Loading...
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