plans,funds,or programs
that facilities provided for employees are provided in such a which cover the particular weekly period,are deemed to be
manner that segregation on the basis of race,color,religion, constructively made or incurred during such weekly period.
sex,sexual orientation,gender identity,or national origin Such laborers and mechanics shall be paid the appropriate
cannot result. The contractor may neither require such wage rate and fringe benefits on the wage determination for
segregated use by written or oral policies nor tolerate such use the classification of work actually performed,without regard to
by employee custom. The contractor's obligation extends skill,except as provided in 29 CFR 5.5(a)(4).Laborers or
further to ensure that its employees are not assigned to mechanics performing work in more than one classification
perform their services at any location under the contractor's may be compensated at the rate specified for each
control where the facilities are segregated. The term"facilities" classification for the time actually worked therein:Provided,
includes waiting rooms,work areas,restaurants and other That the employer's payroll records accurately set forth the
eating areas,time clocks,restrooms,washrooms,locker time spent in each classification in which work is performed.
rooms and other storage or dressing areas,parking lots, The wage determination(including any additional classification
drinking fountains,recreation or entertainment areas, and wage rates conformed under paragraph 1.b.of this
transportation,and housing provided for employees. The section)and the Davis-Bacon poster(WH-1321)shall be
contractor shall provide separate or single-user restrooms and posted at all times by the contractor and its subcontractors at
necessary dressing or sleeping areas to assure privacy the site of the work in a prominent and accessible place where
between sexes. it can be easily seen by the workers.
IV. DAVIS-BACON AND RELATED ACT PROVISIONS b.(1)The contracting officer shall require that any class of
laborers or mechanics,including helpers,which is not listed in
the wage determination and which is to be employed under the
This section is applicable to all Federal-aid construction contract shall be classified in conformance with the wage
projects exceeding$2,000 and to all related subcontracts and determination.The contracting officer shall approve an
lower-tier subcontracts(regardless of subcontract size),in additional classification and wage rate and fringe benefits
accordance with 29 CFR 5.5. The requirements apply to all therefore only when the following criteria have been met:
projects located within the right-of-way of a roadway that is
functionally classified as Federal-aid highway. 23 U.S.C. 113.
This excludes roadways functionally classified as local roads (i)The work to be performed by the classification
or rural minor collectors,which are exempt. 23 U.S.C. 101. requested is not performed by a classification in the wage
Where applicable law requires that projects be treated as a determination;and
project on a Federal-aid highway,the provisions of this subpart
will apply regardless of the location of the project. Examples (ii)The classification is utilized in the area by the
include:Surface Transportation Block Grant Program projects construction industry;and
funded under 23 U.S.C. 133[excluding recreational trails
projects],the Nationally Significant Freight and Highway
4
(iii)The proposed wage rate,including any bona fide including apprentices,trainees,and helpers,employed by the
fringe benefits,bears a reasonable relationship to the contractor or any subcontractor the full amount of wages
wage rates contained in the wage determination. required by the contract. In the event of failure to pay any
laborer or mechanic,including any apprentice,trainee,or
(2)If the contractor and the laborers and mechanics to be helper,employed or working on the site of the work,all or part
employed in the classification(if known),or their of the wages required by the contract,the contracting agency
representatives,and the contracting officer agree on the may,after written notice to the contractor,take such action as
classification and wage rate(including the amount may be necessary to cause the suspension of any further
designated for fringe benefits where appropriate),a report of payment,advance,or guarantee of funds until such violations
the action taken shall be sent by the contracting officer to the have ceased.
Administrator of the Wage and Hour Division,U.S.
Department of Labor,Washington,DC 20210.The 3. Payrolls and basic records(29 CFR 5.5)
Administrator,or an authorized representative,will approve,
modify,or disapprove every additional classification action a. Payrolls and basic records relating thereto shall be
within 30 days of receipt and so advise the contracting maintained by the contractor during the course of the work and
officer or will notify the contracting officer within the 30-day preserved for a period of three years thereafter for all laborers
period that additional time is necessary. and mechanics working at the site of the work.Such records
shall contain the name,address,and social security number of
(3)In the event the contractor,the laborers or mechanics each such worker,his or her correct classification,hourly rates
to be employed in the classification or their representatives, of wages paid(including rates of contributions or costs
and the contracting officer do not agree on the proposed anticipated for bona fide fringe benefits or cash equivalents
classification and wage rate(including the amount thereof of the types described in section 1(b)(2)(B)of the
designated for fringe benefits,where appropriate),the Davis-Bacon Act),daily and weekly number of hours worked,
contracting officer shall refer the questions,including the deductions made and actual wages paid.Whenever the
views of all interested parties and the recommendation of the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv)that
contracting officer,to the Administrator for determination. the wages of any laborer or mechanic include the amount of
The Administrator,or an authorized representative,will issue any costs reasonably anticipated in providing benefits under a
a determination within 30 days of receipt and so advise the plan or program described in section 1(b)(2)(B)of the Davis-
contracting officer or will notify the contracting officer within Bacon Act,the contractor shall maintain records which show
the 30-day period that additional time is necessary. that the commitment to provide such benefits is enforceable,
that the plan or program is financially responsible,and that the
(4)The wage rate(including fringe benefits where plan or program has been communicated in writing to the
appropriate)determined pursuant to paragraphs 1.b.(2)or laborers or mechanics affected,and records which show the
1.b.(3)of this section,shall be paid to all workers performing costs anticipated or the actual cost incurred in providing such
work in the classification under this contract from the first benefits.Contractors employing apprentices or trainees under
day on which work is performed in the classification. approved programs shall maintain written evidence of the
registration of apprenticeship programs and certification of
trainee programs,the registration of the apprentices and
c.Whenever the minimum wage rate prescribed in the trainees,and the ratios and wage rates prescribed in the
contract for a class of laborers or mechanics includes a fringe applicable programs.
benefit which is not expressed as an hourly rate,the contractor
shall either pay the benefit as stated in the wage determination b.(1)The contractor shall submit weekly for each week in
or shall pay another bona fide fringe benefit or an hourly cash which any contract work is performed a copy of all payrolls to
equivalent thereof. the contracting agency. The payrolls submitted shall set out
accurately and completely all of the information required to be
d.If the contractor does not make payments to a trustee or maintained under 29 CFR 5.5(a)(3)(i),except that full social
other third person,the contractor may consider as part of the security numbers and home addresses shall not be included
wages of any laborer or mechanic the amount of any costs on weekly transmittals. Instead the payrolls shall only need to
reasonably anticipated in providing bona fide fringe benefits include an individually identifying number for each employee
under a plan or program,Provided,That the Secretary of (e.g.,the last four digits of the employee's social security
Labor has found,upon the written request of the contractor, number).The required weekly payroll information may be
that the applicable standards of the Davis-Bacon Act have submitted in any form desired.Optional Form WH-347 is
been met.The Secretary of Labor may require the contractor available for this purpose from the Wage and Hour Division
to set aside in a separate account assets for the meeting of Web site.The prime contractor is responsible for the
obligations under the plan or program. submission of copies of payrolls by all subcontractors.
Contractors and subcontractors shall maintain the full social
2. Withholding(29 CFR 5.5) security number and current address of each covered worker,
and shall provide them upon request to the contracting agency
for transmission to the State DOT,the FHWA or the Wage and
The contracting agency shall upon its own action or upon Hour Division of the Department of Labor for purposes of an
written request of an authorized representative of the investigation or audit of compliance with prevailing wage
Department of Labor,withhold or cause to be withheld from requirements. It is not a violation of this section for a prime
the contractor under this contract,or any other Federal contractor to require a subcontractor to provide addresses and
contract with the same prime contractor,or any other federally- social security numbers to the prime contractor for its own
assisted contract subject to Davis-Bacon prevailing wage records,without weekly submission to the contracting agency.
requirements,which is held by the same prime contractor,so
much of the accrued payments or advances as may be (2)Each payroll submitted shall be accompanied by a
considered necessary to pay laborers and mechanics, "Statement of Compliance,"signed by the contractor or
5
subcontractor or his or her agent who pays or supervises the Apprenticeship Agency(where appropriate)to be eligible for
payment of the persons employed under the contract and shall probationary employment as an apprentice.
certify the following:
The allowable ratio of apprentices to journeymen on the job
(i)That the payroll for the payroll period contains the site in any craft classification shall not be greater than the ratio
information required to be provided under 29 CFR permitted to the contractor as to the entire work force under
5.5(a)(3)(ii),the appropriate information is being the registered program.Any worker listed on a payroll at an
maintained under 29 CFR 5.5(a)(3)(i),and that such apprentice wage rate,who is not registered or otherwise
information is correct and complete; employed as stated above,shall be paid not less than the
applicable wage rate on the wage determination for the
(ii)That each laborer or mechanic(including each classification of work actually performed.In addition,any
helper,apprentice,and trainee)employed on the contract apprentice performing work on the job site in excess of the
during the payroll period has been paid the full weekly ratio permitted under the registered program shall be paid not
wages earned,without rebate,either directly or indirectly, less than the applicable wage rate on the wage determination
and that no deductions have been made either directly or for the work actually performed.Where a contractor is
indirectly from the full wages earned,other than performing construction on a project in a locality other than
permissible deductions as set forth in 29 CFR part 3; that in which its program is registered,the ratios and wage
rates(expressed in percentages of the journeyman's hourly
rate)specified in the contractor's or subcontractor's registered
(iii)That each laborer or mechanic has been paid not program shall be observed.
less than the applicable wage rates and fringe benefits or
cash equivalents for the classification of work performed, Every apprentice must be paid at not less than the rate
as specified in the applicable wage determination specified in the registered program for the apprentice's level of
incorporated into the contract. progress,expressed as a percentage of the journeymen hourly
rate specified in the applicable wage determination.
(3)The weekly submission of a properly executed Apprentices shall be paid fringe benefits in accordance with
certification set forth on the reverse side of Optional Form the provisions of the apprenticeship program. If the
WH-347 shall satisfy the requirement for submission of the apprenticeship program does not specify fringe benefits,
"Statement of Compliance"required by paragraph 3.b.(2)of apprentices must be paid the full amount of fringe benefits
this section. listed on the wage determination for the applicable
classification. If the Administrator determines that a different
(4)The falsification of any of the above certifications may practice prevails for the applicable apprentice classification,
subject the contractor or subcontractor to civil or criminal fringes shall be paid in accordance with that determination.
prosecution under 18 U.S.C. 1001 and 31 U.S.C.231.
In the event the Office of Apprenticeship Training,Employer
c.The contractor or subcontractor shall make the records and Labor Services,or a State Apprenticeship Agency
required under paragraph 3.a.of this section available for recognized by the Office,withdraws approval of an
inspection,copying,or transcription by authorized apprenticeship program,the contractor will no longer be
representatives of the contracting agency,the State DOT,the permitted to utilize apprentices at less than the applicable
predetermined rate for the work performed until an acceptable
FHWA,or the Department of Labor,and shall permit such
program is approved.
representatives to interview employees during working hours
on the job. If the contractor or subcontractor fails to submit the
required records or to make them available,the FHWA may, b.Trainees(programs of the USDOL).
after written notice to the contractor,the contracting agency or
the State DOT,take such action as may be necessary to Except as provided in 29 CFR 5.16,trainees will not be
cause the suspension of any further payment,advance,or permitted to work at less than the predetermined rate for the
guarantee of funds.Furthermore,failure to submit the required work performed unless they are employed pursuant to and
records upon request or to make such records available may individually registered in a program which has received prior
be grounds for debarment action pursuant to 29 CFR 5.12. approval,evidenced by formal certification by the U.S.
Department of Labor,Employment and Training
4. Apprentices and trainees(29 CFR 5.5) Administration.
a.Apprentices(programs of the USDOL). The ratio of trainees to journeymen on the job site shall not be
greater than permitted under the plan approved by the
Apprentices will be permitted to work at less than the Employment and Training Administration.
predetermined rate for the work they performed when they are
employed pursuant to and individually registered in a bona fide Every trainee must be paid at not less than the rate specified
apprenticeship program registered with the U.S.Department of in the approved program for the trainee's level of progress,
Labor,Employment and Training Administration,Office of expressed as a percentage of the journeyman hourly rate
Apprenticeship Training,Employer and Labor Services,or with specified in the applicable wage determination.Trainees shall
a State Apprenticeship Agency recognized by the Office,or if a be paid fringe benefits in accordance with the provisions of the
person is employed in his or her first 90 days of probationary trainee program. If the trainee program does not mention
employment as an apprentice in such an apprenticeship fringe benefits,trainees shall be paid the full amount of fringe
program,who is not individually registered in the program,but benefits listed on the wage determination unless the
who has been certified by the Office of Apprenticeship Administrator of the Wage and Hour Division determines that
Training, Employer and Labor Services or a State there is an apprenticeship program associated with the
6
corresponding journeyman wage rate on the wage set forth in 29 CFR parts 5,6,and 7.Disputes within the
determination which provides for less than full fringe benefits meaning of this clause include disputes between the contractor
for apprentices.Any employee listed on the payroll at a trainee (or any of its subcontractors)and the contracting agency,the
rate who is not registered and participating in a training plan U.S.Department of Labor,or the employees or their
approved by the Employment and Training Administration shall representatives.
be paid not less than the applicable wage rate on the wage
determination for the classification of work actually performed. 10.Certification of eligibility(29 CFR 5.5)
In addition,any trainee performing work on the job site in
excess of the ratio permitted under the registered program
shall be paid not less than the applicable wage rate on the a.By entering into this contract,the contractor certifies that
wage determination for the work actually performed. neither it(nor he or she)nor any person or firm who has an
interest in the contractor's firm is a person or firm ineligible to
In the event the Employment and Training Administration be awarded Government contracts by virtue of section 3(a)of
withdraws approval of a training program,the contractor will no the Davis-Bacon Act or 29 CFR 5.12(a)(1).
longer be permitted to utilize trainees at less than the
applicable predetermined rate for the work performed until an b.No part of this contract shall be subcontracted to any person
acceptable program is approved. or firm ineligible for award of a Government contract by virtue
of section 3(a)of the Davis-Bacon Act or 29 CFR 5.12(a)(1).
c.Equal employment opportunity.The utilization of
apprentices,trainees and journeymen under this part shall be c.The penalty for making false statements is prescribed in the
in conformity with the equal employment opportunity U.S.Criminal Code, 18 U.S.C. 1001.
requirements of Executive Order 11246,as amended,and 29
CFR part 30. V. CONTRACT WORK HOURS AND SAFETY STANDARDS
ACT
d. Apprentices and Trainees(programs of the U.S. DOT).
Pursuant to 29 CFR 5.5(b),the following clauses apply to any
Apprentices and trainees working under apprenticeship and Federal-aid construction contract in an amount in excess of
skill training programs which have been certified by the $100,000 and subject to the overtime provisions of the
Secretary of Transportation as promoting EEO in connection Contract Work Hours and Safety Standards Act.These
with Federal-aid highway construction programs are not clauses shall be inserted in addition to the clauses required by
subject to the requirements of paragraph 4 of this Section IV. 29 CFR 5.5(a)or 29 CFR 4.6. As used in this paragraph,the
23 CFR 230.111(e)(2).The straight time hourly wage rates for terms laborers and mechanics include watchmen and guards.
apprentices and trainees under such programs will be
established by the particular programs.The ratio of 1.Overtime requirements. No contractor or subcontractor
apprentices and trainees to journeymen shall not be greater contracting for any part of the contract work which may require
than permitted by the terms of the particular program. or involve the employment of laborers or mechanics shall
require or permit any such laborer or mechanic in any
5.Compliance with Copeland Act requirements. The workweek in which he or she is employed on such work to
contractor shall comply with the requirements of 29 CFR part work in excess of forty hours in such workweek unless such
3,which are incorporated by reference in this contract as laborer or mechanic receives compensation at a rate not less
provided in 29 CFR 5.5. than one and one-half times the basic rate of pay for all hours
worked in excess of forty hours in such workweek. 29 CFR
5.5.
6.Subcontracts. The contractor or subcontractor shall insert
Form FHWA-1273 in any subcontracts and also require the 2.Violation; liability for unpaid wages; liquidated
subcontractors to include Form FHWA-1273 in any lower tier damages. In the event of any violation of the clause set forth
subcontracts.The prime contractor shall be responsible for the in paragraph 1 of this section,the contractor and any
compliance by any subcontractor or lower tier subcontractor subcontractor responsible therefor shall be liable for the
with all the contract clauses in 29 CFR 5.5. unpaid wages.In addition,such contractor and subcontractor
shall be liable to the United States(in the case of work done
7.Contract termination:debarment. A breach of the under contract for the District of Columbia or a territory,to such
contract clauses in 29 CFR 5.5 may be grounds for termination District or to such territory),for liquidated damages.Such
of the contract,and for debarment as a contractor and a liquidated damages shall be computed with respect to each
subcontractor as provided in 29 CFR 5.12. individual laborer or mechanic,including watchmen and
guards,employed in violation of the clause set forth in
8.Compliance with Davis-Bacon and Related Act paragraph 1 of this section,in the sum currently provided in 29
requirements. All rulings and interpretations of the Davis- CFR 5.5(b)(2)*for each calendar day on which such individual
Bacon and Related Acts contained in 29 CFR parts 1,3,and 5 was required or permitted to work in excess of the standard
are herein incorporated by reference in this contract as workweek of forty hours without payment of the overtime
provided in 29 CFR 5.5. wages required by the clause set forth in paragraph 1 of this
section. 29 CFR 5.5.
9.Disputes concerning labor standards.As provided in 29 *$27 as of January 23,2019(See 84 FR 213-01,218)as may
CFR 5.5,disputes arising out of the labor standards provisions be adjusted annually by the Department of Labor;pursuant to
of this contract shall not be subject to the general disputes the Federal Civil Penalties Inflation Adjustment Act of 1990).
clause of this contract.Such disputes shall be resolved in
accordance with the procedures of the Department of Labor
7
3.Withholding for unpaid wages and liquidated damages. equipment not ordinarily available in the type of contracting
The FHWA or the contacting agency shall upon its own action organizations qualified and expected to bid or propose on the
or upon written request of an authorized representative of the contract as a whole and in general are to be limited to minor
Department of Labor withhold or cause to be withheld,from components of the overall contract. 23 CFR 635.102.
any moneys payable on account of work performed by the
contractor or subcontractor under any such contract or any 2.Pursuant to 23 CFR 635.116(a),the contract amount upon
other Federal contract with the same prime contractor,or any which the requirements set forth in paragraph(1)of Section VI
other federally-assisted contract subject to the Contract Work is computed includes the cost of material and manufactured
Hours and Safety Standards Act,which is held by the same products which are to be purchased or produced by the
prime contractor,such sums as may be determined to be contractor under the contract provisions.
necessary to satisfy any liabilities of such contractor or
subcontractor for unpaid wages and liquidated damages as 3.Pursuant to 23 CFR 635.116(c),the contractor shall furnish
provided in the clause set forth in paragraph 2 of this section. (a)a competent superintendent or supervisor who is employed
29 CFR 5.5. by the firm,has full authority to direct performance of the work
in accordance with the contract requirements,and is in charge
4.Subcontracts. The contractor or subcontractor shall insert of all construction operations(regardless of who performs the
in any subcontracts the clauses set forth in paragraphs 1 work)and(b)such other of its own organizational resources
through 4 of this section and also a clause requiring the (supervision,management,and engineering services)as the
subcontractors to include these clauses in any lower tier contracting officer determines is necessary to assure the
subcontracts.The prime contractor shall be responsible for performance of the contract.
compliance by any subcontractor or lower tier subcontractor 4.No portion of the contract shall be sublet,assigned or
with the clauses set forth in paragraphs 1 through 4 of this otherwise disposed of except with the written consent of the
section. 29 CFR 5.5. contracting officer,or authorized representative,and such
consent when given shall not be construed to relieve the
contractor of any responsibility for the fulfillment of the
VI.SUBLETTING OR ASSIGNING THE CONTRACT contract. Written consent will be given only after the
contracting agency has assured that each subcontract is
This provision is applicable to all Federal-aid construction evidenced in writing and that it contains all pertinent provisions
contracts on the National Highway System pursuant to 23 CFR and requirements of the prime contract.(based on long-
635.116. standing interpretation of 23 CFR 635.116).
1.The contractor shall perform with its own organization 5.The 30-percent self-performance requirement of paragraph
contract work amounting to not less than 30 percent(or a (1)is not applicable to design-build contracts;however,
greater percentage if specified elsewhere in the contract)of contracting agencies may establish their own self-performance
the total original contract price,excluding any specialty items requirements. 23 CFR 635.116(d).
designated by the contracting agency. Specialty items may be
performed by subcontract and the amount of any such
specialty items performed may be deducted from the total VII.SAFETY:ACCIDENT PREVENTION
original contract price before computing the amount of work
required to be performed by the contractor's own organization This provision is applicable to all Federal-aid construction
(23 CFR 635.116). contracts and to all related subcontracts.
a. The term"perform work with its own organization"in 1. In the performance of this contract the contractor shall
paragraph 1 of Section VI refers to workers employed or comply with all applicable Federal,State,and local laws
leased by the prime contractor,and equipment owned or governing safety,health,and sanitation(23 CFR Part 635).
rented by the prime contractor,with or without operators. The contractor shall provide all safeguards,safety devices and
Such term does not include employees or equipment of a protective equipment and take any other needed actions as it
subcontractor or lower tier subcontractor,agents of the prime determines,or as the contracting officer may determine,to be
contractor,or any other assignees. The term may include reasonably necessary to protect the life and health of
payments for the costs of hiring leased employees from an employees on the job and the safety of the public and to
employee leasing firm meeting all relevant Federal and State protect property in connection with the performance of the
regulatory requirements. Leased employees may only be work covered by the contract. 23 CFR 635.108.
included in this term if the prime contractor meets all of the
following conditions:(based on longstanding interpretation) 2. It is a condition of this contract,and shall be made a
condition of each subcontract,which the contractor enters into
(1)the prime contractor maintains control over the pursuant to this contract,that the contractor and any
supervision of the day-to-day activities of the leased subcontractor shall not permit any employee,in performance
employees; of the contract,to work in surroundings or under conditions
(2)the prime contractor remains responsible for the quality which are unsanitary,hazardous or dangerous to his/her
of the work of the leased employees; health or safety,as determined under construction safety and
(3)the prime contractor retains all power to accept or health standards(29 CFR Part 1926)promulgated by the
exclude individual employees from work on the project;and Secretary of Labor,in accordance with Section 107 of the
(4)the prime contractor remains ultimately responsible for Contract Work Hours and Safety Standards Act(40 U.S.C.
the payment of predetermined minimum wages,the 3704). 29 CFR 1926.10.
submission of payrolls,statements of compliance and all
other Federal regulatory requirements. 3. Pursuant to 29 CFR 1926.3,it is a condition of this contract
that the Secretary of Labor or authorized representative
b."Specialty Items"shall be construed to be limited to work thereof,shall have right of entry to any site of contract
that requires highly specialized knowledge,abilities,or performance to inspect or investigate the matter of compliance
8
with the construction safety and health standards and to carry or regulations issued pursuant to the Clean Air Act(42 U.S.C.
out the duties of the Secretary under Section 107 of the 7401-7671 q)and the Federal Water Pollution Control Act,as
Contract Work Hours and Safety Standards Act(40 U.S.C. amended(33 U.S.C. 1251-1387).Violations must be reported
3704). to the Federal Highway Administration and the Regional Office
of the Environmental Protection Agency. 2 CFR Part 200,
Appendix II.
VIII.FALSE STATEMENTS CONCERNING HIGHWAY
PROJECTS The contractor agrees to include or cause to be included the
requirements of this Section in every subcontract,and further
This provision is applicable to all Federal-aid construction agrees to take such action as the contracting agency may
contracts and to all related subcontracts. direct as a means of enforcing such requirements. 2 CFR
200.326.
In order to assure high quality and durable construction in
conformity with approved plans and specifications and a high
degree of reliability on statements and representations made
by engineers,contractors,suppliers,and workers on Federal- X.CERTIFICATION REGARDING DEBARMENT,
aid highway projects,it is essential that all persons concerned SUSPENSION,INELIGIBILITY AND VOLUNTARY
with the project perform their functions as carefully,thoroughly, EXCLUSION
and honestly as possible. Willful falsification,distortion,or
misrepresentation with respect to any facts related to the This provision is applicable to all Federal-aid construction
project is a violation of Federal law. To prevent any contracts,design-build contracts,subcontracts,lower-tier
misunderstanding regarding the seriousness of these and subcontracts,purchase orders,lease agreements,consultant
similar acts,Form FHWA-1022 shall be posted on each contracts or any other covered transaction requiring FHWA
Federal-aid highway project(23 CFR Part 635)in one or more approval or that is estimated to cost$25,000 or more— as
places where it is readily available to all persons concerned defined in 2 CFR Parts 180 and 1200. 2 CFR 180.220 and
with the project: 1200.220.
18 U.S.C. 1020 reads as follows: 1.Instructions for Certification—First Tier Participants:
"Whoever,being an officer,agent,or employee of the United a.By signing and submitting this proposal,the prospective
States,or of any State or Territory,or whoever,whether a first tier participant is providing the certification set out below.
person,association,firm,or corporation,knowingly makes any
false statement,false representation,or false report as to the b.The inability of a person to provide the certification set out
character,quality,quantity,or cost of the material used or to below will not necessarily result in denial of participation in this
be used,or the quantity or quality of the work performed or to covered transaction.The prospective first tier participant shall
be performed,or the cost thereof in connection with the submit an explanation of why it cannot provide the certification
submission of plans,maps,specifications,contracts,or costs set out below.The certification or explanation will be
of construction on any highway or related project submitted for considered in connection with the department or agency's
approval to the Secretary of Transportation;or determination whether to enter into this transaction.However,
failure of the prospective first tier participant to furnish a
Whoever knowingly makes any false statement,false certification or an explanation shall disqualify such a person
representation,false report or false claim with respect to the from participation in this transaction. 2 CFR 180.320.
character,quality,quantity,or cost of any work performed or to
be performed,or materials furnished or to be furnished,in c.The certification in this clause is a material representation
connection with the construction of any highway or related of fact upon which reliance was placed when the contracting
project approved by the Secretary of Transportation;or agency determined to enter into this transaction. If it is later
determined that the prospective participant knowingly rendered
Whoever knowingly makes any false statement or false an erroneous certification,in addition to other remedies
representation as to material fact in any statement,certificate, available to the Federal Government,the contracting agency
or report submitted pursuant to provisions of the Federal-aid may terminate this transaction for cause of default. 2 CFR
Roads Act approved July 11, 1916,(39 Stat.355),as 180.325.
amended and supplemented;
d.The prospective first tier participant shall provide
Shall be fined under this title or imprisoned not more than 5 immediate written notice to the contracting agency to whom
years or both." this proposal is submitted if any time the prospective first tier
participant learns that its certification was erroneous when
submitted or has become erroneous by reason of changed
IX.IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL circumstances. 2 CFR 180.345 and 180.350.
WATER POLLUTION CONTROL ACT(42 U.S.C.7606;2
CFR 200.88;EO 11738) e.The terms"covered transaction,""debarred,"
"suspended,""ineligible,""participant,""person,""principal,"
This provision is applicable to all Federal-aid construction and"voluntarily excluded,"as used in this clause,are defined
contracts in excess of$150,000 and to all related in 2 CFR Parts 180,Subpart I, 180.900-180.1020,and 1200.
subcontracts. 48 CFR 2.101;2 CFR 200.326. "First Tier Covered Transactions"refers to any covered
transaction between a recipient or subrecipient of Federal
By submission of this bid/proposal or the execution of this funds and a participant(such as the prime or general contract).
contract or subcontract,as appropriate,the bidder,proposer, "Lower Tier Covered Transactions"refers to any covered
Federal-aid construction contractor,subcontractor,supplier,or transaction under a First Tier Covered Transaction(such as
vendor agrees to comply with all applicable standards,orders subcontracts). "First Tier Participant"refers to the participant
9
who has entered into a covered transaction with a recipient or (2) Have not within a three-year period preceding this
subrecipient of Federal funds(such as the prime or general proposal been convicted of or had a civil judgment rendered
contractor). "Lower Tier Participant'refers any participant who against them for commission of fraud or a criminal offense in
has entered into a covered transaction with a First Tier connection with obtaining,attempting to obtain,or performing
Participant or other Lower Tier Participants(such as a public(Federal,State,or local)transaction or contract under
subcontractors and suppliers). a public transaction;violation of Federal or State antitrust
statutes or commission of embezzlement,theft,forgery,
f.The prospective first tier participant agrees by submitting bribery,falsification or destruction of records,making false
this proposal that,should the proposed covered transaction be statements,or receiving stolen property,2 CFR 180.800;
entered into,it shall not knowingly enter into any lower tier
covered transaction with a person who is debarred, (3) Are not presently indicted for or otherwise criminally or
suspended,declared ineligible,or voluntarily excluded from civilly charged by a governmental entity(Federal,State or
participation in this covered transaction,unless authorized by local)with commission of any of the offenses enumerated in
the department or agency entering into this transaction. 2 paragraph(a)(2)of this certification,2 CFR 180.700 and
CFR 180.330. 180.800;and
g.The prospective first tier participant further agrees by (4) Have not within a three-year period preceding this
submitting this proposal that it will include the clause titled application/proposal had one or more public transactions
"Certification Regarding Debarment,Suspension, Ineligibility (Federal,State or local)terminated for cause or default. 2
and Voluntary Exclusion-Lower Tier Covered Transactions," CFR 180.335(d).
provided by the department or contracting agency,entering
into this covered transaction,without modification,in all lower (5)Are not a corporation that has been convicted of a felony
tier covered transactions and in all solicitations for lower tier violation under any Federal law within the two-year period
covered transactions exceeding the$25,000 threshold. 2 CFR preceding this proposal(USDOT Order 4200.6 implementing
180.220 and 180.300. appropriations act requirements);and
h.A participant in a covered transaction may rely upon a (6)Are not a corporation with any unpaid Federal tax liability
certification of a prospective participant in a lower tier covered that has been assessed,for which all judicial and
transaction that is not debarred,suspended,ineligible,or administrative remedies have been exhausted,or have lapsed,
voluntarily excluded from the covered transaction,unless it and that is not being paid in a timely manner pursuant to an
knows that the certification is erroneous. 2 CFR 180.300; agreement with the authority responsible for collecting the tax
180.320,and 180.325. A participant is responsible for liability(USDOT Order 4200.6 implementing appropriations act
ensuring that its principals are not suspended,debarred,or requirements).
otherwise ineligible to participate in covered transactions. 2
CFR 180.335. To verify the eligibility of its principals,as well b. Where the prospective participant is unable to certify to
as the eligibility of any lower tier prospective participants,each any of the statements in this certification,such prospective
participant may,but is not required to,check the System for participant should attach an explanation to this proposal. 2
Award Management website(https://www.sam.gov/). 2 CFR CFR 180.335 and 180.340.
180.300, 180.320,and 180.325.
i. Nothing contained in the foregoing shall be construed to 3.Instructions for Certification-Lower Tier Participants:
require the establishment of a system of records in order to
render in good faith the certification required by this clause. (Applicable to all subcontracts,purchase orders,and other
The knowledge and information of the prospective participant lower tier transactions requiring prior FHWA approval or
is not required to exceed that which is normally possessed by estimated to cost$25,000 or more-2 CFR Parts 180 and
a prudent person in the ordinary course of business dealings. 1200). 2 CFR 180.220 and 1200.220.
j.Except for transactions authorized under paragraph(f)of a.By signing and submitting this proposal,the prospective
these instructions,if a participant in a covered transaction lower tier participant is providing the certification set out below.
knowingly enters into a lower tier covered transaction with a
person who is suspended,debarred,ineligible,or voluntarily b.The certification in this clause is a material representation
excluded from participation in this transaction,in addition to of fact upon which reliance was placed when this transaction
other remedies available to the Federal Government,the was entered into. If it is later determined that the prospective
department or agency may terminate this transaction for cause lower tier participant knowingly rendered an erroneous
or default. 2 CFR 180.325. certification,in addition to other remedies available to the
Federal Government,the department,or agency with which
this transaction originated may pursue available remedies,
including suspension and/or debarment.
2. Certification Regarding Debarment,Suspension,
Ineligibility and Voluntary Exclusion—First Tier c.The prospective lower tier participant shall provide
Participants: immediate written notice to the person to which this proposal is
submitted if at any time the prospective lower tier participant
a. The prospective first tier participant certifies to the best of learns that its certification was erroneous by reason of
its knowledge and belief,that it and its principals: changed circumstances. 2 CFR 180.365.
(1) Are not presently debarred,suspended,proposed for d.The terms"covered transaction,""debarred,"
debarment,declared ineligible,or voluntarily excluded from "suspended,""ineligible,""participant,""person,""principal,"
participating in covered transactions by any Federal and"voluntarily excluded,"as used in this clause,are defined
department or agency,2 CFR 180.335;. in 2 CFR Parts 180,Subpart I, 180.900—180.1020,and 1200.
You may contact the person to which this proposal is
10
submitted for assistance in obtaining a copy of those
regulations. "First Tier Covered Transactions"refers to any (a)is presently debarred,suspended,proposed for debarment,
covered transaction between a recipient or subrecipient of declared ineligible,or voluntarily excluded from participating in
Federal funds and a participant(such as the prime or general covered transactions by any Federal department or agency,2
contract). "Lower Tier Covered Transactions"refers to any CFR 180.355;
covered transaction under a First Tier Covered Transaction
(such as subcontracts). "First Tier Participant'refers to the (b)is a corporation that has been convicted of a felony
participant who has entered into a covered transaction with a violation under any Federal law within the two-year period
recipient or subrecipient of Federal funds(such as the prime or preceding this proposal(USDOT Order 4200.6 implementing
general contractor). "Lower Tier Participant'refers any appropriations act requirements);and
participant who has entered into a covered transaction with a
First Tier Participant or other Lower Tier Participants(such as (c)is a corporation with any unpaid Federal tax liability that
subcontractors and suppliers). has been assessed,for which all judicial and administrative
remedies have been exhausted,or have lapsed,and that is
e.The prospective lower tier participant agrees by not being paid in a timely manner pursuant to an agreement
submitting this proposal that,should the proposed covered with the authority responsible for collecting the tax liability.
transaction be entered into,it shall not knowingly enter into (USDOT Order 4200.6 implementing appropriations act
any lower tier covered transaction with a person who is requirements)
debarred,suspended,declared ineligible,or voluntarily
excluded from participation in this covered transaction,unless 2.Where the prospective lower tier participant is unable to
authorized by the department or agency with which this certify to any of the statements in this certification,such
transaction originated. 2 CFR 1200.220 and 1200.332. prospective participant should attach an explanation to this
proposal.
f.The prospective lower tier participant further agrees by
submitting this proposal that it will include this clause titled
"Certification Regarding Debarment,Suspension, Ineligibility
and Voluntary Exclusion-Lower Tier Covered Transaction," XI.CERTIFICATION REGARDING USE OF CONTRACT
without modification,in all lower tier covered transactions and FUNDS FOR LOBBYING
in all solicitations for lower tier covered transactions exceeding
the$25,000 threshold. 2 CFR 180.220 and 1200.220. This provision is applicable to all Federal-aid construction
contracts and to all related subcontracts which exceed
g.A participant in a covered transaction may rely upon a $100,000. 49 CFR Part 20,App.A.
certification of a prospective participant in a lower tier covered
transaction that is not debarred,suspended,ineligible,or 1.The prospective participant certifies,by signing and
voluntarily excluded from the covered transaction,unless it submitting this bid or proposal,to the best of his or her
knows that the certification is erroneous.A participant is knowledge and belief,that:
responsible for ensuring that its principals are not suspended,
debarred,or otherwise ineligible to participate in covered a.No Federal appropriated funds have been paid or will be
transactions. To verify the eligibility of its principals,as well as paid,by or on behalf of the undersigned,to any person for
the eligibility of any lower tier prospective participants,each influencing or attempting to influence an officer or employee of
participant may,but is not required to,check the System for any Federal agency,a Member of Congress,an officer or
Award Management website(https://www.sam.aov/),which is employee of Congress,or an employee of a Member of
compiled by the General Services Administration. 2 CFR Congress in connection with the awarding of any Federal
180.300, 180.320, 180.330,and 180.335. contract,the making of any Federal grant,the making of any
Federal loan,the entering into of any cooperative agreement,
h.Nothing contained in the foregoing shall be construed to and the extension,continuation,renewal,amendment,or
require establishment of a system of records in order to render modification of any Federal contract,grant,loan,or
in good faith the certification required by this clause.The cooperative agreement.
knowledge and information of participant is not required to
exceed that which is normally possessed by a prudent person b.If any funds other than Federal appropriated funds have
in the ordinary course of business dealings. been paid or will be paid to any person for influencing or
attempting to influence an officer or employee of any Federal
i.Except for transactions authorized under paragraph a of agency,a Member of Congress,an officer or employee of
these instructions,if a participant in a covered transaction Congress,or an employee of a Member of Congress in
knowingly enters into a lower tier covered transaction with a connection with this Federal contract,grant,loan,or
person who is suspended,debarred,ineligible,or voluntarily cooperative agreement,the undersigned shall complete and
excluded from participation in this transaction,in addition to submit Standard Form-LLL,"Disclosure Form to Report
other remedies available to the Federal Government,the Lobbying,"in accordance with its instructions.
department or agency with which this transaction originated
may pursue available remedies,including suspension and/or 2.This certification is a material representation of fact upon
debarment. 2 CFR 180.325. which reliance was placed when this transaction was made or
entered into. Submission of this certification is a prerequisite
***** for making or entering into this transaction imposed by 31
U.S.C. 1352. Any person who fails to file the required
Certification Regarding Debarment,Suspension, certification shall be subject to a civil penalty of not less than
Ineligibility and Voluntary Exclusion--Lower Tier $10,000 and not more than$100,000 for each such failure.
Participants:
3.The prospective participant also agrees by submitting its
1.The prospective lower tier participant certifies,by bid or proposal that the participant shall require that the
submission of this proposal,that neither it nor its principals: language of this certification be included in all lower tier
11
subcontracts,which exceed$100,000 and that all such
recipients shall certify and disclose accordingly.
XII. USE OF UNITED STATES-FLAG VESSELS:
This provision is applicable to all Federal-aid construction
contracts,design-build contracts,subcontracts,lower-tier
subcontracts,purchase orders,lease agreements,or any other
covered transaction. 46 CFR Part 381.
This requirement applies to material or equipment that is
acquired for a specific Federal-aid highway project. 46 CFR
381.7. It is not applicable to goods or materials that come into
inventories independent of an FHWA funded-contract.
When oceanic shipments(or shipments across the Great
Lakes)are necessary for materials or equipment acquired for a
specific Federal-aid construction project,the bidder,proposer,
contractor,subcontractor,or vendor agrees:
1.To utilize privately owned United States-flag commercial
vessels to ship at least 50 percent of the gross tonnage
(computed separately for dry bulk carriers,dry cargo liners,
and tankers)involved,whenever shipping any equipment,
material,or commodities pursuant to this contract,to the
extent such vessels are available at fair and reasonable rates
for United States-flag commercial vessels. 46 CFR 381.7.
2.To furnish within 20 days following the date of loading for
shipments originating within the United States or within 30
working days following the date of loading for shipments
originating outside the United States,a legible copy of a rated,
'on-board'commercial ocean bill-of-lading in English for each
shipment of cargo described in paragraph(b)(1)of this section
to both the Contracting Officer(through the prime contractor in
the case of subcontractor bills-of-lading)and to the Office of
Cargo and Commercial Sealift(MAR-620),Maritime
Administration,Washington,DC 20590.(MARAD requires
copies of the ocean carrier's(master)bills of lading,certified
onboard,dated,with rates and charges.These bills of lading
may contain business sensitive information and therefore may
be submitted directly to MARAD by the Ocean Transportation
Intermediary on behalf of the contractor). 46 CFR 381.7.
12
ATTACHMENT A-EMPLOYMENT AND MATERIALS
PREFERENCE FOR APPALACHIAN DEVELOPMENT
HIGHWAY SYSTEM OR APPALACHIAN LOCAL ACCESS
ROAD CONTRACTS(23 CFR 633,Subpart B,Appendix B)
This provision is applicable to all Federal-aid projects funded
under the Appalachian Regional Development Act of 1965.
1.During the performance of this contract,the contractor
undertaking to do work which is,or reasonably may be,done
as on-site work,shall give preference to qualified persons who
regularly reside in the labor area as designated by the DOL
wherein the contract work is situated,or the subregion,or the
Appalachian counties of the State wherein the contract work is
situated,except:
a.To the extent that qualified persons regularly residing in
the area are not available.
b.For the reasonable needs of the contractor to employ
supervisory or specially experienced personnel necessary to
assure an efficient execution of the contract work.
c.For the obligation of the contractor to offer employment to
present or former employees as the result of a lawful collective
bargaining contract,provided that the number of nonresident
persons employed under this subparagraph(1 c)shall not
exceed 20 percent of the total number of employees employed
by the contractor on the contract work,except as provided in
subparagraph(4)below.
2.The contractor shall place a job order with the State
Employment Service indicating(a)the classifications of the
laborers,mechanics and other employees required to perform
the contract work,(b)the number of employees required in
each classification,(c)the date on which the participant
estimates such employees will be required,and(d)any other
pertinent information required by the State Employment
Service to complete the job order form. The job order may be
placed with the State Employment Service in writing or by
telephone. If during the course of the contract work,the
information submitted by the contractor in the original job order
is substantially modified,the participant shall promptly notify
the State Employment Service.
3.The contractor shall give full consideration to all qualified
job applicants referred to him by the State Employment
Service. The contractor is not required to grant employment to
any job applicants who,in his opinion,are not qualified to
perform the classification of work required.
4. If,within one week following the placing of a job order by
the contractor with the State Employment Service,the State
Employment Service is unable to refer any qualified job
applicants to the contractor,or less than the number
requested,the State Employment Service will forward a
certificate to the contractor indicating the unavailability of
applicants. Such certificate shall be made a part of the
contractor's permanent project records. Upon receipt of this
certificate,the contractor may employ persons who do not
normally reside in the labor area to fill positions covered by the
certificate,notwithstanding the provisions of subparagraph(1c)
above.
5. The provisions of 23 CFR 633.207(e)allow the
contracting agency to provide a contractual preference for the
use of mineral resource materials native to the Appalachian
region.
6.The contractor shall include the provisions of Sections 1
through 4 of this Attachment A in every subcontract for work
which is,or reasonably may be,done as on-site work.
13
Exhibit B 1/24/24,8:32AM SAM.gov
"General Decision Number: CA20230018 04/21/2023
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 $12.15 per hour (or the
applicable wage rate listed)
on this wage determination, 1
if it is higher) for all
hours spent performing on
that contract in 2023. 1
1 1 1
The applicable Executive Order minimum wage rate will be
adjusted annually. If this contract is covered by one of the
Executive Orders and a classification considered necessary for
performance of work on the contract does not appear on this
wage determination, the contractor must still submit a
conformance request.
Additional information on contractor requirements and worker
protections under the Executive Orders is available at
http://www.dol.gov/whd/govcontracts.
Modification Number Publication Date
0 01/06/2023
1 01/13/2023
2 01/20/2023
https://sam.gov/wage-determination/CA20230018/11 1/64
1/24/24,8:32 AM SAM.gov
3 02/10/2023
4 02/24/2023
5 03/03/2023
6 03/10/2023
7 03/17/2023
8 03/31/2023
9 04/07/2023
10 04/14/2023
11 04/21/2023
ASBE0016-004 01/01/2021
AREA 1: CALAVERAS, FRESNO, KINGS, MADERA, MARIPOSA, MERCED,
MONTEREY, SAN BENITO, SAN JOAQUIN, SANTA CRUZ, STANISLAUS &
TOULMNE COUNTIES
AREA 2: ALAMEDA, CONTRA COSTA, SAN FRANCISCO, SAN MATEO & SANTA
CLARA COUNTIES
Rates Fringes
Asbestos Removal
worker/hazardous material
handler (Includes
preparation, wetting,
stripping, removal,
scrapping, vacuuming, bagging
and disposing of all
insulation materials from
mechanical systems, whether
they contain asbestos or not)
Area 1....... . . ........ . ....$ 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
----------------------------------------------------------------
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
https://sam.gov/wage-determination/CA20230018/11 2/64
1/24/24,8:32 AM SAM.gov
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
----------------------------------------------------------------
CARP0022-001 07/01/2021
San Francisco 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
----------------------------------------------------------------
CARP0034-001 07/01/2021
https://sam.gov/wage-determination/CA20230018/11 3/64
1/24/24,8:32 AM SAM.gov
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
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
https://sam.gov/wage-determination/CA20230018/11 4/64
1/24/24,8:32 AM SAM.gov
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
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
https://sam.gov/wage-determination/CA20230018/11 5/64
1/24/24,8:32 AM SAM.gov
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 07/01/2021
San Mateo 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
----------------------------------------------------------------
CARP0405-001 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 &
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
https://sam.gov/wage-determination/CA20230018/11 6/64
1/24/24,8:32 AM SAM.gov
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
----------------------------------------------------------------
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
----------------------------------------------------------------
https://sam.gov/wage-determination/CA20230018/11 7/64
1/24/24,8:32 AM SAM.gov
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 01/01/2023
SAN FRANCISCO COUNTY
Rates Fringes
ELECTRICIAN....... . . ....... . . . ...$ 84.50 3%+40.315
----------------------------------------------------------------
ELEC0100-002 03/01/2023
FRESNO, KINGS, AND MADERA COUNTIES
Rates Fringes
ELECTRICIAN....... . . ........ . . ...$ 43.50 27.655
----------------------------------------------------------------
ELEC0100-005 12/01/2022
FRESNO, KINGS, MADERA
Rates Fringes
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
https://sam.gov/wage-determination/CA20230018/11 8/64
1/24/24,8:32 AM SAM.gov
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
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
https://sam.gov/wage-determination/CA20230018/11 9/64
1/24/24,8:32AM SAM.gov
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);
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 06/01/2022
SANTA CLARA COUNTY
Rates Fringes
CABLE SPLICER..... . . ....... . . . ...$ 92.20 42.316
ELECTRICIAN....... . . ........ . . ...$ 80.17 41.955
https://sam.gov/wage-determination/CA20230018/11 10/64
1/24/24,8:32 AM SAM.gov
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.
----------------------------------------------------------------
ELECO595-001 06/01/2021
ALAMEDA COUNTY
Rates Fringes
CABLE SPLICER..... . . ........ . . ...$ 72.80 3%+39.94
ELECTRICIAN....... . . ....... . . . ...$ 63.30 3%+39.94
----------------------------------------------------------------
ELEC0595-002 12/01/2022
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
https://sam.gov/wage-determination/CA20230018/11 11/64
1/24/24,8:32 AM SAM.gov
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 3OAQUIN 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
installed in the conduit, shall be performed by the inside
electrician.
----------------------------------------------------------------
ELEC0617-001 06/01/2022
SAN MATEO COUNTY
Rates Fringes
ELECTRICIAN....... . ......... . ....$ 74.00 43.76
----------------------------------------------------------------
ELEC0617-003 12/01/2022
SAN MATEO COUNTY
Rates Fringes
https://sam.gov/wage-determination/CA20230018/11 12/64
1/24/24,8:32AM SAM.gov
Sound & Communications
Installer.... . . ........ . ....$ 51.18 25.44
Technician... . . ........ . . ...$ 58.86 25.67
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 06/01/2022
MARIPOSA, MERCED, STANISLAUS AND TUOLUMNE COUNTIES
Rates Fringes
ELECTRICIAN........ .......... ....$ 44.25 3%+26.63
CABLE SPLICER = 110% of Journeyman Electrician
----------------------------------------------------------------
ELEC0684-004 12/01/2021
MARIPOSA, MERCED, STANISLAUS AND TUOLUMNE COUNTIES
Rates Fringes
Communications System
Installer.... . . ........ . ....$ 38.24 23.80
Technician... . . ........ . . ...$ 43.98 23.97
SCOPE OF WORK: Including any data system whose only function
is to transmit or receive information; excluding all other
data systems or multiple systems which include control
function or power supply; inclusion or exclusion of
terminations and testings of conductors determined by
their function; excluding fire alarm work when installed
in raceways (including wire and cable pulling) and when
performed on new or major remodel building projects or
jobs for which the conductors for the fire alarm system are
installed in conduit; excluding installation of raceway
systems, line voltage work, industrial work, life-safety
systems (all buildings having floors located more than 75'
above the lowest floor level having building access);
excluding energy management systems.
FOOTNOTE: Fire alarm work when installed in raceways
(including wire and cable pulling), on projects which
involve new or major remodel building construction, for
which the conductors for the fire alarm system are
installed in the conduit, shall be performed by the inside
electrician.
----------------------------------------------------------------
ELEC1245-001 06/01/2022
https://sam.gov/wage-determination/CA20230018/11 13/64
1/24/24,8:32 AM SAM.gov
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 06/28/2021
""AREA 1"" WAGE RATES ARE LISTED BELOW
""AREA 2"" RECEIVES AN ADDITIONAL $2.00 PER HOUR ABOVE AREA 1
RATES.
SEE AREA DEFINITIONS BELOW
Rates Fringes
OPERATOR: Power Equipment
(AREA 1:)
GROUP 1...... . . ........ . ....$ 53.92 31.54
GROUP 2...... . . ........ . . ...$ 52.39 31.54
GROUP 3...... . . ....... . . . ...$ 50.91 31.54
GROUP 4...... . . ........ . . ...$ 49.53 31.54
GROUP 5...... . . ........ . ....$ 48.26 31.54
GROUP 6...... . . ........ . ....$ 46.94 31.54
GROUP 7...... . . ........ . . ...$ 45.80 31.54
GROUP 8...... . . ....... . . . ...$ 44.66 31.54
GROUP 8-A.... . . ........ . . ...$ 42.45 31.54
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
https://sam.gov/wage-determination/CA20230018/11 14/64
1/24/24,8:32 AM SAM.gov
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..... . . ........ . . ...$ 47.52 31.15
GROUP 1-A... . . ........ . ....$ 49.99 31.15
GROUP 2..... . . ........ . ....$ 46.26 31.15
GROUP 3..... . . ........ . . ...$ 44.93 31.15
GROUP 4..... . . ....... . . . ...$ 43.79 31.15
GROUP 5..... . . ........ . . ...$ 42.65 31.15
UNDERGROUND:
GROUP 1..... . . ....... . . . ...$ 47.42 31.15
GROUP 1-A... . . ....... . . . ...$ 49.89 31.15
GROUP 2..... . . ....... . . . ...$ 46.16 31.15
GROUP 3..... . . ........ . . ...$ 44.83 31.15
GROUP 4..... . . ........ . . ...$ 43.69 31.15
GROUP 5..... . ......... . ....$ 42.55 31.15
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.
https://sam.gov/wage-determination/CA20230018/11 15/64
1/24/24,8:32 AM SAM.gov
yds. up to 7 cu. yds.; Licensed construction work boat
operator, on site; Power blade operator (finish); Power
shovels, over 1 cu. yd. up to and including 7 cu. yds.
m.r.c.
GROUP 3: Asphalt milling machine; Cable backhoe; Combination
backhoe and loader over 3/4 cu. yds.; Continuous flight tie
back machine assistant to engineer or mechanic; Crane
mounted continuous flight tie back machine, tonnage to
apply; Crane mounted drill attachment, tonnage to apply;
Dozer, slope brd; Gradall; Hydraulic excavator, up to 3 1/2
cu. yds.; Loader 4 cu. yds. and over; Long reach excavator;
Multiple engine scraper (when used as push pull); Power
shovels, up to and including 1 cu. yd.; Pre-stress wire
wrapping machine; Side boom cat, 572 or larger; Track
loader 4 cu. yds. and over; Wheel excavator (up to and
including 750 cu. yds. per hour)
GROUP 4: Asphalt plant engineer/box person; Chicago boom;
Combination backhoe and loader up to and including 3/4 cu.
yd.; Concrete batch plant (wet or dry); Dozer and/or push
cat; Pull- type elevating loader; Gradesetter, grade
checker (GPS, mechanical or otherwise); Grooving and
grinding machine; Heading shield operator; Heavy-duty
drilling equipment, Hughes, LDH, Watson 3000 or similar;
Heavy-duty repairperson and/or welder; Lime spreader;
Loader under 4 cu. yds.; Lubrication and service engineer
(mobile and grease rack); Mechanical finishers or spreader
machine (asphalt, Barber-Greene and similar); Miller
Formless M-9000 slope paver or similar; Portable crushing
and screening plants; Power blade support; Roller operator,
asphalt; Rubber-tired scraper, self-loading (paddle-wheels,
etc.); Rubber- tired earthmoving equipment (scrapers); Slip
form paver (concrete); Small tractor with drag; Soil
stabilizer (P & H or equal); Spider plow and spider puller;
Tubex pile rig; Unlicensed constuction work boat operator,
on site; Timber skidder; Track loader up to 4 yds.;
Tractor-drawn scraper; Tractor, compressor drill
combination; Welder; Woods-Mixer (and other similar Pugmill
equipment)
GROUP 5: Cast-in-place pipe laying machine; Combination
slusher and motor operator; Concrete conveyor or concrete
pump, truck or equipment mounted; Concrete conveyor,
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, Johnson, Bidwell Bridge Deck or similar types);
Mechanical burm, curb and/or curb and gutter machine,
concrete or asphalt); Mine or shaft hoist; Portable
crusher; Power jumbo operator (setting slip-forms, etc., in
tunnels); Screed (automatic or manual); Self-propelled
compactor with dozer; Tractor with boom D6 or smaller;
Trenching machine, maximum digging capacity over 5 ft.
depth; Vermeer T-600B rock cutter or similar
GROUP 6: Armor-Coater (or similar); Ballast jack tamper;
Boom- type backfilling machine; Assistant plant engineer;
Bridge and/or gantry crane; Chemical grouting machine,
truck-mounted; Chip spreading machine operator; Concrete
saw (self-propelled unit on streets, highways, airports and
canals); Deck engineer; Drilling equipment Texoma 600,
Hughes 200 Series or similar up to and including 30 ft.
m.r.c.; Drill doctor; Helicopter radio operator;
Hydro-hammer or similar; Line master; Skidsteer loader,
Bobcat larger than 743 series or similar (with
attachments); Locomotive; Lull hi-lift or similar; Oiler,
truck mounted equipment; Pavement breaker, truck-mounted,
with compressor combination; Paving fabric installation
and/or laying machine; Pipe bending machine (pipelines
https://sam.gov/wage-determination/CA20230018/11 16/64
1/24/24,8:32AM SAM.gov
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
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
https://sam.gov/wage-determination/CA20230018/11 17/64
1/24/24,8:32 AM SAM.gov
GROUP 1: Derrick barge pedestal mounted over 100 tons;
Clamshell over 7 cu. yds.; Self-propelled boom-type lifting
device over 100 tons; Truck crane or crawler, land or barge
mounted over 100 tons
GROUP 2: Derrick barge pedestal mounted 45 tons to and
including 100 tons; Clamshell up to and including 7 cu.
yds.; Self-propelled boom-type lifting device over 45 tons;
Truck crane or crawler, land or barge mounted, over 45 tons
up to and including 100 tons; Fundex F-12 hydraulic pile rig
GROUP 3: Derrick barge pedestal mounted under 45 tons; Self-
propelled boom-type lifting device 45 tons and under;
Skid/scow piledriver, any tonnage; Truck crane or crawler,
land or barge mounted 45 tons and under
GROUP 4: Assistant operator in lieu of assistant to engineer;
Forklift, 10 tons and over; Heavy-duty repairperson/welder
GROUP 5: Deck engineer
GROUP 6: Deckhand; Fire tender
-------------------------------------------------------------
STEEL ERECTORS
GROUP 1: Crane over 100 tons; Derrick over 100 tons; Self-
propelled boom-type lifting device over 100 tons
GROUP 2: Crane over 45 tons to 100 tons; Derrick under 100
tons; Self-propelled boom-type lifting device over 45 tons
to 100 tons; Tower crane
GROUP 3: Crane, 45 tons and under; Self-propelled boom-type
lifting device, 45 tons and under
GROUP 4: Chicago boom; Forklift, 10 tons and over; Heavy-duty
repair person/welder
GROUP 5: Boom cat
--------------------------------------------------------------
TUNNEL AND UNDERGROUND WORK
GROUP 1-A: Tunnel bore machine operator, 20' diameter or more
GROUP 1: Heading shield operator; Heavy-duty repairperson;
Mucking machine (rubber tired, rail or track type); Raised
bore operator (tunnels); Tunnel mole bore operator
GROUP 2: Combination slusher and motor operator; Concrete
pump or 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
https://sam.gov/wage-determination/CA20230018/11 18/64
1/24/24,8:32AM SAM.gov
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 08/01/2022
Rates Fringes
Dredging: (DREDGING:
CLAMSHELL & DIPPER DREDGING;
HYDRAULIC SUCTION DREDGING:)
AREA 1:
(1) Leverman. ......... . ....$ 55.15 35.46
(2) Dredge Dozer; Heavy
duty repairman........ . . ...$ 50.19 35.46
(3) Booster Pump
Operator; Deck
Engineer; Deck mate;
Dredge Tender; Winch
Operator.... . . ....... . . . ...$ 49.07 35.46
(4) Bargeman; Deckhand;
Fireman; Leveehand; Oiler..$ 45.77 35.46
AREA 2:
(1) Leverman. ......... . ....$ 57.15 35.46
(2) Dredge Dozer; Heavy
duty repairman........ . . ...$ 52.19 35.46
(3) Booster Pump
Operator; Deck
Engineer; Deck mate;
Dredge Tender; Winch
Operator.... . . ....... . . . ...$ 51.07 35.46
(4) Bargeman; Deckhand;
Fireman; Leveehand; Oiler..$ 47.77 35.46
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
https://sam.gov/wage-determination/CA20230018/11 19/64
1/24/24,8:32AM SAM.gov
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
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
https://sam.gov/wage-determination/CA20230018/11 20/64
1/24/24,8:32 AM SAM.gov
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
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
https://sam.gov/wage-determination/CA20230018/11 21/64
1/24/24,8:32 AM SAM.gov
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:
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
https://sam.gov/wage-determination/CA20230018/11 22/64
1/24/24,8:32 AM SAM.gov
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,
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
https://sam.gov/wage-determination/CA20230018/11 23/64
1/24/24,8:32 AM SAM.gov
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
$2.00 additional per hour at the following locations:
Port Hueneme, Port Mugu, U.S. Coast Guard Station - Two Rock
----------------------------------------------------------------
LAB00067-006 03/04/2023
AREA ""1"" - ALAMEDA, CONTRA COSTA, SAN FRANCISCO, SAN MATEO AND
SANTA CLARA COUNTIES
AREA ""2"" - CALAVERAS, FRESNO, KINGS, MADERA, MARIPOSA,
MERCED, MONTEREY, SAN BENITO, SAN 3OAQUIN, STANISLAUS, AND
TUOLUMNE COUNTIES
Rates Fringes
LABORER (ASBESTOS/MOLD/LEAD
https://sam.gov/wage-determination/CA20230018/11 24/64
1/24/24,8:32 AM SAM.gov
LABORER)
Area 1....... . . ........ . ....$ 35.25 27.09
Area 2....... . . ........ . . ...$ 34.25 27.09
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 06/28/2021
CALAVERAS AND SAN 3OAQUIN COUNTIES
Rates Fringes
LABORER (TRAFFIC CONTROL/LANE
CLOSURE)
Escort Driver, Flag Person..$ 33.48 26.21
Traffic Control Person I. ...$ 33.78 26.21
Traffic Control Person II...$ 31.28 26.21
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 07/01/2022
SAN 30AQUIN COUNTY
Rates Fringes
LABORER
Mason Tender-Brick..... . . ...$ 35.29 25.21
----------------------------------------------------------------
LAB00073-005 07/01/2021
Rates Fringes
Tunnel and Shaft Laborers:
GROUP 1...... . . ........ . ....$ 42.00 25.71
GROUP 2...... . . ........ . ....$ 41.77 25.71
GROUP 3...... . . ........ . . ...$ 41.52 25.71
GROUP 4...... . . ....... . . . ...$ 41.07 25.71
GROUP 5...... . . ........ . . ...$ 40.53 25.71
Shotcrete Specialist... . ....$ 42.52 25.71
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
https://sam.gov/wage-determination/CA20230018/11 25/64
1/24/24,8:32 AM SAM.gov
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 06/25/2018
CALAVERAS AND SAN 3OAQUIN COUNTIES
Rates Fringes
LABORER (CONSTRUCTION CRAFT
LABORERS)
Construction Specialist
Group........ . . ....... . . . ...$ 30.49 23.20
GROUP 1...... . . ........ . . ...$ 29.79 23.20
GROUP 1-a.... . . ........ . ....$ 30.01 23.20
GROUP 1-c.... . . ........ . ....$ 29.84 23.20
GROUP 1-e.... . . ........ . . ...$ 30.34 23.20
GROUP 1-f.... . . ....... . . . ...$ 30.37 23.20
GROUP 2...... . . ........ . . ...$ 29.64 23.20
GROUP 3...... . . ........ . . ...$ 29.54 23.20
GROUP 4...... . . ........ . ....$ 23.23 23.20
See groups 1-b and 1-d under laborer classifications.
LABORER (GARDENERS,
HORTICULTURAL & LANDSCAPE
LABORERS)
(1) New Construction... . ....$ 29.54 23.20
(2) Establishment Warranty
Period....... . . ........ . . ...$ 23.23 23.20
LABORER (GUNITE)
GROUP 1...... . . ....... . . . ...$ 29.75 22.31
GROUP 2...... . . ........ . . ...$ 29.25 22.31
GROUP 3...... . . ....... . . . ...$ 28.66 22.31
GROUP 4...... . . ........ . . ...$ 28.54 22.31
LABORER (WRECKING)
GROUP 1...... . . ........ . . ...$ 29.79 23.20
GROUP 2...... . . ........ . . ...$ 29.64 23.20
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,
https://sam.gov/wage-determination/CA20230018/11 26/64
1/24/24,8:32AM SAM.gov
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-clinger, 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,
https://sam.gov/wage-determination/CA20230018/11 27/64
1/24/24,8:32 AM SAM.gov
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)
----------------------------------------------------------------
* LAB00073-009 07/01/2022
CALAVERAS AND SAN JOAQUIN COUNTIES
Rates Fringes
LABORER (Plaster Tender).... . . ...$ 38.02 28.25
Work on a swing stage scaffold: $1.00 per hour additional.
----------------------------------------------------------------
LAB00261-003 06/28/2021
SAN FRANCISCO AND SAN MATEO COUNTIES
Rates Fringes
https://sam.gov/wage-determination/CA20230018/11 28/64
1/24/24,8:32 AM SAM.gov
LABORER (TRAFFIC CONTROL/LANE
CLOSURE)
Escort Driver, Flag Person..$ 34.48 26.21
Traffic Control Person I. ...$ 34.78 26.21
Traffic Control Person II...$ 32.28 26.21
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-OOS 07/01/2021
SAN FRANCISCO AND SAN MATEO COUNTIES
Rates Fringes
Tunnel and Shaft Laborers:
GROUP 1...... . ......... . . ...$ 42.00 25.71
GROUP 2...... . ......... . . ...$ 41.77 25.71
GROUP 3...... . . ....... . . . ...$ 41.52 25.71
GROUP 4...... . . ........ . . ...$ 41.07 25.71
GROUP 5...... . . ........ . . ...$ 40.53 25.71
Shotcrete Specialist... . ....$ 42.52 25.71
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
----------------------------------------------------------------
LAB00261-009 06/25/2018
SAN FRANCISCO, AND SAN MATEO COUNTIES
Rates Fringes
LABORER (CONSTRUCTION CRAFT
LABORERS - AREA A:)
Construction Specialist
Group........ . . ........ . ....$ 31.49 23.20
GROUP 1...... . . ........ . . ...$ 30.79 23.20
GROUP 1-a.... . . ....... . . . ...$ 31.01 23.20
GROUP 1-c.... . . ........ . . ...$ 30.84 23.20
GROUP 1-e.... . . ........ . ....$ 31.34 23.20
GROUP 1-f.... . . ....... . . . ...$ 31.37 23.20
GROUP 2...... . . ........ . . ...$ 30.64 23.20
https://sam.gov/wage-determination/CA20230018/11 29/64
1/24/24,8:32 AM SAM.gov
GROUP 3...... . . ....... . . . ...$ 30.54 23.20
GROUP 4...... . . ........ . ....$ 24.23 23.20
See groups 1-b and 1-d under laborer classifications.
LABORER (GARDENERS,
HORTICULTURAL & LANDSCAPE
LABORERS - AREA A:)
(1) New Construction... . ....$ 30.54 23.20
(2) Establishment Warranty
Period....... . . ....... . . . ...$ 24.23 23.20
LABORER (WRECKING - AREA A:)
GROUP 1...... . . ........ . . ...$ 30.79 23.20
GROUP 2...... . . ........ . ....$ 30.64 23.20
Laborers: (GUNITE - AREA A:)
GROUP 1...... . . ........ . . ...$ 30.75 22.31
GROUP 2...... . . ....... . . . ...$ 30.25 22.31
GROUP 3...... . . ........ . . ...$ 29.66 22.31
GROUP 4...... . . ........ . ....$ 29.54 22.31
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; lackhammer 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
https://sam.gov/wage-determination/CA20230018/11 30/64
1/24/24,8:32AM SAM.gov
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
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
https://sam.gov/wage-determination/CA20230018/11 31/64
1/24/24,8:32 AM SAM.gov
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 07/01/2022
SAN FRANCISCO AND SAN MATEO COUNTIES:
Rates Fringes
MASON TENDER, BRICK. ........ . ....$ 36.05 27.12
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:
$2.50 per day additional.
----------------------------------------------------------------
LAB00261-014 07/01/2022
SAN FRANCISCO AND SAN MATEO COUNTIES:
Rates Fringes
PLASTER TENDER.... . . ....... . . . ...$ 40.48 30.23
Work on a swing stage scaffold: $1.00 per hour additional.
----------------------------------------------------------------
LAB00270-003 06/28/2021
AREA A: SANTA CLARA
AREA B: MONTEREY, SAN BENITO AND SANTA CRUZ COUNTIES
Rates Fringes
LABORER (TRAFFIC CONTROL/LANE
CLOSURE)
Escort Driver, Flag Person
Area A...... . . ....... . . . ...$ 34.48 26.21
Area B...... . . ........ . . ...$ 33.48 26.21
Traffic Control Person I
Area A...... . . ....... . . . ...$ 34.78 26.21
Area B...... . . ........ . . ...$ 33.78 26.21
https://sam.gov/wage-determination/CA20230018/11 32/64
1/24/24,8:32AM SAM.gov
Traffic Control Person II
Area A...... . . ........ . ....$ 32.28 26.21
Area B...... . . ........ . . ...$ 31.28 26.21
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 07/01/2021
MONTEREY, SAN BENITO, SANTA CLARA, AND SANTA CRUZ COUNTIES
Rates Fringes
Tunnel and Shaft Laborers:
GROUP 1...... . . ....... . . . ...$ 42.00 25.71
GROUP 2...... . . ........ . . ...$ 41.77 25.71
GROUP 3...... . ......... . ....$ 41.52 25.71
GROUP 4...... . . ........ . ....$ 41.07 25.71
GROUP 5...... . . ........ . . ...$ 40.53 25.71
Shotcrete Specialist.. . . . ...$ 42.52 25.71
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-OOS 07/01/2022
MONTEREY AND SAN BENITO COUNTIES
Rates Fringes
LABORER
Mason Tender-Brick..... . ....$ 35.29 25.21
----------------------------------------------------------------
LAB00270-007 06/25/2018
MONTEREY, SAN BENITO, AND SANTA CRUZ, COUNTIES
Rates Fringes
LABORER (CONSTRUCTION CRAFT
LABORERS - AREA B)
Construction Specialist
Group........ . . ........ . . ...$ 30.40 23.20
https://sam.gov/wage-determination/CA20230018/11 33/64
1/24/24,8:32AM SAM.gov
GROUP 1...... . . ....... . . . ...$ 29.79 23.20
GROUP 1-a.... . . ........ . ....$ 30.01 23.20
GROUP 1-c.... . . ........ . . ...$ 29.84 23.20
GROUP 1-e.... . . ....... . . . ...$ 30.34 23.20
GROUP 1-f.... . . ........ . . ...$ 30.37 23.20
GROUP 2...... . . ........ . ....$ 29.64 23.20
GROUP 3...... . . ........ . ....$ 29.54 23.20
GROUP 4...... . . ........ . . ...$ 23.23 23.20
See groups 1-b and 1-d under laborer classifications.
LABORER (GARDENERS,
HORTICULTURAL & LANDSCAPE
LABORERS - AREA B)
(1) New Construction... . ....$ 29.54 23.20
(2) Establishment Warranty
Period....... . . ....... . . . ...$ 23.23 23.20
LABORER (GUNITE - AREA B)
GROUP 1...... . . ........ . ....$ 29.75 22.31
GROUP 2...... . . ........ . ....$ 29.25 22.31
GROUP 3...... . . ........ . . ...$ 28.66 22.31
GROUP 4...... . . ....... . . . ...$ 28.54 22.31
LABORER (WRECKING - AREA B)
GROUP 1...... . . ........ . ....$ 29.79 23.20
GROUP 2...... . . ........ . ....$ 29.64 23.20
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;
https://sam.gov/wage-determination/CA20230018/11 34/64
1/24/24,8:32 AM SAM.gov
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
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
https://sam.gov/wage-determination/CA20230018/11 35/64
1/24/24,8:32 AM SAM.gov
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 06/25/2018
SANTA CLARA COUNTY
Rates Fringes
LABORER (CONSTRUCTION CRAFT
LABORERS - AREA A:)
Construction Specialist
Group........ . . ....... . . . ...$ 31.49 23.20
GROUP 1...... . . ........ . . ...$ 30.79 23.20
GROUP 1-a.... . . ........ . ....$ 31.01 23.20
GROUP 1-c.... . . ........ . ....$ 30.84 23.20
GROUP 1-e.... . . ........ . . ...$ 31.34 23.20
GROUP 1-f.... . . ....... . . . ...$ 30.37 23.20
GROUP 2...... . . ........ . . ...$ 30.64 23.20
GROUP 3...... . . ........ . ....$ 30.54 23.20
GROUP 4...... . . ........ . ....$ 24.23 23.20
See groups 1-b and 1-d under laborer classifications.
LABORER (GARDENERS,
HORTICULTURAL & LANDSCAPE
LABORERS - AREA A:)
(1) New Construction... . ....$ 30.54 23.20
(2) Establishment Warranty
Period....... . . ........ . . ...$ 24.23 23.20
LABORER (GUNITE - AREA A:)
GROUP 1...... . . ........ . . ...$ 30.75 22.31
GROUP 2...... . . ........ . ....$ 30.25 22.31
GROUP 3...... . . ........ . ....$ 29.66 22.31
GROUP 4...... . . ........ . . ...$ 29.54 22.31
LABORER (WRECKING - AREA A:)
GROUP 1...... . . ........ . . ...$ 30.79 23.20
GROUP 2...... . . ........ . ....$ 30.64 23.20
FOOTNOTES:
https://sam.gov/wage-determination/CA20230018/11 36/64
1/24/24,8:32 AM SAM.gov
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; 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'
https://sam.gov/wage-determination/CA20230018/11 37/64
1/24/24,8:32AM SAM.gov
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; lacking 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
https://sam.gov/wage-determination/CA20230018/11 38/64
1/24/24,8:32 AM SAM.gov
----------------------------------------------------------
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)
----------------------------------------------------------------
* LABO0270-011 07/01/2022
MONTEREY, SAN BENITO, SANTA CRUZ, SANTA CLARA COUNTIES
Rates Fringes
LABORER (Plaster Tender).... . . ...$ 39.23 29.59
Work on a swing stage scaffold: $1.00 per hour additional.
----------------------------------------------------------------
LAB00294-001 07/01/2022
FRESNO, KINGS AND MADERA COUNTIES
Rates Fringes
LABORER (Brick)
Mason Tender-Brick..... . ....$ 35.29 25.21
----------------------------------------------------------------
LAB00294-002 06/28/2021
FRESNO, KINGS, AND MADERA COUNTIES
Rates Fringes
LABORER (TRAFFIC CONTROL/LANE
CLOSURE)
Escort Driver, Flag Person..$ 33.48 26.21
Traffic Control Person I....$ 33.78 26.21
Traffic Control Person II...$ 31.28 26.21
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.
----------------------------------------------------------------
LAB00294-005 07/01/2021
FRESNO, KINGS, AND MADERA COUNTIES
Rates Fringes
Tunnel and Shaft Laborers:
GROUP 1...... . ........ . . . ...$ 42.00 25.71
GROUP 2...... . . ....... . . . ...$ 41.77 25.71
GROUP 3...... . . ....... . . . ...$ 41.52 25.71
GROUP 4...... . . ........ . . ...$ 41.07 25.71
GROUP 5...... . . ....... . . . ...$ 40.53 25.71
Shotcrete Specialist... . . ...$ 42.52 25.71
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)
https://sam.gov/wage-determination/CA20230018/11 39/64
1/24/24,8:32 AM SAM.gov
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 06/25/2018
FRESNO, KINGS, AND MADERA COUNTIES
Rates Fringes
LABORER (CONSTRUCTION CRAFT
LABORERS - AREA B:)
Construction Specialist
Group........ . . ....... . . . ...$ 30.49 23.20
GROUP 1...... . . ....... . . . ...$ 29.79 23.20
GROUP 1-a.... . . ........ . . ...$ 30.01 23.20
GROUP 1-c.... . . ........ . ....$ 29.84 23.20
GROUP 1-e.... . . ........ . ....$ 30.34 23.20
GROUP 1-f.... . . ........ . . ...$ 30.37 23.20
GROUP 2...... . . ....... . . . ...$ 29.64 23.20
GROUP 3...... . . ........ . . ...$ 29.54 23.20
GROUP 4...... . . ........ . . ...$ 23.23 23.20
See groups 1-b and 1-d under laborer classifications.
LABORER (GARDENERS,
HORTICULTURAL & LANDSCAPE
LABORERS - AREA B:)
(1) New Construction... . . ...$ 29.54 23.20
(2) Establishment Warranty
Period....... . . ........ . ....$ 23.23 23.20
LABORER (GUNITE - AREA B:)
GROUP 1...... . . ....... . . . ...$ 29.75 22.31
GROUP 2...... . . ........ . . ...$ 29.25 22.31
GROUP 3...... . . ........ . ....$ 28.66 22.31
GROUP 4...... . . ........ . ....$ 28.54 22.31
LABORER (WRECKING - AREA B:)
GROUP 1...... . . ....... . . . ...$ 29.79 23.20
GROUP 2...... . . ........ . . ...$ 29.64 23.20
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
https://sam.gov/wage-determination/CA20230018/11 40/64
1/24/24,8:32 AM SAM.gov
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
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
https://sam.gov/wage-determination/CA20230018/11 41/64
1/24/24,8:32AM SAM.gov
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)
----------------------------------------------------------------
* LAB00294-010 07/01/2022
CALAVERAS, FRESNO, KINGS, MADERA, MARIPOSA, MERCED, SAN
JOAQUIN, STANISLAUS & TUOLUMNE
https://sam.gov/wage-determination/CA20230018/11 42/64
1/24/24,8:32AM SAM.gov
Rates Fringes
Plasterer tender.. . . ....... . . . ...$ 38.02 28.25
Work on a swing stage scaffold: $1.00 per hour additional.
----------------------------------------------------------------
* LABO0294-011 07/01/2022
FRESNO, KINGS, AND MADERA COUNTIES
Rates Fringes
LABORER (Plaster Tender).... . . ...$ 38.02 28.25
Work on a swing stage scaffold: $1.00 per hour additional.
----------------------------------------------------------------
LAB00304-002 06/28/2021
ALAMEDA COUNTY
Rates Fringes
LABORER (TRAFFIC CONTROL/LANE
CLOSURE)
Escort Driver, Flag Person..$ 34.48 26.21
Traffic Control Person I. ...$ 34.78 26.21
Traffic Control Person II...$ 32.28 26.21
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 07/01/2021
ALAMEDA COUNTY
Rates Fringes
Tunnel and Shaft Laborers:
GROUP 1...... . . ........ . . ...$ 42.00 25.71
GROUP 2...... . . ........ . . ...$ 41.77 25.71
GROUP 3...... . . ....... . . . ...$ 41.52 25.71
GROUP 4...... . . ........ . . ...$ 41.07 25.71
GROUP 5...... . . ........ . ....$ 40.53 25.71
Shotcrete Specialist... . ....$ 42.52 25.71
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 -
https://sam.gov/wage-determination/CA20230018/11 43/64
1/24/24,8:32 AM SAM.gov
muckers, trackmen; Concrete crew - includes rodding and
spreading, Dumpmen (any method)
GROUP 5: Grout crew; Reboundman; Swamper/ Brakeman
----------------------------------------------------------------
LAB00304-004 06/25/2018
ALAMEDA COUNTY
Rates Fringes
LABORER (CONSTRUCTION CRAFT
LABORERS - AREA A:)
Construction Specialist
Group........ . . ........ . . ...$ 31.49 23.20
GROUP 1...... . . ........ . ....$ 30.79 23.20
GROUP 1-a.... . . ........ . ....$ 31.01 23.20
GROUP 1-c.... . . ........ . . ...$ 30.84 23.20
GROUP 1-e.... . . ....... . . . ...$ 31.34 23.20
GROUP 1-f.... . . ........ . . ...$ 30.37 23.20
GROUP 2...... . . ........ . ....$ 30.64 23.20
GROUP 3...... . . ........ . ....$ 30.54 23.20
GROUP 4...... . . ........ . . ...$ 24.23 23.20
See groups 1-b and 1-d under laborer classifications.
LABORER (GARDENERS,
HORTICULTURAL & LANDSCAPE
LABORERS - AREA A:)
(1) New Construction... . ....$ 30.54 23.20
(2) Establishment Warranty
Period....... . . ....... . . . ...$ 24.23 23.20
LABORER (GUNITE - AREA A:)
GROUP 1...... . . ........ . ....$ 30.75 22.31
GROUP 2...... . . ........ . ....$ 30.25 22.31
GROUP 3...... . . ........ . . ...$ 29.66 22.31
GROUP 4...... . . ....... . . . ...$ 29.54 22.31
LABORER (WRECKING - AREA A:)
GROUP 1...... . . ........ . ....$ 30.79 23.20
GROUP 2...... . . ........ . ....$ 30.64 23.20
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
https://sam.gov/wage-determination/CA20230018/11 44/64
1/24/24,8:32 AM SAM.gov
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
lbs. pressure); Loading and unloading, carrying and hauling
of all rods and materials for use in reinforcing concrete
https://sam.gov/wage-determination/CA20230018/11 45/64
1/24/24,8:32AM SAM.gov
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 07/01/2022
ALAMEDA COUNTY
Rates Fringes
Brick Tender...... . . ........ . ....$ 36.05 27.12
FOOTNOTES: Work on jobs where heat-protective clothing is
required: $2.00 per hour additional. Work at grinders: $.25
per hour additional. Manhole work: $2.00 per day additional.
----------------------------------------------------------------
* LAB00304-008 07/01/2022
ALAMEDA AND CONTRA COSTA COUNTIES:
Rates Fringes
https://sam.gov/wage-determination/CA20230018/11 46/64
1/24/24,8:32 AM SAM.gov
Plasterer tender.. . . ........ . ....$ 40.48 30.23
Work on a swing stage scaffold: $1.00 per hour additional.
----------------------------------------------------------------
LABO0324-002 06/28/2021
CONTRA COSTA COUNTY
Rates Fringes
LABORER (TRAFFIC CONTROL/LANE
CLOSURE)
Escort Driver, Flag Person..$ 34.48 26.21
Traffic Control Person I. ...$ 34.78 26.21
Traffic Control Person II...$ 32.28 26.21
TRAFFIC CONTROL PERSON I: Layout of traffic control, crash
cushions, construction area and roadside signage.
TRAFFIC CONTROL PERSON II: Installation and removal of
temporary/permanent signs, markers, delineators and crash
cushions.
----------------------------------------------------------------
LABO0324-006 06/25/2018
CONTRA COSTA COUNTY
Rates Fringes
Tunnel and Shaft Laborers:
GROUP 1...... . . ........ . . ...$ 37.82 24.11
GROUP 2...... . . ........ . ....$ 37.59 24.11
GROUP 3...... . . ........ . ....$ 37.34 24.11
GROUP 4...... . . ........ . . ...$ 36.89 24.11
GROUP 5...... . . ....... . . . ...$ 36.35 24.11
Shotcrete Specialist... . . ...$ 38.34 24.11
TUNNEL AND SHAFT CLASSIFICATIONS
GROUP 1: Diamond driller; Groundmen; Gunite and shotcrete
nozzlemen
GROUP 2: Rodmen; Shaft work & raise (below actual or
excavated ground level)
GROUP 3: Bit grinder; Blaster, driller, powdermen, heading;
Cherry pickermen - where car is lifted; Concrete finisher
in tunnel; Concrete screedman; Grout pumpman and potman;
Gunite & shotcrete gunman & potman; Headermen; High
pressure nozzleman; Miner - tunnel, including top and
bottom man on shaft and raise work; Nipper; Nozzleman on
slick line; Sandblaster - potman, Robotic Shotcrete Placer,
Segment Erector, Tunnel Muck Hauler, Steel Form raiser and
setter; Timberman, retimberman (wood or steel or substitute
materials therefore); Tugger (for tunnel laborer work);
Cable tender; Chuck tender; Powderman - primer house
GROUP 4: Vibrator operator, pavement breaker; Bull gang -
muckers, trackmen; Concrete crew - includes rodding and
spreading, Dumpmen (any method)
GROUP 5: Grout crew; Reboundman; Swamper/ Brakeman
----------------------------------------------------------------
LABO0324-012 06/25/2018
CONTRA COSTA COUNTY
Rates Fringes
LABORER (CONSTRUCTION CRAFT
https://sam.gov/wage-determination/CA20230018/11 47/64
1/24/24,8:32 AM SAM.gov
LABORERS - AREA A:)
Construction Specialist
Group........ . . ........ . . ...$ 31.49 23.20
GROUP 1...... . . ....... . . . ...$ 30.79 23.20
GROUP 1-a.... . . ........ . . ...$ 31.01 23.20
GROUP 1-c.... . . ........ . ....$ 30.84 23.20
GROUP 1-e.... . . ........ . ....$ 31.34 23.20
GROUP 1-f.... . . ........ . . ...$ 30.37 23.20
GROUP 1-g.... . . ....... . . . ...$ 30.99 23.20
GROUP 2...... . . ........ . . ...$ 30.64 23.20
GROUP 3...... . . ........ . . ...$ 30.54 23.20
GROUP 4...... . . ........ . ....$ 24.23 23.20
See groups 1-b and 1-d under laborer classifications.
LABORER (GARDENERS,
HORTICULURAL & LANDSCAPE
LABORERS - AREA A:)
(1) New Construction... . ....$ 30.54 23.20
(2) Establishment Warranty
Period....... . . ........ . . ...$ 24.23 23.20
LABORER (GUNITE - AREA A:)
GROUP 1...... . . ........ . . ...$ 30.75 22.31
GROUP 2...... . . ........ . ....$ 30.25 22.31
GROUP 3...... . . ........ . ....$ 29.66 22.31
GROUP 4...... . . ........ . . ...$ 29.54 22.31
LABORER (WRECKING - AREA A:)
GROUP 1...... . . ........ . . ...$ 30.79 23.20
GROUP 2...... . . ........ . . ...$ 30.64 23.20
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;
https://sam.gov/wage-determination/CA20230018/11 48/64
1/24/24,8:32 AM SAM.gov
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 1-g, CONTRA COSTA COUNTY: Pipelayer (including grade
checking in connection with pipelaying); Caulker; Bander;
Pipewrapper; Conduit layer; Plastic pipe layer; Pressure
pipe tester; No joint pipe and stripping of same, including
repair of voids; Precast manhole setters, cast in place
manhole form setters
GROUP 2: Asphalt shoveler; Cement dumper and handling dry
cement or gypsum; Choke-setter and rigger (clearing work);
Concrete bucket dumper and chute; Concrete chipping and
grinding; Concrete laborer (wet or dry); Driller tender,
chuck tender, nipper; Guinea chaser (stake), grout crew;
High pressure nozzle, adductor; Hydraulic monitor (over 100
lbs. pressure); Loading and unloading, carrying and hauling
of all rods and materials for use in reinforcing concrete
construction; Pittsburgh chipper and similar type brush
shredders; Sloper; Single foot, hand-held, pneumatic
tamper; All pneumatic, air, gas and electric tools not
listed in Groups 1 through 1-f; Jacking of pipe - under 12
inches
https://sam.gov/wage-determination/CA20230018/11 49/64
1/24/24,8:32AM SAM.gov
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
----------------------------------------------------------------
LAB00324-014 07/01/2022
CONTRA COSTA COUNTY:
Rates Fringes
Brick Tender...... . . ....... . . . ...$ 36.05 27.12
FOOTNOTES: Work on jobs where heat-protective clothing is
required: $2.00 per hour additional. Work at grinders: $.25
per hour additional. Manhole work: $2.00 per day additional.
----------------------------------------------------------------
* LAB00324-018 07/01/2022
ALAMEDA AND CONTRA COSTA COUNTIES:
https://sam.gov/wage-determination/CA20230018/11 50/64
1/24/24,8:32 AM SAM.gov
Rates Fringes
Plasterer tender.. . . ....... . . . ...$ 40.48 30.23
Work on a swing stage scaffold: $1.00 per hour additional.
----------------------------------------------------------------
LAB01130-002 06/28/2021
MARIPOSA, MERCED, STANISLAUS, AND TUOLUMNE COUNTIES
Rates Fringes
LABORER (TRAFFIC CONTROL/LANE
CLOSURE)
Escort Driver, Flag Person..$ 33.48 26.21
Traffic Control Person I....$ 33.78 26.21
Traffic Control Person II...$ 31.28 26.21
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 06/26/2017
MARIPOSA, MERCED, STANISLAUS, AND TUOLUMNE COUNTIES
Rates Fringes
Tunnel and Shaft Laborers:
GROUP 1...... . . ........ . . ...$ 36.60 24.83
GROUP 2...... . . ....... . . . ...$ 36.37 24.83
GROUP 3...... . . ........ . . ...$ 36.12 24.83
GROUP 4...... . . ........ . ....$ 35.67 24.83
GROUP 5...... . . ........ . ....$ 35.13 24.83
Shotcrete Specialist... . . ...$ 37.12 24.83
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
----------------------------------------------------------------
LAB01130-005 07/01/2022
MARIPOSA, MERCED, STANISLAUS AND TUOLUMNE COUNTIES
https://sam.gov/wage-determination/CA20230018/11 51/64
1/24/24,8:32 AM SAM.gov
Rates Fringes
LABORER
Mason Tender-Brick..... . . ...$ 35.29 25.21
----------------------------------------------------------------
LAB01130-007 06/25/2018
MARIPOSA, MERCED, STANISLAUS, AND TUOLUMNE COUNTIES
Rates Fringes
LABORER (CONSTRUCTION CRAFT
LABORERS - AREA B:)
Construction Specialist
Group........ . . ....... . . . ...$ 30.49 23.20
GROUP 1...... . . ........ . . ...$ 29.79 23.20
GROUP 1-a.... . . ........ . ....$ 30.01 23.20
GROUP 1-c.... . . ........ . ....$ 29.84 23.20
GROUP 1-e.... . . ........ . . ...$ 30.34 23.20
GROUP 1-f.... . . ....... . . . ...$ 29.37 23.20
GROUP 2...... . . ........ . . ...$ 29.64 23.20
GROUP 3...... . . ........ . ....$ 29.54 23.20
GROUP 4...... . . ........ . ....$ 23.23 23.20
See groups 1-b and 1-d under laborer classifications.
LABORER (GARDENERS,
HORTICULTURAL & LANDSCAPE
LABORERS - AREA B:)
(1) New Construction... . ....$ 29.54 23.20
(2) Establishment Warranty
Period....... . . ........ . . ...$ 23.23 23.20
LABORER (GUNITE - AREA B:)
GROUP 1...... . . ........ . . ...$ 29.75 22.31
GROUP 2...... . . ........ . ....$ 29.25 22.31
GROUP 3...... . . ........ . ....$ 28.66 22.31
GROUP 4...... . . ........ . . ...$ 28.54 22.31
LABORER (WRECKING - AREA B:)
GROUP 1...... . . ........ . . ...$ 29.79 23.20
GROUP 2...... . . ........ . ....$ 29.64 23.20
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; lackhammer operator; lacking of pipe over 12 inches;
Jackson and similar type compactor; Kettle tender, pot and
worker applying asphalt, lay-kold, creosote, lime, caustic
https://sam.gov/wage-determination/CA20230018/11 52/64
1/24/24,8:32 AM SAM.gov
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
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
https://sam.gov/wage-determination/CA20230018/11 53/64
1/24/24,8:32 AM SAM.gov
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)
----------------------------------------------------------------
* LABO1130-008 07/01/2022
CALAVERAS, FRESNO, KINGS, MADERA, MARIPOSA, MERCED, SAN
JOAQUIN, STANISLAUS & TUOLUMNE
Rates Fringes
Plasterer tender.. . . ........ . ....$ 38.02 28.25
Work on a swing stage scaffold: $1.00 per hour additional.
----------------------------------------------------------------
* LABO1130-009 07/01/2022
MARIPOSA, MERCED, STANISLAUS, AND TUOLUMNE COUNTIES
Rates Fringes
LABORER (Plaster Tender).... . ....$ 38.02 28.25
https://sam.gov/wage-determination/CA20230018/11 54/64
1/24/24,8:32 AM SAM.gov
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 - $6.00 per houir additional
----------------------------------------------------------------
PAIN0016-003 01/01/2023
AREA 1: ALAMEDA, CONTRA COSTA, SAN FRANCISCO, SAN MATEO & SANTA
CLARA COUNTIES
AREA 2: CALAVERAS, MARIPOA, MERCED, MONTEREY, SAN BENITO, SAN
JOAQUIN, SANTA CRUZ, STANISLAUS & TUOLUMNE COUNTIES
Rates Fringes
Drywall Finisher/Taper
AREA 1....... . ......... . . ...$ 57.16 30.24
AREA 2....... . . ....... . . . ...$ 53.03 28.84
----------------------------------------------------------------
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
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 $6.00 additional per hour.
----------------------------------------------------------------
https://sam.gov/wage-determination/CA20230018/11 55/64
1/24/24,8:32AM SAM.gov
PAIN0016-022 01/01/2023
SAN FRANCISCO COUNTY
Rates Fringes
PAINTER. . . ........ . . ........ . ....$ 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 01/01/2023
FRESNO, KINGS AND MADERA COUNTIES
Rates Fringes
PAINTER
Brush, Roller. . ........ . ....$ 32.99 21.30
Drywall Finisher/Taper. . . ...$ 47.11 28.99
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
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 $1.50
per hour above the basic hourly rate at any elevation.
----------------------------------------------------------------
PAIN1176-001 07/01/2022
HIGHWAY IMPROVEMENT
https://sam.gov/wage-determination/CA20230018/11 56/64
1/24/24,8:32 AM SAM.gov
Rates Fringes
Parking Lot Striping/Highway
Marking:
GROUP 1...... . . ........ . . ...$ 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 3OAQUIN 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
Rates Fringes
CEMENT MASON/CONCRETE FINISHER...$ 32.15 23.27
----------------------------------------------------------------
PLUM0038-001 07/01/2022
SAN FRANCISCO COUNTY
Rates Fringes
PLUMBER (Plumber,
Steamfitter, Refrigeration
Fitter). . . ........ . . ........ . . ...$ 82.00 48.18
----------------------------------------------------------------
PLUM0038-005 07/01/2022
SAN FRANCISCO COUNTY
https://sam.gov/wage-determination/CA20230018/11 57/64
1/24/24,8:32 AM SAM.gov
Rates Fringes
Landscape/Irrigation Fitter
(Underground/Utility Fitter). . ...$ 69.70 33.15
----------------------------------------------------------------
PLUM0062-001 01/01/2023
MONTEREY AND SANTA CRUZ COUNTIES
Rates Fringes
PLUMBER & STEAMFITTER....... . ....$ 50.00 39.35
----------------------------------------------------------------
PLUM0159-001 07/01/2022
CONTRA COSTA COUNTY
Rates Fringes
Plumber and steamfitter
(1) Refrigeration..... . . . ...$ 56.93 41.04
(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 70AQUIN COUNIES
Rates Fringes
PLUMBER (PIPE TRADESMAN).... . ....$ 13.00 ** 10.74
PIPE TRADESMAN SCOPE OF WORK:
Installation of corrugated metal piping for drainage, as well
as installation of corrugated metal piping for culverts in
connection with storm sewers and drains; Grouting, dry
packing and diapering of joints, holes or chases including
paving over joints, in piping; Temporary piping for dirt
work for building site preparation; Operating jack hammers,
pavement breakers, chipping guns, concrete saws and spades
to cut holes, chases and channels for piping systems;
Digging, grading, backfilling and ground preparation for
all types of pipe to all points of the jobsite; Ground
preparation including ground leveling, layout and planting
of shrubbery, trees and ground cover, including watering,
mowing, edging, pruning and fertilizing, the breaking of
concrete, digging, backfilling and tamping for the
preparation and completion of all work in connection with
lawn sprinkler and landscaping; Loading, unloading and
distributing materials at jobsite; Putting away materials
in storage bins in jobsite secure storage area; Demolition
of piping and fixtures for remodeling and additions;
Setting up and tearing down work benches, ladders and job
shacks; Clean-up and sweeping of jobsite; Pipe wrapping and
waterproofing where tar or similar material is applied for
protection of buried piping; Flagman
----------------------------------------------------------------
PLUM0342-001 07/01/2022
ALAMEDA & CONTRA COSTA COUNTIES
Rates Fringes
PIPEFITTER
https://sam.gov/wage-determination/CA20230018/11 58/64
1/24/24,8:32 AM SAM.gov
CONTRA COSTA COUNTY.... . ....$ 72.00 45.70
PLUMBER, PIPEFITTER,
STEAMFITTER
ALAMEDA COUNTY. ........ . . ...$ 72.00 45.70
----------------------------------------------------------------
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 01/01/2023
CALAVERAS, MARIPOSA, MERCED, SAN JOAQUIN, STANISLAUS & TUOLUMNE
COUNTIES
Rates Fringes
PLUMBER & STEAMFITTER....... . ....$ 50.75 35.14
----------------------------------------------------------------
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
used in the application of a built-up roof or tear off:
$2.00 per hour additional.
----------------------------------------------------------------
ROOF0040-002 08/01/2022
SAN FRANCISCO & SAN MATEO COUNTIES:
Rates Fringes
ROOFER.. . . ........ . . ........ . ....$ 49.83 21.14
----------------------------------------------------------------
ROOF0081-001 08/01/2022
ALAMEDA AND CONTRA COSTA COUNTIES:
Rates Fringes
https://sam.gov/wage-determination/CA20230018/11 59/64
1/24/24,8:32 AM SAM.gov
Roofer.. . . ........ . . ........ . ....$ 50.27 20.66
----------------------------------------------------------------
ROOF0081-004 08/01/2022
CALAVERAS, MARIPOSA, MERCED, SAN 30AQUIN, STANISLAUS AND
TUOLUMNE COUNTIES:
Rates Fringes
ROOFER.. . . ........ . . ........ . ....$ 43.13 19.71
----------------------------------------------------------------
ROOF0095-002 08/01/2022
MONTEREY, SAN BENITO, SANTA CLARA, AND SANTA CRUZ COUNTIES:
Rates Fringes
ROOFER
Bitumastic, Enameler, Coal
Tar, Pitch and Mastic
worker....... . . ........ . ....$ 55.16 20.82
Journeyman... . . ........ . ....$ 51.16 20.82
Kettle person (2 kettles)...$ 53.16 20.82
----------------------------------------------------------------
SFCA0483-001 01/01/2023
ALAMEDA, CONTRA COSTA, SAN FRANCISCO, SAN MATEO AND SANTA CLARA
COUNTIES:
Rates Fringes
SPRINKLER FITTER (FIRE)..... . ....$ 72.59 36.95
----------------------------------------------------------------
SFCA0669-011 04/01/2023
CALAVERAS, FRESNO, KINGS, MADERA, MARIPOSA, MERCED, MONTEREY,
SAN BENITO, SAN 3OAQUIN, 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
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 3OAQUIN COUNTIES:
Rates Fringes
https://sam.gov/wage-determination/CA20230018/11 60/64
1/24/24,8:32 AM SAM.gov
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
70AQUIN, 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
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
https://sam.gov/wage-determination/CA20230018/11 61/64
1/24/24,8:32 AM SAM.gov
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.
Note: Executive Order (EO) 13706, Establishing Paid Sick Leave
for Federal Contractors applies to all contracts subject to the
Davis-Bacon Act for which the contract is awarded (and any
solicitation was issued) on or after January 1, 2017. If this
contract is covered by the EO, the contractor must provide
employees with 1 hour of paid sick leave for every 30 hours
they work, up to 56 hours of paid sick leave each year.
Employees must be permitted to use paid sick leave for their
own illness, injury or other health-related needs, including
preventive care; to assist a family member (or person who is
like family to the employee) who is ill, injured, or has other
health-related needs, including preventive care; or for reasons
resulting from, or to assist a family member (or person who is
like family to the employee) who is a victim of, domestic
violence, sexual assault, or stalking. Additional information
on contractor requirements and worker protections under the EO
is available at
https://sam.gov/wage-determination/CA20230018/11 62/64
1/24/24,8:32AM SAM.gov
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
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.
https://sam.gov/wage-determination/CA20230018/11 63/64
1/24/24,8:32 AM SAM.gov
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
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 DECISIO"
https://sam.gov/wage-determination/CA20230018/11 64/64